Skip to content
Maryland Department of Human Services

Department of Human Services

Solicitation: Not available
Notice ID: md_maryland-department-of-human-services__RFP Residential

Federal opportunity from Maryland Department of Human Services. Place of performance: MD.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$1,923,732,397
Sector total $1,923,732,397 • Share 100.0%
Live
Median
$172,046
P10–P90
$30,225$868,029
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,923,732,397)
Deal sizing
$172,046 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on official portal →
Place of Performance
Not listed — check the files for details.

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MD20260121 (Rev 0)
Match signal: state match • county match • scope type matchOpen WD
Published Jan 02, 2026Maryland • Prince George's
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
+77 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 77 more rate previews.
Davis-BaconBest fitstate match • county match • scope type match
MD20260121 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Prince George's
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.55
+76 more occupation rates in this WD
Davis-Baconstate match • county match • scope type match
MD20260039 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Garrett
Rate
CARPENTER
Base $30.25Fringe $22.00
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $30.25Fringe $22.00
Rate
CEMENT MASON
Base $30.12Fringe $21.35
+74 more occupation rates in this WD
Davis-Baconstate match • county match • scope type match
MD20260109 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Calvert
Rate
CARPENTER
Base $38.41Fringe $14.55
Rate
CARPET LAYER
Base $34.12Fringe $14.86
Rate
ELECTRICIAN
Base $54.00Fringe $21.77
+50 more occupation rates in this WD
Davis-Baconstate match • county match • scope type match
MD20260033 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Caroline
Rate
CARPENTER
Base $27.00Fringe $7.35
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $37.08Fringe $25.48
Rate
LABORER AIR TOOL OPERATOR
Base $26.80Fringe $7.08
+47 more occupation rates in this WD

Point of Contact

Not available

Agency & Office

Department
Maryland Department of Human Services
Agency
Not available
Subagency
Not available
Office
Greg Bedward 410-260-7335 (norman.astle@maryland.gov)
Contracting Office Address
Not available

Description

MINUTES
OFTHE
MEETING OFTHE
BOARD OFPUBLIC WORKS
June 12,2013

BOARD OFPUBLIC WORKS
TABLE OFCONTENTS
JUNE 12,2013
I.ITEMS SUBMITTED ON THE SECRETARY'S AGENDA
Department ofAgriculture
Agricultural Cost-Share Program ..................................................................................... 4-8
Board ofPublic Works
Fiscal Year 2014 Grants:
Historic Annapolis Foundation ........................................................................................ 9
The Maryland Zoo inBaltimore ..................................................................................... 10
Maryland Science Center ................................................................................................. 11
Bonds ...................................................................................................................................... 12-14
Department oftheEnvironment ........................................................................................ 15-16
Department ofHousing and Community Development ............................................... 17-20
Morgan State University ............................... :'..................................................................... 21-24
Department ofPlanning/Maryland Historical Trust ........................................................... 25
Department ofPublic Safety and Correctional Services ...................................................... 26
St.Mary's College ofMaryland .......................................................................................... 27-30
State Retirement Agency .......................................................................................................... 31
Stadium Authority .................................................................................................................... 32
Board ofPublic Works
Wetlands License ............................................................................................................. 33-34
APPENDIX ............................................................................................................................ 35-37
SUPPLEMENT A-Program Open Space ......................................................................... 38-39
SUPPLEMENT B-Budget &Management .................................................................... 40-151
SUPPLEMENT C-University System ofMaryland ................................................... 152-162
SUPPLEMENT D-Department ofInformation Technology .................................... 163-176
II.ITEMS SUBMITTED ON THE DEPARTMENT OFTRANSPORTATION AGENDA:
Construction Contracts .................................................................................................... 177-181
A/E Contracts .................................................................................................................... 182-206
Maintenance Contracts ................................................................... ................................. 207-217
III. ITEMS SUBMITTED ON THE DEPARTMENT OFGENERAL SERVICES AGENDA:
Construction Contract ..................................................................................................... 218-220
Maintenance ...................................................................................................................... 221-232
Equipment ......................................................................................................................... 233-239
General Miscellaneous ..................................................................................................... 240-241
Leases ................................................................................................................................. 242-245
Capital Grants and Loans ............................................................................................... 246-253
Equipment ......................................................................................................................... 254-255
INDEX ...................................................................................................................... ............ 257-258

MINUTES OFTHE MEETING OF
THE BOARD OFPUBLIC WORKS, JUNE 12,2013
The Board ofPublic Works met intheGovernor's Reception Room, State House,
Annapolis, Maryland, onWednesday, June 12,2013.
Board Members present:
The Honorable Martin O'Malley, Governor
The Honorable Nancy K.Kopp, Treasurer
Also present:
A1Collins, Secretary, Department ofGeneral Services
Eloise Foster, Secretary, Department ofBudget &Management
CONSTRUCTION:
General Construction Project Contingency Fund 1988
Maryland Consolidated Capital Bond Loan of2005
Maryland Consolidated Capital Bond Loan of2006
Maryland Consolidated Capital Bond Loan of2007
Maryland Consolidated Capital Bond Loan of2008
Maryland Consolidated Capital Bond Loan of2009
Maryland Consolidated Capital Bond Loan of2010
Maryland Consolidated Capital Bond Loan of2011
Maryland Consolidated Capital Bond Loan of2012
On items where payments are tobemade from proceeds ofthe above listed bond
issues, full regard isgiven totheprovisions ofeach Act and itsprospective amendments.
Except asotherwise provided inthese Acts, before the State agency orinstitution
responsible for anindividual item may begin work with funds secured under the Act, the
agency orinstitution shall provide satisfactory assurances totheBoard ofPublic Works that the
work described intheindividual items can becompleted with thefunds specified forthat item.
Iffederal funds areavailable tohelp accomplish any project identified inthese Acts, the
State agency orinstitution responsible for the project shall make efforts through proper
administrative procedures toobtain these federal funds. Before spending any funds secured
under these Acts, the agency orinstitution shall certify itsefforts tothe Board ofPublic Works
and state thereason forany failure toobtain federal funds. Iffederal funds areobtained, they
shall beused todefray thecosts oftheproject described inthese Acts, not toexpand itsscope.

Q•BOARD OF.PUBLI( WORKS
JUNE 12,2013
SECRETARY'S AGENDA
DEPARTMENT OF AGRICULTURE
Maryland Agricultural Cost-Share Program Grant Requests1
Norman Astle (410) 841-5864
norman.astle@maryland.gov
Recommendation: That theBoard ofPublic Works approves funding atotal Of18indiVidual grants
under theMaryland Agricultural Cost-Share Program.
Total submission amount: $303,706
Agreement # Recipient County
Baltimore
Baltimore
Caroline
Caroline
Caroline
Frederick
Frederick
Frederick
Carroll
Carroll
Wicomico
Wicomico
Carroll
Carroll
Somerset
Howard
Carroll
KentAmount
18,400
1,500
28,806
8,200
5,700
34,900
12300
3000
40 000
5700
13I00
38500
5100
5100
44 600
18600
2,500
17,700AT-2013-2687
AT-2013-2688
CR-2013-2722-B
CR-20 i3-2723
CR-2013-2736
MP-2013-2679
MP-2013-2680
MP-2013-2716
MP-2013-2717
MP-2013-2718
NW-2013-2724
NW-2013-2725-B
PB-2013-2719
PB-20i 3-2720
PR-2013-273 i-B
RS-2013-2686
RS-2013-2721
SA-2013-2734JUSTIN HARRISON
JUSTIN HARRISON
M.DAVID WOOD, JR
RONALD DIEM, SR
RONALD D.SPIERING
HAROLD W.BURRIER, JR
HAROLD W.BURRIER, JR
ROBERT C.STEVENS
LEASE BROTHERS, INC.
LEASE BROTHERS, INC.
HALL INVESTMENT FARM, L.L.C.
HALL INVESTMENT FARM, L.L.C.
MAR1NG FAMILY, LLC
MARING FAMILY, LLC
NEWTON BUI
WILLIAM E.BARNES
DAVID H.CAPLE
PHILLIPS CHOICE LP
Fund Source:
management practices that reduce soil and nutrient runoff from MaiTland farms.MCCBL of2011/Item 11071 :Provide funds for assistance for theimplementation ofbest
Authority." "Cost-Sharing -Water Pollution Control" Sections 8-701 to8-705, Agricultural Article,
Maryland Code; COMAR 15.01.05
Remarks." The Maryland Department ofAgriculture has determined that each ofthese projects iseligible
forcost-share funds. Each project has received technical certification from theappropriate Soil
Conservation District Office. The farmer has signed therequisite cost-share agreement and accepts the
grant conditions.
BOARDRKS ACTION: THE ABOVE REFERENCED :ITEM WAS:
¢APPROVED  DISAPPROVED DEFE[.r ,'.'LWN
' . WITH DISCUSSION " (WITHOUT DISCUSSION 3

2
BOARD OFPUBLIC WORKS
JUNE 12,2013
.SECRETARY'S AGENDA
Norman Astle (410) 841-5864
norman.astle@maryland.gov
DEPARTMENT OFAGRICULTURE
Maryland Agricultural Cost-Share Program Additional Funding Requests
Recommendation: That theBoard ofPublic Works approves ADDITIONAL FUNDING of4
individual grants under theMaryland Agricultural Cost-Share Program.
Total submission amount: $3,989.15
Agreement # Recipient County
AT-2012-2208 MELISSA M.KESHISHIAN Montgomery
AT-2012-2509 SYDNEY G.ASHLEY Queen Anne's
MP-2013-2237 WAYNE WACHTER Frederick
MP-2013-2240 WAYNE WACHTER FrederickAmount $
2,978.41
205.00
244.86
560.88
Fund Source: MCCBL of2011/Item 11071: Provide funds forassistance fortheimplementation
ofbest management practices that reduce soil and nutrient runoff from Maryland farms.
Authority: "Cost-Sharing -Water Pollution Control" Sections 8-701 to8-705, Agricultural
Article, Maryland Code; COMAR 15.01.05
Remarks: The Maryland Department ofAgriculture hasdetermined that each ofthese projects is
eligible forcost-share funds. Each project hasreceived technical certification from theappropriate
Soil Conservation District Office. The farmer hassigned therequisite cost-share agreement and
accepts thegrant conditions.
Additional funds arerequested forthese projects tooffset additional costs realized atthe
completion oftheproject. These additional costs arearesult ofdesign changes required based on
siteconditions encountered during construction, design changes toimprove project effectiveness,
orbecause thelevel ofco-cost share funding originally anticipated was notavailable when the
project was completed.
BOARD OFPUBLIC WORKS ACTION: THE ABOVE REFERENCED ITEM WAS:
DISAPPROVED
WITH DISCUSSIONDEFERRED WITHDRAWN

3
BOARD OFPUBLIC WORKS
JUNE 12,2013
.3.SECRETARY'S AGENDA
Norman Astle (410) 841-5864
norman, astle@maryland, gov
DEPARTMENT OFAGRICULTURE
Maryland Agricultural Cost-Share Program Reversion Requests
Recommendation: That theBoard ofPublic Works approves theREVERSION of"the
remaining balances of84projects cancelled orcompleted inaccordance with theguidelines of
theMaryland Agricultural Cost-Share •Program.
A.Total submission amount: $393,698.40
Agreement # Recipient County Amount $ Status
AT-2012-1661
AT-2012-1841
AT-2012-1842
AT-2012-1843
AT-2012-1846
AT-2012-1847
AT-2012- i848
AT-2012-1849
AT-2012-1874
AT-2012-2010
AT-2012-2011
AT-2012-2012
AT-2012-2013
AT-2012-2130
AT-2012-2138
AT-2012-2139
AT-2012-2192
AT-2012-2388
AT-2012-2458
AT-2012-2546
AT-2013-1779
AT-2013-1920
AT-2013-2032
AT-2013-2061
AT-2013-2126
CH-2011-1935-R
CH-2012-1995-R
CH-2012-1996-R
CR-2012-2247-B
CR-2012-2268
CR-2012-2353
CR-2012-2580
LS-2012-2575SUSAN L.PEVERLEY
MALKUS FARMS
MALKUS FARMS
MALKUS FARMS
BLACKWATER FARMS•, INC
MALKUS FARMS
BLACKWATER FARMS, INC
BLACKWATER FARMS, INC
GERRET S.VAN COPELAND
WILLIAM R.MATTINGLY
WILLIAM R.MATTINGLY
WILLIAM R.MATTINGLY
WILLIAM R.MATTINGLY
ROBERT E.WILSON
BRYAN K.DOWELL
BRYAN K.DOWELL
FW PROPERTIES, LLC
ALAN BURDETTE JR.
JAMES E.PORTER, JR
RONALD M.HAYMAKER
FRED W.CORNISH
C. GOTTFRIED BAUMANN
WILLIAM FUNK
JEFFREY CLARK
DALE A.GREEN
THOMAS E.KUNES
FRANCIS O.DAY COMPANY, INC.
FRANCIS O.DAY COMPANY, INC.
MARY LOU BROWN
SCOTT COLLIER
DAVID G.WILSON
JAMES W.LEWIS, JR
ALBERT B:ISENNOCKCecil
Dorchester
Dorchester
Dorchester
Dorchester
Dorchester
Dorchester
Dorchester
Kent
St.Mary's
St.Mary's
St.Mary's
St.Mary's
Queen Anne's
Calvert
Calvert
Allegany
Harford
Worcester
Queen Anne's
Dorchester
Kent
Cecil
Queen Anne's
Washington .
Queen Anne!s
Kent
Kent
Dorchester
Talbot
Dorchester
Caroline
Harford2922.11 Completed
1178.52 Completed
223.36 Completed
557.00 Completed
239.40 Completed
1470.70 Completed
145.37 Completed
706.35 Completed
1133.06 Completed
511.41 Completed
286.81 Completed
6.09 Completed
15.25 Completed
37.56 Completed
21868.40 Completed
2011.90 Completed
865.40 Completed
1453.67 Completed
2247.40 Completed
334.13 Completed
410.56 Completed
1326.25 Completed
2035.44 Completed
9900.00 Completed
52.56 Completed
1600.00 Cancelled
174.46 Completed
194.52 Completed
701.25 Completed
4600.00 Completed
1172.78 Completed
854.91 Completed
340.00 Cancelled
6

,•BOARD OF PUBLIC WORKS
JUNE 12,. 2013
SECRETARYVS AGENDA
DEPARTMENT OF AGRICULTURE (cont'd)
Maryland Agricultural Cost-Share Program Reversion Requests4
Agreement # Recipient County
MP-2011-2225
MP-2012-1508
MP-2012-1533
MP-2012-1536
MP-2012-1538
MP-2012-1899
MP-2011-2224
MP-2012-1988
MP-2012-1992
MP-2012-2133
MP-2012-2327
MP-2012-2404
MP-2012-2429
MP-2012-2445
MP-2012-2459
MP-2012-2474
MP-2012-2540
MP-2012-2549
MP-2012-2558
MP:2013-1763
MP-2013-1764
MP-2013-1775
MP-2013-1873
MP-2013-1918
MP-2013-1927
MP-2013-1953
MP-2013-1954
MP-2013-1955
MP-2013-1971
MP-2013-1977TODD A.LEHTONEN
CAROLYN ANN BARKDOLL
KARLA L.STONER
KARLA L.STONER
KARLA L.STONER
STANLEY E.CULP
TODD A.LEHTONEN
BLAINE A.HARMAN
BLAINE A.HARMAN
JOHN B.MILLION
MARISA C.ST.CLAIRE
ROCKY •GLADE FARMS PARTNERSHIP
MARISA C.ST.CLAIRE
RICHARD A.JOHNSON
TEABOW, INC.
MARYLAND LOCUST CREST, INC
PHILL1P L.COLE
JERRY L.WATT
OAKRIDGE FARMS
MAPLE LANE FARMS
JOEL T.ANDERSON
RALPH L.ROBERTSON, JR
MATTHEW TOMS
JAMES L.OSBORN
MARISA C.ST.CLAIRE
CARL L.MILLER
CARL L.MILLER
CARL L.MILLER
JONATHON GROSSNICKLE
MICHAEL R.ALBAUGHFrederick
Washington
Frederick
Frederick
Frederick
Carroll
Frederick
Carroll
Carroll
Carroll
Frederick
Frederick
Frederick
Frederick
Frederick
Carroll
Carroll
Carroll
Frederick
Frederick
Frederick
Carroll
Frederick
Carroll
Frederick
Frederick
Frederick
Frederick
Frederick
Carroll
"i"Amount
8200.00
700.00
359.83
867.18
934.41
4900.00
6400.00
7600.00
1400.00
40.00
5122.91
31.58
828.20
626.25
6074.10
721.56
1259.23
4200.00
500.00
2952.80
24300.00
5376.15
17475.77
3454.62
4202.31
1520.25
6843.80
9178.41
1604.50
1067.69Status
Cancelled
Cancelled
Completed
Completed
Completed
Cancelled
Cancelled
Cancelled
Cancelled
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Cancelled
Cancelled
Completed
Cancelled
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
7

BOARD OF•PUBLICWORKS
JUNE12,2013
SECRETARY'S AGENDA
, DEPARTMENT OF AGRICULTURE (cont'd)
Maryland Agricultural Cost-Share Program Reversion Requests
Aeement# Recipient
NW-2011-2467
NW-20! 2-1880
NW-2013-2020-B
NW-2013-2021
NW-2013-2037-B
NW-2013-2049
NW-2013-2090-B
PA-2011-2096
PA-2012-2303
PA-2012-2604-R
PA-2013-2016
PR-2013-2125
RS-2013-1978
RS-2013-2002
SA-2012-2382
SA-2012-2383
UP-2012-2527
UP-2012-2528
UP-2013-1938
UP-2013-1939
UP-2013-1995MALKUS FARMS
BLACKWATER FARMS, INC
FA1SAL FARM, LLC
FAISAL FARM, LLC
ALLEN HARIM FARMS, LLC
HOG ISLAND HUNT CLUB, INC.
DAVID W.SHOCKLEY
CAMILLA CARROLL
MILDRED H.DARCEY ESTATE
A.BRICE RIDGELY
J.RICHARD KNOTT, SR
SIDNEY T.RICHARDSON
THE FARM, LTD
T.EDWARD L1PPY
HARBORVIEW FARMS
HARBORVIEW FARMS
DONALD L.BEARD
DONALD L.BEARD
LEWIS ORCHARD &FARM, LLC.
CREEKBOUND FARMS, LLC
ERNST GRAIN &LIVESTOCKCounty
Dorchester
Dorchester
Caroline
Caroline
Dorchester
Dorchester
Wicomico
Howard
Prince George's
Howard
St.Mary's
Wicomico
Baltimore
Carroll
Cecil
Kent
Washington
Washington
Washington
Washington
WashingtonAmount $ Status
1442.85
•2647.60
810.46
1096.90
700.00
2200.00
41.56
3445.56
4105.33
7.50
610.62
9665.49
5414.25
20200.00
68.69
168.69
90000.00
35000.00
12333.62
2798.04
10623.07Completed
Completed
Completed
Completed
Completed
Cancelled
Completed •
Completed
Completed
Completed
Completed
Completed
Completed
Cancelled
Completed
Completed
Cancelled
Cancelled
Completed
Completed
Completed
Fund Source: MCCBL of2010/Item 10077: Provide funds for assistance for the implementation
ofbest management practices that reduce soil and nutrient runoff from Maryland farms.
Authority." ,Cost, Sharing -Water Pollution Control" Sections 8-701 to8-705, Agricultural
Article, Maryland Code; COMAR 15.01.05
BOARD OFPUBLIC WORKS ACTION: THE ABOVE REFERENCED ITEM WAS:
DISAPPROVED
WITH DISCUSSIONDEFERRED WITHDRAWN
ITHOUT DISCUSSIO
.

• 6
BOARD OFPUBLIC WORKS
JUNE 12,2013
SECRETARY'S AGENDA
Contact: Greg Bedward 410-260-7335
gregory.bedward@maryland.gov
o BOARD OFPUBLIC WORKS
Grant -Historic Annapolis Foundation (HAF) -Fiscal Year 2014
Recommendation: That theBoard ofPublic Works amend thegrant agreement between the
State andtheHistoric Annapolis Foundation toaward fiscal year 2014 grant funds toHAF.
Amount: $602,000 (tobedisbursed inequal quarterly installments)
Fund Source: Budget Bill, Chapter 423 (2014 Laws ofMaryland)
(Pages 12and245)
Background: The State ofMaryland owns various historic buildings intheCity ofAnnapolis
which theState leases toHAF foronedollar inconsideration forHAF operating andmaintaining
thebuildings. State properties operated andmaintained byHAF include theWilliam Paca House
and Gardens, the Shiplap House, The Barracks, and The Found House. The State has also
provided anannual grant toassist HAF incaring forthese State properties formore than thirty
years.
BOARD OF PUBLIC WORKS ACTION:
DISAPPROVEDTHE ABOVE REFERENCED ITEM WAS:
DEFERRED WITHDRAWN
WITH DISCUSSIONI
WITHOUT DIS

BOARD OF PUBLIC WORKS
JUNE 12,2013
SECRETARY'S AGENDA
Contact: Gregory Bedward 410-260-7718
gregory.bedward(h),maryland, gov
5. BOARD OF PUBLIC WORKS
The Maryland Zoo inBaltimore -Fiscal Year 2014 Grant Funds
Recommendation: That the Board ofPublic Works amend the grant agreement between the
State and theMaryland Zoo inBaltimore toaward fiscal year 2014 grant funds totheZoo.
Amount: $5,175,218
(first disbursement of$4,925,218 upon approval
and second •disbursement of$250,000 inApril 2014)
Fund Source: Budget Bill, Chapter 423 (2014 Laws ofMaryland) (page 12)
Authority: "Any payments due bythe State forthe Baltimore Zoo under alease or sublease
agreement shall beincluded intheannual budget fortheBoard ofPublic Works." State Finance
and Procurement Article, Section 10-206, Maryland Code.
BOARD OF PUBLIC WORKS ACTION: THE ABOVE REFERENCED iTEM WAS:
DISAPPROVED
WITH DISCUSSIONDEFERRED WITHDRAWN
I0

BOARD OFPUBLIC WORKS
JUNE 12,2013
SECRETARY'S AGENDA8
Contact: Greg Bedward 410-260-7335
gregory.bedward@maryland.gov
6. MARYLAND ACADEMY OFSCIENCES dba MARYLAND SCIENCE CENTER
Grant -Maryland Science Center (MSC) -Fiscal Year 2014
Recommendation: That theBoard ofPublic Works enter into agrant agreement with the
Maryland Academy ofSciences d/b/a Maryland Science Center asdirected bythe2013 General
Assembly.
Amount: $465,283 (tobedisbursed inequal quarterly installments)
Fund Source: Budget Bill, Chapter 423 (2014 Laws ofMaryland)
(Page 12)
Background: This isanew grant that theGeneral Assembly authorized toassist theMaryland
Science Center inarefinancing necessitated bytheexpiration ofitsline ofcredit.
BOARD OFPUBLIC WORKS ACTION: THE" ABOVE REFERENCED ITEM WAS:
.DISAPPROVED
.... WiTH DISCUSSIONDEFERRED WITHDRAWN
II

9
BOARD OFPUBLIC WORKS
JUNE 12,2013
SECRETARY'S AGENDA
Contact: Amber Teitt (410-26027920)
ateitt(?;treasurer.state.md.us
71 BONDS
The Treasurer recommends that theBoard ofPublic Works adopt resolutions concerning thesale
ofState ofMaryland General Obligation Bonds inbook entry form forthepurpose offunding
theState's capital program andrefunding certain bonds; making certain determinations regarding
theconsolidation ofloans, themethods ofsale, and thestructure ofthebonds; authorizing the
publication oftherequired Summary Notices ofBond Sale; andobligating theState ofMaryland
toprovide continuing disclosure asrequired under applicable securities regulations and to
comply with applicable provisions oftheInternal Revenue Code. The total that will beoffered
forsale isupto$975,000,000* ofboth new money bonds forthecapital program and refunding
bonds.
AMOUNT:
DENOMINATION:
MATURITIES:
TITLE:Upto$975,000,000*
$5,000 perbond, orintegral multiples thereof
Tobedetermined bytheTreasurer, nottoexceed 15years.
State and Local Facilities Loan of2013, Second Series, consisting of:
Second Series A-$435,000,000* Tax-Exempt Bonds
(Competitive)
Second Series B-$40,000,000* Taxable Bonds (Competitive)
Second Series C-upto$500,000,000* Tax-Exempt Refunding
Bonds (Competitive)
FORM:
METHODS AND
TIMESOFSALE:Asdetermined bytheTreasui'er, toinclude:
Second Series A-Tax-Exempt Bonds fortheCapital Program.
Second Series B-Taxable Bonds fortheCapital Program.
Second Series C-Tax-Exempt Refunding Bonds.
Second Series A(Tax-Exempt) -$435,000,000*- Competitive Sale
Public competitive sale of$435,000,000" inmaturities and
amounts tobedetermined bythe Treasurer, onWednesday,
July 24,2013, at11:00 a.m., byelectronic bid. Provided, however,
depending upon market conditions and atthe discretion ofthe
Treasurer, the sale ofthe Second Series A•Bonds may be
postponed andmay instead beoffered forsale atadate andtime to
bedetermined bytheTreasurer, subject toapproval bytheBoard at
that time.
*Preliminary, subject tochange
12

7. BONDS (cont'd)
SETTLEMENT:
USE OFPtOCEEDS:
PUBLICATIONS OF
SUMMARY NOTICES
OFSALE:BOARD OFPUBLIC WORKS
JUNE 12,2013
SECRETARYVS AGENDA10
Second Series B(Taxable) -$40,000,000* -Competitive Sale
Public competitive sale of$40,000,000" inmaturities and amounts
tobedetermined bytheTreasurer, onWednesday, July 24,2013,
at11:15 a.m., byelectronic bid. Provided, however, depending
upon market conditions and atthediscretion oftheTreasurer, the
sale oftheSecond Series BBonds may bepostponed and may
instead beoffered forsale atadate and time tobedetermined by
theTreasurer, subject toapproval bytheBoard atthat time.
Second Series C(Refunding) -$500,000,000* -Competitive Sale
Pursuant toState Finance and Procurement Article, Section 8-131,
Public competitive sale ofRefunding Bonds, inmaturities and
amounts tobedetermined bythe Treasurer, onWednesday,
July 24,2013, at11:30 a.m. byelectronic bid. Provided, however,
depending upon market conditions and atthe discretion ofthe
Treasurer, theRefunding Bonds may instead beoffered for sale at
adate andtime tobedetermined bytheTreasurer onacompetitive
basis and subject totheapproval oftheBoard atthat time, or ona
negotiated basis totheretail and institutional markets, subject to
ratification bytheBoard atitsnext meeting.
Onorabout August 6,2013
Various State loans and installments, combined and consolidated,
and purchase ofsecurities fordeposit toaRefunding Escrow
Account.
Second Series A,BandCBonds (Competitive Sales):
IntheBond Buyer onadate tobedetermined bytheTreasurer not
later than July 12,2013 and insuch other electronic and print
media asdetermined appropriate bytheTreasurer.
*Preliminary, subject tochange
13

11
BOARD OFPUBLIC WORKS
JUNE 12,2013
SECRETARY'S AGENDA
7. BONDS (cont'd)
REMARKS: Atherdiscretion, theTreasurer may postpone thesale ofthe2013 Second Series
Bonds inre@onse tomarket conditions, including those relating tothenational debt limit, the
funding ofU.S. government operations, proposed changes inthetax-exempt status ofmunicipal
bonds, andthesequestration ofU.S. government funds. The Treasurer may adjust themethod of
sale, thesize and maturities ofany ofthebonds torespond toprevailing market conditions and,
with respect totheSecond Series CBonds (Refunding Bonds), tocomply with benchmarks for
debt service savings intheState's Debt Policy. After receiving bids, theTreasurer may further
adjust thesize oftheSecond Series CBonds byupto15% toaccount forpremium bid, ifany,
and savings realized from thepurchase ofopen market securities fordeposit totheRefunding
Escrow Account.
BOARD OF PUBLIC WORKS ACTION: THE ABOVE REFERENCED ITEM WAS..,.
APPROVED DISAPPROVED DEFERRED
WITHOUT DISCUSSION
14

12
BOARD OFPUBLIC WORKS
JUNE 12,2013
SECRETARY'S AGENDA
eContact Person: Terri Wilson (410) 537-4155
lwilson@nlde.state.md.us /creilly(q-z'mde state mdus
MARYLAND DEPARTMENT OF THE ENVIRONMENT
Recommendation: That theBoard ofPublic Works approve upto$15,733,000 ingrant funding to
upgrade On:site Disposal (Septic) Systems (OSDS) with best available technology (BAT) for
nitrogen removal, using theBay Restoration (Septic) Fund during FY2014.
Applicant/County
Allegany County
Anne Arundel County
Baltimore County
Calvert County
Caroline County
Carroll County
Cecil County
Charles County
Dorchester County
Canaan Valley Inst. (Fred. Co)
Garrett County
Harford CountyGrant Applicant/County Grant
Canaan Valley Inst. (How. Co)
Kent County
Canaan Valley Inst (Mont. Co)
Prince George's County
Queen Anne's County
Somerset County
St.Mary's County
Talbot County
Canaan Valley Inst. (Wash. Co)
Wicomico County
Worcester County$100,000
$3,167,000
$333,000
$1,317,000
$442,000
$248,000
$979,000
$•517,000
$919,000
$382,000
$124,000
$•473,000$155,000
$654,000
$525,000
$176,000
$1,044,000
$303,000
$1,510,000
$928,000
$341,000
$769,000
$403,000
•Program Description: The grant recipients will implement theOSDS-BAT program locally,
consistent with MDE program guidance and prioritize projects asfollows:
1.Failing OSDS intheCritical Areas
2.Failing OSDS outside theCritical Areas
3.Non-Conforming OSDS intheCritical Areas
4.Non-conforming OSDS outside the Critical Areas
5.Other OSDS intheCritical Areas, including new construction
6.Other OSDS outside theCritical Areas, including new Construction
Residential OSDS owners areeligible foraminimum 50% and maximum 100% grant fortheBAT
cost, based onhousehold income; business owners areeligible for50% oftheBAT cost asgrant.
Authority: Sections 9-1601 through 9-1622 oftheEnvironment Article, Maryland Code, known as
theMaryland Water Quality Financing Administration Act.
i
The project isconsistent with State Clearinghouse comments and recommendations.
BOARD OFPUBLIC WORKS ACTION: THE ABOVE REFERENCED ITEM WAS:
: DISAPPROVED
WITH DISCUSSIONWITHDRAWN.
15

BOARD OFPUBLIC WORKS
JUNE 12,2013
SECRETARY'S AGENDA13
Contact Person: Terri Wilson (410) 537-4155
twilson(?bmde.state.md.us /creilly(b, mde.state.nld.us
9. MARYLAND DEPARTMENT OFTHE ENVIRONMENT
Recommendation: That theBoard ofPublic Works approve anew grant upto$385,700 tothe
Town ofOakland fortheOakland Water Meter Replacement project inGarrett County. This
grant may involve multiple sources offunding including GObonds astherequired 20% State
match offederal funds. (Legislative District 1A)
Project Description: This project istoinstall radio-read water meters throughout theTown of
Oakland service area. This work involves thepurchase andinstallation ofmeters andnecessary
accessories andappurtenances. The project isintended topromote water conservation bymore
accurately tracking water consumption andbyhelping todetect leaks. This grant isforthe
purchase ofthewater meters.
Project Funding Sources:
Drinking Water State Revolving Loan Fund -Green Grant (this action)
Local Funding
TOTAL ESTIMATED PROJECT COST:$385,700
$173,850
$559,550
Authority: Sections 9-1601 through 9-1622 OftheEnvironment Article, Maryland Code, known
astheMaryland Water Quality Financing Administration Act.
MDE has determined that itsrecommendation isconsistent with Maryland's Priority Places
Strategy inaccordance with Executive Order 01.01.2003.33 and State Clearinghouse comments
andrecommendations.
BOARD OF PUBLIC WORKS ACTION: THE ABOVE REFERENCED ITEM WAS:
DISAPPROVED
WITH DISCUSSIONDEFERRED WITHDRAWN
O;TD,g-cCgs'o
t6

10.14
BOARD OFPUBLIC WORKS
JUNE 12,2013
SECRETARY'S AGENDA
•Contacts: Jean Peterson (410) 514-7358 peterson@mdhousing.org
George Eaton (410) 514-7348 eaton@mdhousing.org
DEPARTMENT OFHOUSING AND COMMUNITY DEVELOPMENT
RECOMMENDATION: That theBoard ofPublic Works approve releasing thedeeds oftrust
onsixproperties that received loans from DHCD's Down Payment and Settlement Expense
Loan Program. The deeds oftrust aresecond mortgages; theborrowers areselling their property
inlieu offoreclosure topay offthefirst mortgage owed toDHCD, andtheborrowers have
requested arelease ofthedeed oftrust securing thesecond mortgage onthebasis ofahardship
(e.g., loss ofincome duetounemployment orillness). Borrowers will sign apromissory note in
theamount oftheoutstanding principal ofthesecond mortgage.
LOAN AUTHORITY: Down Payment and Settlement Expense Loan Program
Housing andCommunity Development
Article §§4-301-4-309, Maryland Code
AUTHORITY TORELEASE
SECURITY INTEREST:State Finance andProcurement
Article §§10-305, Maryland Code


C°Loan Recipients:
Original Loan:
Current Balance:
Type:
Loan Recipient:
Original Loan:
Current Balance:
Type:
Loan Recipient:
Original Loan:
Current Balance:
Type:TrevorBeals andDanyell Hickey
1122 East 36thStreet, Baltimore 21218
Baltimore City
$7,000
$7,000
Second Mortgage
Eleonor Nanali
9301 Alcona Street, Lanham 20706
Prince George's County
$10,000
$7,750
Second Mortgage
Lindsay Norton
3320 Betterton Circle, Abingdon 21009
Harford County
$5,000
$5,000
Second Mortgage
.. 17

BOARD OFPUBLIC WORKS
JUNE 12,2013
SECRETARY'S AGENDA15
10. DEPARTMENT OFHOUSING AND COMMUNITY DEVELOPMENT (cont'd)
O.
FoLoan Recipients:
Original Loan:
Current Balance:
Type:
Loan Recipients:
Original Loan:
Current Balance:
Type:
Loan Recipient:
Original Loan:
Current Balance:
Type:Catherine Starkey andJason Stauch
828Hamilton Blvd., Hagerstown 21742
Washington County
$5,000
$5,000
Second Mortgage
Virgil andYoko Williams, Jr.
5Jenkins Drive, Indian Head 20640
Charles County
$2,700
$2,700
Second Mortgage
Timothy Wren
1226 Adeline Way, Capitol Heights 20743
Prince George's County
$10,000
$10,000
Second Mortgage
BOARD OF PUBLIC WORKS ACTION: THE ABOVE REFERENCED ITEM WAS
DISAPPROVED
WITH DISCUSSIONDEFERRED WITHDRAWN
_AI
18

16
BOARD OFPUBLIC WORKS
11.JUNE 12,2013
SECRETARY'S AGENDA
Contacts: Patricia Sylvester 410-514-7481 svlvester(a;!dhcd.state.md.us
•• Jean Moreau 410-514-7451 moreau@dhcd.state.md.us
Jean Peterson (410) 514-7358 peterson@mdhousing.org
DEPARTMENT OFHOUSING AND COMMUNITY DEVELOPMENT
BORROWER:
PROJECTIRichmond Hill Redevelopment, LLC
•Richmond Hill Pointe
302-310 Mansion Drive
Perryville, Cecil County, 21903
AUTHORITY: §§4-1501 et.seq., Housing andCommunity Dev't Article,
Annotated Code ofMaryland
COMAR 05.05.01
Rental Housing Works finances rental housing tobeoccupied byindividuals with incomes of60% and
below ofthearea median income.
LOAN AMOUNT:
FUND SOURCE:
COLLATERAL:$633,600
MCCBL: PRI12(Chapter 444, 2012 Maryland laws): Rental Housing
Works -Provide funds forrental housing developments that selwe lowand
moderate-income households
Deed ofTrust
DESCRIPTION: The borrower will acquire andrehabilitate a48-unit rental housing development for
families inPerryville, Cecil County. The project comprising four three-story walk-up garden style •
buildings, will offer amix of31affordable one- andtwo-bedroom units (restricted tohouseholds with
incomes atorbelow 60% ofthearea median income) and 17market rate one- andtwo-bedroom units.
Conifer, LLC istheproject sponsor.
FUNDS: "
Rental Housing Works (this Item) •
MBP FHA Risk Sharing Program-Tax-Exempt Loan
Tax Credit Equity
MHRP Loan
EMPOWER Energy Loan
Deferred Development Fee
Interim Income
TotalAmount
$633,600
2,545,000
1,007,793
1,000,000
221,000
295,494
206,234
$5,909,121
The Department ofPlanning reviewed andapproved theproject forconsistency with theEconomic
Growth:, Resource Protection, andPlanning Policy (Project #SP20120201-0061) onMarch 12,2012.
BOARD OFPUBLIC WORKS ACTION: THE ABOVE REFERENCED ITEM @AS
DISAPPROVED
WITH DISCUSSIONDEFERRED WITHDRAWN
1T--
HOUT DISCUSSJ19

17
BOARD OFPUBLIC WORKS
JUNE 12,2013
SECRETARY'S AGENDA
12.Contact Person: Carol Gilbert (410) 514-7229 gilbert@mdhousing.org
Mike Haloskey (410) 514-7237 haloskey@mdhousing.org
Jean Peterson (410) 514-7358 peterson@mdhousing.org
DEPARTMENT OFHOUSING AND COMMUNITY DEVELOPMENT
LOAN AUTHORITY: §§6-301 through 6-311 Housing andCommunity Dev't Article
Annotated Code ofMaryland
COMAR 05.13.01
The Neighborhood Business Development Program operating asNeighborhood BusinessWorks, provides
flexible gapfinancing to•small businesses.
BORROWER:
LOAN AMOUNT:Honee, LLC
Wylie Funeral Home, PA
701N.Mount Street, Baltimore City 21217
FUND SOURCE:
economic development activities inrevitalization areas designed bylocal governments. Item SA24(B).
COLLATERAL: First Deed ofTrust on1608 N.Bentalou Street, Baltimore, 21216
RECOMMENDATION: That theBoard ofPublic Works approve theDepartment ofHousing and
Community Development's lending general obligation bond proceeds tofund construction asdescribed.$57,500
MCCBL of2012: Provide funds forgrants and loans tofund community-based
PROPOSAL: Wylie Funeral Home, PAhasoperated inBaltimore City since 1993 andhasdeveloped
into atwo-location operation (one intheCity and one inBaltimore County). The current City location at
638 NGilmor Street inarow-house setting, isantiquated andinadequate tomeet today's needs. The
project istorelocate theCity operation toa1.6acre vacant lotat701 NMount Street inWest Baltimore's
Harlem Park community. The sitewill bedeveloped with new construction ofastate oftheartfuneral
home, comprising 10,847sq ftwith 27,000sq ftofmanicured landscaping. The structure will beaone
floor design with on-site parkingl The project will benefit theresidential neighborhood bydeveloping a
vacant lotinacommunity andproviding temporary construction jobs andtenpermanent jobs. Mr. Albert
Wylie owns thecollateral. •
PROJECT COSTS:
M&TBank
BDC
Borrower
NBW (This Item)
Total project cost$2,095,853 (permanent loan and SBA 504 loan)
$100,000 (loan forfurniture, fixtures, andequipment)
$180,567
$57,500 (loan forconstruction andsoft costs)
$2,433,920 "
BOARD OFPUBLIC WORKS ACTION: THE ABOVE REFERENCED ITEM WAS
DISAPPROVED
WITH DISCUSSION•DEFERRED WITHDRAWN
I Illll II112O

BOARD OFPUBLIC WORKS
JUNE 12,2013
13.SECRETARY'S AGENDA
Churchill B.Wortherly 443-885-3074
/
churchill.wortherly@morgan.edu
MORGAN STATE UNIVERSITY
Business Management Complex
CONTRACT ID: Construction Manager
Business Management Complex
Construction Manager's GMP -Phase III
ProjectNo. DCM-BCM- 10-1CMAR
FIRM: Gilbane Building Company
Laurel, Maryland 20707
CONTRACT DESCRIPTION: Construction Management atRisk services for Morgan
State University's Business andManagement Complex Project. The project isanew building for
theBusiness and Management Complex (School ofBusiness) tobelocated attheNorthwood
Shopping Center (the siteoftheoldHechinger's and Burlington Coat factory). The project will
accommodate thegraduate, undergraduate, executive educational andresearch programs services
and activities related tothe studies ofAccounting and Finance, Business Finance, Business
Administration, and Information Science and Systems. The facility will also accommodate an
Entrepreneurial Development and Assistance Center aswell astheCenter forEntrepreneurship
and Strategy. The project will bring these related units together inone building and will include
classrooms and laboratory spaces, demonstration spaces supporting theHospitality Management
Program resource center, clinical support facilities, offices, conference rooms, student and
faculty lounges typical building functions such asrestrooms, mechanical and electrical and IT
spaces, loading dock, and parking. The project isstriving toexceed theminimum LEED Silver
certification.
MODIFICATION DESCRIPTION: Award GMP III: Includes the remaining project
work inclusive offraming, MEP, finishes, telecom, equipment, etc.
ORIGINAL APPROVAL: Secretary's Agenda Item 10(12/15/2010)
ORIGINAL PROCUREMENT METHOD: Competitive Sealed Proposal
TERM: Through project completion
ORIGINAL CONTRACT AMOUNT: $193,150.00 (Pre-Construction Services)
THIS MODIFICATION AMOUNT: $43,496,050 (GMP-III)
PRIOR MODIFICATIONS: $3,921,515.00 (GMP-I) [Sec. 11(10/3/12)]
$7,882,128.00 (GMP-II) [Sec. 10(12/5/12)]
,2I

BOARD OFPUBLIC WORKS
JUNE 12,2013
SECRETARYtS AGENDArevised
13. MORGAN STATE UNIVERSITY (cont'd)
Business Management Complex
REVISED TOTAL CONTRACT AMOUNT: $55,492,843
MBE PARTICIPATION: 30% (Full Contract Amount)
MBE COMPLIANCE: 5.72% (Pre-Construction, GMP I,GMP II)
PERFORMANCE BOND: Payment andperformance bonds at100% ofcontract amount.
REMARKS: The University seeks theBoard's approval toincorporate GMP-III toproceed with
thebalance oftheconstruction fortheBusiness Management Complex building, including all
interior finishes, exterior glazing/skin, mechanical, electrical, plumbing, heating, air
conditioning, roofing and waterproofing systems• Gilbane advertised thetrade work with E-
Maryland Marketplace, McGraw Hill Dodge, theMaryland washington Minority Contractors
Association, andheld ajobfairevent atitsMaryland office.
The Morgan State University Department ofDesign and Construction Management will manage
the Construction Manager's work with procurement support provided bythe University's
Department ofProcurement andProperty Control.
FUND SOURCE:
$43,496,050.00 VICCBL 2013 (C)New School ofBusiness Comple
• . . 4and Connectmg Bridge. Provide funds toconstructj
Pand equip. Item 107j
MD TAX CLEARANCE: 13-1665-0110
RESIDENT BUSINESS: Yes
BOARD OFPUBLIC WORKS ACTION:
DISAPPROVED
WITH DISCUSSIONTHE ABOVE REFERENCED ITEM WAS:
DEFERRED WITHDRAWN
22

BOARD OFPUBLIC WORKS20
JUNE 12,2013
SECRETARYVS AGENDA
Churchill B.Wortherly 443-885-3074
• r " z,.... " • , .x •clmrchl ll..othcrl y(a),mol,an.edu
14. MORGAN STATE UNIVERSITY
Design Services forBehavioral and Social Sciences Center
CONTRACT ID:
CONTRACT DESCRIPTION:
PROCUREMENT METHOD:
PROPOSALS:Architectural andEngineering Design Services
Project No. DCM-BSSC-13-1AE
A/E Design Services
Behavioral and Social Sciences Center
Morgan State University Policies andProcedures
(Architect &Engineering)
Ranking Total Score
HOK
Washington, DC90.35
Gaudreau/Perkins Will
•Baltimore• 87.20 •
EYP Engineering
Washington, DC
Hord Coplan Macht/Goody Clancy
Baltimore3 85.70
4 85.60
RCG Architects
Baltimore
AWARD:
CONTRACT AMOUNT:
CONTRACT TERM:.
MBE PARTICIPATION:
•PERFORMANCE BOND:84.70
HOK
$3,964,808
•1,585 calendar days from Notice toProceed.
42%
Not required
• .. • 23 ¸

BOARD OFPUBLIC WORKS
JUNE 12,2013
SECRETARY'S AGENDA21
14. MORGAN STATE UNIVERSITY (cont'd)
Design Services forBehavioral and Social Sciences Center
REMARKS: The solicitation was advertised ineMarylandMarketPlace. Ten firms responded.
The Qualification Review Committee reviewed thetechnical proposals and evaluated theoral
presentations• andthen entered into feenegotiations with thehighest ranked firm. The University
recommends HOK foraward. The HOK Design team comprises eleven firms, sixofwhich are
from Maryland.
Due tosplit funding, theUniversity will award thedesign contract only through bidding; the
Construction Administration and Post Construction Phases will beawarded attheConstruction
Phase, when thebalance ofthedesign funding ismade available. The amount ofthis initial
award is$3,964,808, with thefullamount tobe$5,091,320.
The Morgan State University Department ofDesign and construction Management will manage
the AE team's work with procurement support provided bytheUniversity's Department of
Procurement. This procurement was conducted pursuant totheprovisions ofMorgan State
University Policies andProcedures Manual. •
FUND SOURCE: $1,400,000 MCCBL 2011/ Item 075: Preliminary
design ofanew Jenkins Behavioral and Social
Sciences Center
$2,564,808 MCCBL 2012/Item 086: Complete the
design ofanew Jenkins Behavioral and Social
Sciences Center
MD TAX CLEARANCE:
RESIDENT BUSINESS:13-1056-0011
Yes
BOARD OF PUBLIC WORKS ACTION: THE ABOVE REFERENCED ITEM WAS:
: DISAPPROVED
WITH DISCUSSIONDEFERRED WITHDRAWN
o,s ss,
24

22
BOARD OFPUBLIC WORKS
JUNE 12,2013
SECRETARYVS AGENDA\
15. DEPARTMENT OF PLANNING
Maryland Historical Trust
MHT Historic Preservation Loan ProgramContact: Anne Raines 410-514-7634
araines@mdp.state.md.us
PROJECT 204 West Lanvale Street, Bolton Hill, Baltimore City Rehabilitation
LOAN AMOUNT $151,000
BORROWER Bolton Hill Nursery, Inc.
DESCRIPTION Bolton Hill Nursery, Inc. proposes tousegeneral-obligation bond proceeds to
rehabilitate theRolando-Thom House, located at204 West Lanvale Street, Baltimore City. The Rolando-
Thom House, aGothic Revival cottage, was designed andbuilt before 1848 byRobert Cary Long, Jr.,
Baltimore's first professionally-trained native-born architect. The property haslater additions and
alterations b.yEdmund G.Lind, the British-born architect who designed thePeabody Institute andthe
Bolton Hill Memorial Episcopal Church.
Bolton Hill Nursery, inoperation fornearly forty years andcurrently renting space inaneighborhood
church, hasbeen exploring options forexpanding itsphysical space toaccommodate more children. It
purchased 204 West Lanvale from Family andChildren's Services inFebruary 2013 for$550,000. The
Nursery will useabank loan anditsown funds todemolish non-original interior partition walls, abate
lead paint, make building systems repairs andimprovements, andinstall acode-required second stairwell.
The Nursery will usetheMHT loan exterior carpentry andmasonry repairs, repainting, accessibility
improvements, andbuilding systems repairs andimprovements. MHT holds aperpetual preservation
easement ontheexterior ofthebuilding and ontheproperty.
The MHT loan will besecured byasecond lien mortgage (subordinate tothebank loan's first
lien). Apromissory note will require monthly payments fortwenty years at2.455% interest. The
property has anappraised after-rehabilitation value of$670,000 which indicates that thevalue of
theproperty isadequate tosecure theproposed loan.
FUND SOURCE
$136,706 -MCCBL Historical Trust Revolving Loan FY2014 -Item 13114
$12,634 -MCCBL Historical Trust Revolving Loan, FY2009 -Item 09094
$1,660 -MCCBL Historical Trust Revolving Loan, FY2010 -Item 10083
BOARD OF PUBLIC WORKS ACTION: THE ABOVE REFERENCED ITEM WAS:
DISAPPROVED
WITH DISCUSSIONDEFERRED WITHDRAWN

23
BOARD OFPUBLIC WORKS
16.JUNE 12,2013
SECRETARY'S AGENDA
Contact: S.K. Kulkarni, P.E. (410) 585-3027
skulkaml(a ,dpscs.state.md.u,,,
DEPARTMENT OFPUBLIC SAFETY AND CORRECTIONAL SERVICES
Maryland House ofCorrection, Jessup Correctional Institution
CONTRACT ID Construction Inspection andTesting Services for
Deconstruction ofMaryland House ofCorrection
KJ-000-130-I01; Adpics No. 603B3400007
DESCRIPTION Construction inspection andtesting services forquality assurance and
management during deconstruction ofMaryland House ofCorrection.
PROCUREMENT METHOD Multi-Step Sealed Bids (Single BidReceived)
BID
Potowmac Engineers, Inc. $372,382
AWARD Potowmac Engineers, Inc. Capitol Heights
AMOUNT $372,382 (Not ToExceed)
GOVERNMENT ESTIMATE $400,000
PERFORMANCE BOND Not required
PERFORMANCE PERIOD 540 Calendar Days (6/12/2013-12/04/2014)
FUND SOURCE MCCBL of2013" Provide design and construction funds for
deconstruction ofMaryland House ofCorrection inJessup, Item 051
MBE PARTICIPATION 100% (Contractor isMBE)
REMARKS: The solicitation was announced ine-Maryland Marketplace. The Invitation for
Bids required aminimum 80% score forthetechnical proposal tobeconsidered qualified.
Potowmac Engineers was theonly firm tosubmit anacceptable bid. Price isfairandreasonable.
TAX COMPLIANCE NO.: 13-1653-0111
RESIDENT BUSINESS: •Yes
BOARD OFPORKS ACTION: THE ABOVE REFERENCED ITEM WAS:
jIWJ[-PPROVED. DISAPPROVED DEFEND WITHDRAWN.
 WITH DISCUSSION , V*'i i'H()UT Discusslol, 
II q26

24
BOARD OFPUBLIC WORKS
JUNE 12,-2013
SECRETARY'S AGENDA
Contact: Charles C.Jackson (240) 895-4412
ccjackson@smcm.edu
17. ST. MARY'S COLLEGE OFMARYLAND
Food Services Management Services
CONTRACT ID:
DESCRIPTION:Fo0d Services Management Services
SMC-14-005
Food service operations oncampus
AWARD:
TERM:Bon Appetit Management Co.
Palo Alto; CA
July 1,.2013 -June 30,2015
Two-year base with 5.oneyear options
AMOUNT: $4,349,229 (1styear)
$4,340,085 (2ha e_y_e_
$8,689,314 (total base amount)
PROCUREMENT METHOD:
PROPOSALS:Competitive Sealed Proposals
Company
Name
Bon Appetit Management Co.
Metz Culinary ManagementTechnical
Rating
Excellent
MarginalManagement
Fee
$921996.
$191,039.Total
Cost
$4,349,229.
$4,864,702.Composite
Rating
Excellent
Marginal
MBE PARTICIPATION: 3%
INCUMBENT: Bon Appetit Management Co.
REMARKS: Cost plus fixed-fee type contract formanagement offood services operations.
Management feeandtotal cost shown areforyear oneofthecontract. The management fees are
based onafixed percentage ofcost. The rate islocked in;thefeewill adjus tascosts change.
Bon Appetitls overall management feec0mprises three elements: management fee(fixed) $25k
peryear; administration &supervision (fiXed) $25k peryear; and management fee(variable)
10% fixed feebased oncatering cash sales.
?
i27

BOARD OF PUBLIC WORKS
JUNE 12,2013
SECRETARY'S AGENDA25
17. ST. MARY'S COLLEGE OF MARYLAND (cont'd)
Food Services Management Services
REMARKS: (cont'd) The proposal Offered byBon Appetit Management Co. was responsive
toallrequirements. Itsapproach exceeded thestated requirements inabeneficial way. Bon
Appetit's proposed cost iscompetitive with projections offered bycompetitors. Bon Appetit's
management feetogether with projected cost. offers thebest value totheCollege.
FUND SOURCE: SMCM 00040 Operating Auxiliary Funds
APPROP. CODE: R14D00
RESIDENT BUSINESS: No
MD TAX CLEARANCE: 13-1462-1001
BOARD OF PUBLIC WORKS ACTION: THE ABOVE REFERENCED ITEM WAS:
DISAPPROVED
WITH DISCUSSION.DEFERRED WITHDRAWN
28

26
BOARD OFPUBLIC WORKS
JUNE 12,2013
SECRETARY'S AGENDA
Contact: Charles C.Jackson 240-895-4412
ccjackson@smcm.edu
18. ST. MARY'S COLLEGE OFMARYLAND
Anne Arundel Hall Replacement -Contract Modification
CONTRACT ID: Construction Management atRisk Services
forReplacement ofAnne Arundel Hall
CONTRACT APPROVED: Secretary's Agenda Item 19(March 4,2009)
CONTRACTOR: Gilbane Construction Company, Laurel
CONTRACT DESCRIPTION: Construction manager services during pre-construction and
construction of39,119 GSF academic building (replacing Anne Arundel Hall) and 249-car
parking lot. The new building will house the departments ofAnthropology, International
Languages and Cultures, and Museum Studies; theCenter fortheStudy ofDemocracy; the
Historic St.Mary's City's Archaeology Department; andartifact storage.
MODIFICATION DESCRIPTION: Award GMP forPhase lconstruction which includes
constructing aparking lot;demolishing theexisting building; siteand utility prep work; and all
CM fees andallowances.
ORIGINAL PROCUREMENT METHOD: Competitive Sealed Proposals
ORIGINAL TERM: 24month pre-construction phase (3/4/09 to3/4/1 l)
24month construction phase (6/1/12 to6/1/14)
MODIFIED TERM: Pre-Construction Phase: 51months from notice toproceed.
Construction Phase 1Only: 12months from notice toproceed.
ORIGINAL CONTRACT AMOUNT: $253,000 (pre-construction fees only)
MODIFICATION AMOUNT: $3,617,686
PRIOR MODIFICATIONS AMOUNT: ($8,966)
REVISED TOTAL CONTRACT AMOUNT: $3,861,720
MBE PARTICIPATION::.25% .
MBE COMPLIANCE PHASE 1ONLY: 10.4%
PERFORMANCE BOND:0100%performance bond
29

BOARD OF PUBLIC WORKS27
JUNE 12,2013
SECRETARY'S AGENDA
18. ST. MARY'S COLLEGE OF MARYLAND (cont'd)
Anne Arundel Hall Replacement -Contract Modification
REMARKS: Reference ismade toSec. Item 19(3/4/09) inwhich theBoard ofPublic Works
approved this contract toinclude thepre-construction phase ofboth theMaryland Heritage
Interpretive Center and Anne Arundel Hall; theCollege intended toconstruct both buildings
simultaneously. That Item unintentionally omitted reference tothe249-car parking lot,part of
theAnne Arundel Hall replacement project. The pre-construction phase for both buildings was
completed.
This Item seeks approval to•award only theGMP forPhase 1construction services forAnne
Arundel Hall asfunding fortheMaryland Heritage Interpretive Center construction hasbeen
deferred. The Anne Arundel Hall project originally was programmed asasingle construction
phase. Inaccordance with theapproved Capital Improvement Program, theconstruction will now
bedone intwo phases, lengthening theterm ofconstruction to30months.
The Anne Arundel Hall Phase 1comprises demolition oftheexisting building; field
archaeological work; replacement parking; and site infrastructure. Phase 2construction -award
anticipated next year -will betheactual construction ofthenew Anne Arundel Hall building•
Estimated construction cost fortheentire Anne Arundel Hall project is$29,960,000.
Because Phase 1islimited toaparking lotand building demolition, subcontracting opportunities
arelimited. Gilbane will berequired tomeet anoverall 25% MBE goal when Phase 2is
awarded.
FUND SOURCE: MCCBL 2013-112: Anne Arundel Hall Reconstruction $4,580,000
RESIDENT BUSINESS: • Yes
MD TAX CLEARANCE: 13-1707-0110
BOARD OF PUBLIC WORKS ACTION:
DISAPPROVED
WITH DISCUSSIONTHE ABOVE REFERENCED ITEM WAS:
DEFERRED WITHDRAWN
3•0

28
BOARD OFPUBLIC WORKS
JUNE •12,2013
SECRETARY'S AGENDA
Contact: R.Dean Kenderdine: 410-625-5601
dkendel dme(/;sra.state.md.us
19. MARYLAND STATE RETIREMENT AGENCY
Recommendation: That theBoard ofPublic Works approve theBoard ofTrustees oftheState
Retirement and Pension System ofMaryland reappointing Brian B.Topping, asapublic
member oftheInvestment Committee oftheBoard forathree-year term beginning July 1,2013.
Mr. Topping meets alloftherequirements toserve asapublic member.
Authority: Article 21:115 (b)(2) oftheState Personnel andPensions Article,
Annotated Code ofMaryland
(.
BOARD OFPUBLIC WORKS ACTIONS:
DISAPPROVEDTHE ABOVE REFERENCED ITEM WAS:
DEFERRED WITHDRAWN
WITHOUT DISCUSSION
3i

20.BOARD OFPUBLIC WORKS29
JUNE 12,2013
SECRETARY'S AGENDA
Contact: Michael J.Frenz 410.333.1560
mfrenz@mdstad.com
MARYLAND STADIUM AUTHORITY
Baltimore Convention Center and Ocean City Convention Center
Operating and Maintenance Budgeted Amount
Recommendation: That theBoard ofPublic Works approve thefiscal year 2014 Operating and
Maintenance Budgeted Amount (OMBA) fortheBaltimore Convention Center andforthe
Ocean City Convention Center asfollows:
Baltimore Convention Center:
Ocean City Convention Center:approximately $17.14 million
approximately $4.66 million
Authority: Sections 10-640(c) &10-643(c) oftheEconomic Dev't Articlel Annotated Code of
Maryland.
Background: Pursuant toSection 3.02 and 3.03 ofthebond subleases fortheconvention centers,
theBoard ofPublic Works ,shall approve anOMBA forthenext succeeding fiscal year."
Acertificate oftheproposed OMBA forboth convention centers was delivered tothe
Board ofPublic Works onDecember 1,20121 inaccordance with thesublease agreements.
The Maryland Stadium Authority approved theOMBA foreach convention center atits
meeting onDecember 4,2012.
BOARD OF PUBLIC WORKS ACTION: THE.ABOVE REFERENCED ITEM WAS:
DISAPPROVED
WITH DISCUSSIONDEFERRED WITHDRAWN
C T.OUTD,SC i ill!l••
32

3O
BOARD OFPUBLIC WORKS
JUNE 12,2013
SECRETARY'S AGENDA
Contact: Doldon Moore 410-260-7791
Doldon.moore@maryland.gov
21. BOARD OFPUBLIC WORKS
Wetlands Licenses
Approval isrequested ofthefollowing applications forwetlands licenses forprojects
involving dredging orfilling orboth inthenavigable waters ofMaryland. The Board ofPublic
Works' Wetlands Administrator recommends that alicense begranted asproposed inthe
Department oftheEnvironment's Report andRecommendation.
Authority: Title 16,Environment Article, Maryland Code; COMAR 23.02.04.
BALTIMORE COUNTY
11-0179 MARYLAND MARINA AND YACHT SALES, INC.
Maintenance dredge marina basin andremove/replace piles and
piers, platforms andfinger piers
Frog Mortar Creek, Middle River
ST. MARY'S COUNTY
13-0245 HISTORIC ST.MARY'S CITY COMMISSION•
Excavate sixtestareas andremove sediment during an
archaeological study
St.Mary's River, near St.Mary's College
BOARD OF PUBLIC WORKS ACTION: THE ABOVE REFERENCED ITEM WAS:
DISAPPROVED
WITH DISCUSSIONDEFERRED WITHDRAWN
 II•l '11
33

31
BOARD OFPUBLIC WORKS
JUNE 12,2013
SECRETARY'S AGENDA
Contact: Doldon Moore 410-260-7791
Doldon.moore@maryland.gov
22. BOARD OFPUBLIC WORKS
Wetlands License 11-0139
Approval isrequested ofthefollowing application forawetlands license foraproject
involving dredging orfilling orboth inthenavigable waters ofMaryland: This case isclassified
asanextraordinary case because oftherecommendation torequire mitigation. The Board of
Public Works' Wetlands Administrator recommends that alicense begranted asindicated. The
Department oftheEnvironment fully concurs with thisrecommendation.
Authority: Title 16,Environment Article, Maryland Code; COMAR 23.02 04
ANNE ARUNDELCOUNTY
11-0139 ANNE ARUNDEL COUNTY DEPT. OFPUBLIC WORKS
Replace existing road culvert andspillway conveying unnamed
tributary toBeards Creek under Southdown Road andconveying
collected stormwater into Beards Creek through aseries ofaquatic
pools andgrade control structures.
Site A:Construct two 10-foot by45-foot stone riffle weir grade
control structures with excavated shallow pools located below each
structure within amaximum of130feet channelward ofnew culvert
and spillway.
Site B:Construct a22-foot by12-foot stone riffle weir grade control
structure within amaximum of6feet channelward ofmean high water
line conveying stormwater into tidal waters.
Mitigation (COMAR 26. 24. 05. O1B(1)" Fill, grade andplant 9,228
square feet oftemporarily-disturbed tidal wetlands anderadicate
existing phragmites, inboth sites asmitigation ona1:1ratio forthe
impacted tidal wetlands asdepicted ontheplans dated April 15,2013.
Beards Creek, Edgewater
Application received -August 23,2010 •
Public comment period ended- November 1,2010
MDE Report andRecommendation received -May 20,2013
BOARD OFPUBLIC WORKS ACTION: THE.ABOVE REFERENCED ITEM WAS"
DISAPPROVED
WITH DISCUSSIONDEFERRED WITHDRAWN
34

BOARD OF PUBLIC WORKS
JUNE 12,2013
SECRETARY'S AGENDA
APPENDIX
Report ofemergency contracts awarded byvarious agencies inaccordance with COMAR
21.05.06 (Title 21-State Procurement Regulations) and reported inaccordance with COMAR
21.02.01.05(A)(3).
Individual reports enclosed.

AI
BOARD OFPUBLIC WORKS
JUNE 12,2013
APPENDIX
SECRETARY' SAGENDA
Contact: Janet Ennis 410-764-3779
janet.ennis@maryland.gov
REPORT OFEMERGENCY PROCUREMENT
ITEM: •Appendix 1
DEPARTMENT OFHEALTH AND MENTAL HYGIENE
Maryland Health Care Commission
CONTRACT ID: Assessment andMeasurement Support for
Stakeholder. Engagement andPlanning Process fora
Community Integrated Medical Home
MHCC 13-024 ADPICS No.: M00B3400623
CONTRACT TYPE: • Service
DESCRIPTION: Assessment andmeasurement support fordevelopment ofstakeholder engagement
andprogram developinent services fortheCommunity-Integrated Medical Home, anew multi-payer
patient-centered medical home program.
PROCUREMENT METHOD: Emergency
DATE EMERGENCY DECLARED:
•PROPOSAL:
Discern, LLC
BaltimoreMarch 11,2013
$175,000
AWARD:
AMOUNT:
AWARD DATE:
TERM:Discern, LLC
$175,000
May 1,2013
5/6/13 -9/30/13
MBE PARTICIPATION: None
FUND SOURCE: 100% Reimbursable
APPROP. CODE:
PERFORMANCE SECURITY:32.18.01
None
•INCUMBENT: None
36

BOARD OFPUBLIC WORKS
JUNE 12,2013
APPENDIX
• SECRETARY' SAGENDA
REPORT OFEMERGENCY PROCUREMENT
ITEM: Appendix 1(cont'd)A2
REMARKS:
Nature ofEmergency: DHMH was awarded aState Innovation Model grant from theCenters for
Medicare &Medicaid Services. The grant provides DHMH more than $2million todevelop a
Community-Integrated Medical Home. Aportion ofthe grant ($175,000) istobeused toprovide a
practitioner perfomaance measurement system fortheCIMH project. Because thefederal money must be
used insixmonths (ending September 30,2013), anemergency procurement was necessary.
Basis forSelection: The Maryland Health Care Commission solicited offerors through eMaryland
Marketplace, butonly Discern submitted aproposal. Discern will devote ateam ofnine professionals to
this contract, each anexpert insome aspect ofdeveloping performance measurement systems, data
systems, andrequests forproposal. Discern provided adetailed budget included hourly rates foreach
deliverable. MHCC hasdetermined that thebudget submitted byDiscern isfairandreasonable given the
short performance period ofless than sixmonths.
TAX COMPLIANCE NO.: 13-1532-0111
RESIDENT BUSINESS: Yes
BOARD OFPUBLIC WORKS ACTION"
 WITH DISCUSSION
REPORT REMANDED TO DEPT./AGENCY
REM ARKS:
37¸

1A
SUPPLEMENT A
DEPARTMENT OFNATURAL RESOURCES REAL PROPERTY
ACTION AGENDA
June 12,2013
ITEM 1A
PROGRAM OPEN SPACE STATE SHARE 
Estate ofRichard Edgar Hutzell -$25,000. O0
Frederick &Washington Counties
POS #4444Contacti Emily Wilson
ewilson@dnr.state.md.us
(410) 260-8436
Reference: That the Board ofPublic Works approve theacquisition infeesimple of11+/-acres
located inFrederick andWashington Counties. The fully-forested parcel islocated within the
Fox's Gap National Historic District andwill serve asabuffer totheAppalachian Trail. The
property iscontiguous toother lands owned andmanaged bytheMaryland Park Service andwill
become part ofSouth Mountain State Park. Acquisition will increase recreational opportunities,
including historic interpretation ofCivil War events.
The property islocated within theTarget Ecological Area andscored 82under theProgram
Open Space Targeting System. This project also meets• criteria inaccordance with Chapter 4191
Laws ofMaryland 2009 asitpresents aunique acquisition opportunity asaresult ofits
extraordinary location andtheenvironmental value oftheproperty,
Grantor: Estate ofRichard Edgar Hutzell
Grantee:
Property:The State ofMaryland totheuseoftheDepartment ofNatural Resources
11+/-acres, unimproved
Price: $25,000 (discounted'sale)
Appraisals: $25,000 (10/27/12) -James L.Randall -Reviewed byDavid Wallenberg
Fund Source:$25,500 (10/22/12) -Leslie U.Hutzell -Reviewed byDavid Wallenberg
MCCBL of2010 (Chapter 483, Acts of2010) •
Source Code: 0141•0 Item 014
BoarAction; The above referenced item was:
( Approved Disapproved  Withdrawn
•38

SUPPLEMENT A
DEPARTMENT OFNATURAL RESOURCES REAL PROPERTY
ACTION AGENDA2A
June 12,2013.
Contact: Elizabeth Buxton
ITEM 2A ebuxton@dnr.state.md.us
MARYLAND ENVIRONMENTAL TRUST (410) 514-7900
Recommendation: That theBoard ofPublic Works ratify thefollowing acquisition ofa
perpetual conservation easement:
Property: 94.676 acres, Anne Arundel County, Fairhaven Road
Map 0081; Parcel 0012, Legislative District 30B
"Grantor: Colony Cove, LLC
Grantee: Maryland Environmental Trust andScenic Rivers Land: Trust, Inc.
Purchase Price: $75,000
Fund Source: The Wentz Holdings Inc. Charitable Remainder Unitrust
inmemory ofBrice McAdoo Clagett, Esq. (100% private funds)
Estimated Value: $176,000
Note: Estimated easement value isanMET estimate only. Toestimate theeasement value.
MET multiplies thenumber ofacres intheproposed easement bytheaverage per-acre value
ofeasements MET accepted inthat county orregion inprevious years. (The previous year's
average per-acre value isderived bytotaling theappraised values forMET easements in a
region anddividing bythenumber ofacres).
Board ofPublic Works Action: theabove referenced item was:
: Disapproved
With Discussion•ithdrawn
39

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANA(
ACTION AGENDA
SERVICES CONTRACT;EMENT1B
BPW 6/12/2013
ITEM: 1-S Agency Contact: Leona Spencer
410-767-5178
spencerl@dhmh.state.md.us
DEPARTMENT/PROGRAM:
CONTRACT ID:•Health andMental Hygiene (DHMH)
Office ofSystems, Operations &Pharmacy
DHMH/0PASS #;
Scanning Services forClaims Processing and
Recoveries
ADPICS #M00B4400048
CONTRACT DESCRIPTION: Contract toscan documents forstorage and
retrieval, with information being sent totheMaryland Medicaid Information System (MMIS)
and/or aretrievable compact disk (CD)/Server.
AWARD:
TERM:iScan, ADivision ofHumanim, Inc.
Columbia, MD
7/1/2013 -6/30/2014 (1Year)
AMOUNT: $542,187
PROCUREMENT METHOD:
BIDS OR PROPOSALS: •Preferred Provider
N/A
MBE PARTICIPATION: 100% (Contractor isaMaryland Certified MBE)
PERFORMANCE SECURITY:
INCUMBENT: ••None
Same
4O

SUPPLEMENT B
DEPARTMENT OF BUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 1-S(Cont.)2B
BPW 6/12/2013
REQUESTING AGENCY REMARKS: The Office ofSystems, Operations and Pharmacy
(OSOP) must have their documents scanned forretrieval and storage purposes, iScan, aDivision
ofHumanim, Inc., will scan, save and provide theDepartment access torecords that must be
kept forspecific periods oftime, without keeping thepaper documents onsite. Byhaving the
vendor handle this contract itrelieves theDepartment oftheresponsibility ofmachine
maintenance and supplies, plus theDepartment has notbeen able tohire enough staff todothis
type ofwork onitsown.
The Department has procured this type ofservice before and this Preferred Provider has made
thescanning and retrieval ofdocuments faster and more efficient with greater access to
information. The machines, maintenance agreements, etc., arevery expensive and this
Contractor owns/rents theequipment and supplies themaintenance, which keeps theDepartment
from purchasing thewrong equipment/software asitlacks expertise inthis area. Attheend of
sixmonths theDepartment will meet internally todecide whether tokeep using this service
beyond theone-year contract.
The contractor will scan: (1)current claims/attachments toacompact disk (CD) with multiple
documents under one index number forstorage and retrieval; and (2)closed recoveries files for
retrievable documents for storage and easy access toclient data.
Inaccordance with COMAR 21.11.05.04, onApril 30,2013 thePricing and Selection
Committee fortheEmployment Works Program certified theprices forthis contract asfair
market atanot-to-exceed value of$542,1.86.73 forproviding optical scanning services.
FUND SOURCE: 75% Federal; 25% General
APPROP. CODE: M0010301
RESIDENT BUSINESS: Yes
MD TAX CLEARANCE: 13-1313-0110
Board ofPublic Works Action -The above referenced Item was:
DISAPPROVED
WITH DISCUSSION o ,o TFcussi 4i

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
SERVICES CONTRACTREVISED I
3B
BPW 6/12/2013
ITEM: 2-S Agency Contact: Ilise Marrazzo
410-767-5596
Ilise.Marrazzo@maryland.gov
DEPARTMENT/PRO GRAM: Health andMental Hygiene (DHMH)
Maternal andChild Health Bureau,
Office ofFamily Planning andHome Visiting
CONTRACT ID: OPASS 14-13375;
ADPICS #M00B4400046
CONTRACT DESCRIPTION: Provide planning, implementation andevaluation of
four federally required trainings four perfiscal year foratotal of16)fortheMaryland Title X
Family Planning Program within theOffice ofFamily Planning andHome Visiting.
AWARD: Family Planning Council, Inc. (FPC)
Philadelphia, PA
TERM: 7/1/2013 -6/30/2016 (w/1 one-year renewal option)
AMOUNT: $195,000 (3Years; Base Contract)
$65,000 (1Year; Renewal Option)
$260,000 Total (4Years)
PROCUREMENT METHOD: Sole Source
BIDS OR PROPOSALS: N/A
MBE PARTICIPATION: None (See Requesting Agency Remarks below)
PERFORMANCE SECURITY: N/A
INCUMBENT: Same
42

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 2-S(Cont.)4B
BPW 6]12/2013
REQUESTING AGENCY REMARKS: The Family Planning Council, Inc. (FPC)
TRAINING3 (T3) istheSexually Transmitted Disease (STD)-related Reproductive Health,
Prevention, Training, andTechnical Assistance Center fortheU.S. Department ofHealth and
Human Services (HHS) Office ofPopulation Affairs (OPA) Region III(Delaware, District of
Columbia, Maryland, Pennsylvania, Virginia andWest Virginia). FPC T3hasprovided training
toallTitle Xrecipients within Region IIIsince 1981.
The Centers ofDisease Control andPrevention (CDC) with HHS OPA supports anational
network ofregional STD-related Reproductive Health, Prevention, Training, andTechnical
Assistance Centers that provide technical assistance andtraining tostate, local, territorial, and
tribal STD andTitle XFamily Planning programs tostrengthen program management and
delivery ofSTD services andimprove quality ofreproductive-health-related STD services.
AstheTitle XGrantee fortheState ofMaryland, theOffice ofFamily Planning andHome
Visiting must ensure that delegate agencies receive training that meets theneeds ofMaryland
family planning program recipients, aswell asmeets thetraining requirements setforth byHHS
OPA.
FPC T3isutilized toensure that family planning andreproductive health professionals have the
knowledge skills andattitudes necessary todeliver effective quality family planning and
reproductive health services. Over theyears, T3hasevolved into acomprehensive performance
improvement center, identifying andresponding tothejobperformance-related needs ofa
variety offamily planning, health care and social service programs. This isachieved by
designing, delivering andevaluating themost effective training andother performance
improvement initiatives.
NoMBE Participation Goal was established forthis contract because there arenosubcontracting!
ppommities available. The services provided under this contract (planning, implementation and
..... , ]:evaluation oftechnical assistance andtramlng needs) must beperformed bytheTitle X Grantee,
PC T.3,that serves theHHS Region III.!--
43

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 2-S(Cont.)
FUND SOURCE:
APPROP. CODE:
•RESIDENT BUSINESS:
MD TAX CLEARANCE:100% Federal
M00F0304
No
13-1337-00005B
BPW 6/12/2013
Works Action -The above referenced Item was:
DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION
45

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
SERVICES CONTRACT6B
BPW 6/12/2013
ITEM: 3-S Agency Contact: John G.Cullen
301-777-2260
john.cullen@Maryland.gov
DEPARTMENT/PROGRAM: Health andMental Hygiene (DHMH)
Mental Hygiene Administration (MHA)
Thomas B.Finan Center (Finan Center)
CONTRACT ID: DHMH OPASS 14-13399;
Thomas B.Finan Center
Dietetic Department Services
ADPICS #M00B4400081
CONTRACT DESCRIPTION: Provide professional nutrition care andfood
services operation tothepatients/clients attheThomas B.Finan Center.
AWARD: Food Management Services, Inc.
t/aLintons Managed Services, Inc.
East Norriton, PA
TERM: 7/1/2013 -6/30/2018 (5Years)
AMOUNT: $7,133,184
PROCUREMENT METHOD: Competitive Sealed Proposals
BIDS OR PROPOSALS: SeeAttachment
MBE PARTICIPATION: None (See Requesting Agency Remarks below)
PERFORMANCE SECURITY: None
INCUMBENT: Same
45

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 3-S(Cont.)7B
BPW 6/12/2013
REQUESTING AGENCY REMARKS: Anotice oftheavailability oftheRequest for
Proposals (RFP) was advertised oneMaryland Marketplace andtheDHMH web site.
Additionally, acopy ofthesolicitation was emailed directly toeleven (1l)prospective offerors,
two ofwhich areMaryland firms andnone areMBEs. Anotice was sent totheGovernor's
Office ofMinority Affairs.
Four proposals were received inresponse totheRFP, allofwhich were determined tobe
reasonably susceptible ofbeing selected foraward. The proposal from Food Management
Services, Inc. t/aLintons Managed Services, Inc. was ranked #1overall with thehighest ranked
technical offer andthelowest price. Therefore, award isrecommended toFood Management
Services, Inc. ashaving themost advantageous offer fortheState.
The Thomas B.Finan Center (the Center) operates an88-bed psychiatric facility located in
Cumberland, Maryland. The Center serves adult andaged populations inAllegany, Washington,
Frederick andGarrett counties.
The incumbent hasprovided these services formore than 17years fortheCenter, andhas
provided similar services toother DHMH facilities.
NoMBE participation goal was established forthis contract duetothelimited subcontracting
opportunities.
FUND SOURCE: 57% General;
43% Special (Allegany County Health Dept.)
APPROP. CODE:
RESIDENT BUSINESS:M00L0401
No
MD TAX CLEARANCE: 13-1573-1111
Board ofPublic Works Action -The above referenced Item was:
DISAPPROVED
WITH DISCUSSIONDEFERRED WITHDRAWN
ii I|
46

ITEM:SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
3-S(Cont.) ATTACHMENT
BIDS ORPROPOSALS (Cont.):
Offerors
Food Management Services, Inc.
t/aLintons Managed Services Inc.
East Norriton, PATeeh.
RankFinancial Offer
5Years/(Rank)
$7,133,183.80 (1)
Prince Food Systems
Cumberland, MD
Culinary Services Group
Westminster, MD
Crystal Enterprises, Inc.
Glenn Dale, MD2 $15,665,291170 (4)8B
BPW 6/12/2013
Overall
Ranking *
•$7,318,334.68 (2)1
2
3 3
$12,518,259.25 (3) 4 4
Note: *Technical factors have greater weight than financial factors intheoverall ranking award
determination,
47

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
SERVICES CONTRACT9B
BPW 6/12/2013
ITEM: 4-S
DEPARTMENT/PROGRAM:Agency Contact: William Derbyshire
410-767-8214
william.derbyshire@maryland.gov
Health andMental Hygiene (DHMH)
Office ofSystems, Operations &Pharmacy (OSOP)
Division ofRecoveries &Financial Services
Maximization ofThird Party Liability Recoveries
fortheState ofMaryland
CONTRACT ID: DHMH-OPAS S-14-13384;
Third Party Liability Identification &Recoveries
ADPICS #M00B4400049
CONTRACT DESCRIPTION: Revenue producing contract toassist inidentifying
legally liable third parties forMedicaid recipients toavoid paying forservices that arethe
responsibility ofother parties andtorecover Medicaid payments that other parties should have
paid. Additionally, services areprovided that identify ineligible Maryland Children's Health
•Program (MCHP) Premium applicants.
AWARDS: Health Management Systems, Inc. (HMS)
New York, NY
TERM: 7/1/2013 -6/30/2016•(w/1 two-year renewal
option)
AMOUNT:
PROCUREMENT METHOD:
BIDS OR PROPOSALS:
MBE PARTICIPATION:$4,710,800 (3Years; Base Contract)
$3,263,400 (2Years; Renewal Option)
$7,974,200 Total (5Years)
Competitive Sealed Proposals
Only One Proposal Received
5%(See Requesting Agency Remarks below)
•.• •.48

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
"ACTION AGENDA
ITEM: 4-S(Cont.)10B
BPW 6/12/2013
PERFORMANCE SECURITY: None
INCUMBENT:. Same
REQUESTING AGENCY REMARKS: Anotice oftheavailability oftheRequest for
Proposals (RFP) wasadvertised oneMaryland Marketplace andtheDHMH website. Copies of
thesolicitation notice were sentdirectly tofiveprospective vendors, none ofwhich areMaryland
firms, andincluded noMBEs.
One proposal was received inresponse totheRFP, anditwas determined tobereasonably
susceptible ofbeing selected foraward. Inaddition, theOfferor was determined tobe
responsible, thefinancial offer was considered fairandreasonable, anditwas determined that
other potential offerors had areasonable opportunity torespond tothesolicitation. Therefore,
award isrecommended toHealth Management Systems, Inc. (HMS), thesole Offeror and
incumbent.
HMS hasbeen theincumbent forapproximately 25years, since theinception oftheprogram.
There were no"No Bid" Response forms received. Itisbelieved that noother proposals were
received because ofthefew organizations that provided these highly specialized technical
services togovernment health care programs none ofthem could provide therequested services
inamanner that would beprofitable tothem. Over theyears, through robust growth and
acquisitions HMS hasbecome thelargest ofthese specialized organizations.
The Third Party Liability (TPL) Identification &Recoveries Contract isvital totheDepartment
inavoiding andrecovering payments that arenottheresponsibility ofMedical Assistance.
Further, TPL determination andrecovery activities arerequired bytheCenters forMedicare and
Medicaid Services (CMS) andbyFederal law. This TPL Contract provides services that cannot
beperformed bytheDepartment. Specifically, data agreements with more than athousand
insurers, third party administrators, andother potential responsible third parties arenecessary to
perform this service. Additionally, thisTPL Contract provides theexperience andIT
infrastructure that enables theexchange ofdata between theDepartment's Medicaid
Management Information System (MMIS) and theContractor toidentify claims that arethe
responsibility ofallofthepotential responsible third parties.
49

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 4-S(Cont.)llB
BPW 6/12/2013
The TPL Contract isrevenue generating; itisan indefinite quantity, fixed unit price contract,
whereby theContractor ispaid fortheactual recovery amounts andattheunit prices (rates of
recovery) that arefixed intheContract. The costs avoided andthefunds successfully recovered
farexceed thecost oftheContract. Allofthese• funds arereturned totheGeneral Fund less
payments totheContractor. (Funds recovered during theprevious contract beginning inJanuary
2010 todate areapproximately $76,000,0001)
A5%MBE participation goal was established forthis contract based upon thedetermination that
there were limited subcontracting opportunities available outside ofthecore services that are
automated processes
FUND SOURCE: 50% General; 50% Federal
APPROP. CODE: M00Q0103
RESIDENT BUSINESS: No
MD TAX CLEARANCE: 13-1487-0001
Board ofPublic Works Action -The above referenced Item was:
DISAPPROVED •
WITH DISCUSSIONDEFERRED WITHDRAWN
OUT DISCUSSI
5O

12B
BPW 6/12/2013
SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
SERVICES CONTRACT
ITEM: :5-S Agency Contact: Michele Ferges
410-767-6001
Michele.Feges@maryland.gov
DEPART MENT/PRO GRAM:
CONTRACT ID:Health andMental Hygiene (DHMH)
Developmental Disabilities Administration (DDA)
DHMH-OPAS S-14-10959;
Level ofNeed Assessment (LNA) •
ADPICS #M00B440047
CONTRACT•DESCRIPTION: Conduct Level ofNeed Assessments (LNA)
Statewide that will beused todetermine anappropriate level ofindividual reimbursement to
people who utilize services funded •bytheDevelopmental Disabilities Administration ([)DA).
AWARD: Support Network, Inc.
Windsor Mill, MD
TERM:
AMOUNT:7/1/2013 -6/30/2016
$2,315,700 (3Years)
PROCUREMENT METHOD: Competitive Sealed Proposals
BIDS OR PROPOSALS:
MBE PARTICIPATION:Only One Proposal Received
100%(Contractor isaMDOT Certified MBE)
5%Subcontracting Goal •
(See Requesting Agency Remarks below)
PERFORMANCE SECURITY:
INCUMBENT:None
APS Health Care
Baltimore, MD
51

SUPPLEMENT B
DEPARTMENT OF•BUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 5-S(Cont.)13B
BPW 6/12/2013
•REQUESTING AGENCY REMARKS: Anotice ofavailability oftheRequest forProposals
(RFP) was advertised oneMaryland Marketplace andtheDHMH web site. Additionally, acopy
ofthesolicitation was emailed directly tofour prospective vendors, allofwhich areMaryland
firms andnone areMBEs. Acopy ofthenotice was also sent totheGovernor's Office of
Minority Affairs.
One proposal was received inresponse totheRFP, anditwas determined tobereasonably
susceptible ofbeing selected foraward. Inaddition, theOfferor was determined tobe
responsible, thefinancial offer was considered fairandreasonable, anditwas also determined
that other potential offerors hadareasonable opportunity torespond tothesolicitation.
Therefore, anaward isrecommended toSupport Network, Inc., thesole Offeror.
The Department received oneresponse (from theIncumbent) astowhy other vendors did not
submit proposals stating that the"Bid/Proposal requirements (other than specifications) are
unreasonable ortoorisky." Additional comments indicated that "the direct labor costs are
insufficient tocover theRFP requirements.., without resulting inanexcessive cost perunit."
The purpose ofthis contract istoensure that people who areentering andreceiving DDA Fee
Payment System (FPS) services have objective andun-biased assessments fortheir levels of
need sothat DDA candetermine theproper rates ofpayments totheservice providers.
Through this contract, Support Network, Inc. will conduct LNAs Statewide that will beused to
determine anappropriate level ofindividual reimbursement topeople who utilize services funded
bytheDDA toinclude:
Completing aLNA forallpeople who arenewly entering services covered under theFee
Payment System (FPS) using residential, day, andsupported employment services; and
Conducting aSupports Intensity Scale (SIS) interview forallpeople who arenewly
entering services covered •under theFPS.
52

SUPPLEMENT B
•DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 5-S(Cont.)14B
BPW 6/12/2013
A5%MBE participation goal was established forthis contract based upon thelimited
subcontracting opportunities toprovide data entry services andsurvey mailings. Inaddition, the
Prime Contractor isaMBE.
FUND SOURCE: 57.2% General, 42.8% Federal
(Medicaid Reimbursable)
APPROP. CODE: M00M0102
RESIDENT BUSINESS: Yes
MD TAX CLEARANCE: 13-1426-0111
Board ofPublic Works Action -The above referenced Item was:
DISAPPROVED
WITH DISCUSSIONDEFERRED WITHDRAWN
53

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA15B
BPW 6/12/2013
SERVICES CONTRACT
ITEM: 6-S
DEPARTMENT/PROGRAM:
CONTRACT ID:Agency Contact: Sandy Johnson
410-767-7408
sandy.j ohnson@maryland.gov
Human Resources (DHR)
Social Services Administration (SSA)
Foster Care Maintenance Payments Program
Residential Child Care Services
APDICS #N00B4400053
CONTRACT DESCRIPTION: Approval request toenter into asole source contract
fordevelopmentally disabled Residential Child Care (RCC) services totwo autistic youth located
inMontgomery County. •
AWARD:
TERM:Community Services forAutistic Adults &
Children, •Inc. (CSAAC)
Montgomery Village, MD
7/1/2013 -2/24/2016 (2Years, 8Months, 24days)
(See Requesting Agency Remarks below)
AMOUNT: $483,889
PROCUREMENT METHOD: Sole Source
BIDS OR PROPOSALS:
MBE PARTICIPATION:N/A
None (See Requesting Agency Remarks below)
PERFORMANCE SECURITY:
INCUMBENT:None
Same
54

16B
BPW 6/12/2013
SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 6-S(Cont.)
REQUESTING AGENCY REMARKS: Request forapproval ofasole source contract to
continue developmentally disabled (DD) Residential Child Care (RCC) services fortwo autistic
youth that have been placed with theProvider since 2001 and2002 respectively.
OnSeptember 17,2012, DHR issued aRFP toacquire Residential Child Care (RCC) services in
Maryland. Community Services forAutistic Adults &Children, Inc. (CSAAC), aprovider of
DD RCC services, responded totheRFP expressing that itonly wished tocontinue DDRCC
services with DHR until thetwo youth presently placed with theprovider reach age21. CSAAC
also expressed that new placements from DHR would notbeaccepted once avacancy existed in
their RCC Program. Asaresult, DHR determined that asole source contract with CSAAC was
best tomaintain thecontinuity ofcare forthese two youth.
Residential Child Care programs aredefined inCOMAR 14.31.02.03B(13) as"aprogram ofcare
provided inaresidential setting byaprovider ona24-hour basis within astructured setof
services andactivities. COMAR 14.31.06.01 articulates thestandards that must bemet and
maintained byresidential child care programs forchildren andyouth. These requirements are
designed toprotect thehealth, safety, andwell being ofchildren placed inresidential child care
programs.
The DD Group Home Program provides astable setting forchildren with mild tosevere
developmental disabilities who require 24hour supervision andintensive staff care tomeet daily
needs through arange ofservice levels. These two Youth require extensive care andservices due
totheir diagnosed autism. Some ofthebehaviors these youth exhibit are: selfinjurious, toilet
stuffing, pica, property abuse, leaving thesite, tantrums, sleep problems, andphysical
aggression. Both teens areonmultiple psychotropic medications. Itiscritical forchildren with
autism tohave continuity Ofcare with their caretakers, andastructured and stable environment•
inwhich tothrive. Autistic children have difficulty with change anddowell with routine.•
CSAAC isoneofonly avery few service providers who specialize inautism inMarylandl The
youth that CSAAC serve require specialized intensive residential supports. Once theyouth reach
age21,both will betransitioned toanadult care program.
55

SUPPLEMENT B
DEPARTMENT OF BUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 6-S (Cont.)17B
BPW 6/12/2013
State Finance and Procurement Article Section 13-107 and COMAR 21.14.01.06C (Sole Source
Contracts) states:
(1) Inorder toprovide continuity ofhuman orsocial services care tocurrent third-party
clients, theprocurement officer shall, before thecontract with thecurrent Provider expires,
attempt tonegotiate asole source contract with thecurrent provider... (b)Based onan
assessment byalicensed orcertified health practitioner, thehead ofafunding unit
determines that aChange inthehuman orsocial services provider would have adetrimental
impact onthose clients currently being served bytheprovider. The licensed orcertified
health practitioner shall beapsychologist, social worker, physician, nurse, orqualified
developmental disabilities professional (QDDP), asdefined inCOMAR 10.22.03.01 B(25).
For thereasons asstated above, itisbelieved tobeintheState's best interest toenter into this
sole source contract.
The Governor's Office forChildren isthesingle poin tofentry forprivate providers interested in
supplying care under approved negotiated rates foryouth ofthevarious State agencies. The rates
forthis provider have been approved bytheMaryland State Department ofEducation (MSDE)
Division ofSpecial Education, Early Intervention Services Nonpublic Section.
NoMBE participation goal was established forthis contract because itdoes notmeet thecriteria
forinclusion ofa5%MBE subcontracting goal asestablished byDHR that allfoster care/per
diem providers who have acapacity of25ormore beds have aMBE participation goal.
FUNDSOURCE: 66% General; 34% Federal
APPROP. CODE: N00G0001
RESIDENT BUSINESS: Yes
MD TAX CLEARANCE:
/13-0076-0110
Board ofPublic Works Action -The above referenced Item was:
DISAPPROVED
WITH DISCUSSIONDEFERRED WITHDRAWN
56

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
SERVICES CONTRACT18B
BPW 6/12/2013
ITEM: 7-S Agency Contact: Sandy Johnson
410-767-7408
sandy.johnson@maryland.gov
DEPARTMENT/PROGRAM: Human Resources (DHR)
Social Services Administration (SSA)
Foster Care Maintenance Payments Program
CONTRACT IDS: SeeAttachment;
Child Placement Agency
ADPICS #s:SeeAttachment
CONTRACT DESCRIPTION: Provide Child Placement Agency (CPA) services
foratotal of2,623 clients atvarious locations throughout Maryland through 45separate CPA
contracts.
AWARDS: SeeAttachment
TERM: 7/1/2013 -6/30/2014 (w/1 one-year renewal option)
AMOUNT: $129,578,422 (1Year; Base Contract)
$132,817,940 (1Year; Renewal Option)
$262,396,362 Grand Total (2Years)
(See Attachment)
PROCUREMENT METHOD: Non-Competitive Negotiated Procurement of
Human, Social or Educational Services
BIDS OR PROPOSALS: N/A
MBE PARTICIPATION:
PERFORMANCE SECURITY:9ofthe45Providers areMDOT Certified MBEs;
33Providers aretostrive for2.6% MBE
Participation (5% ofAdministrative Costs);
(See Attachment andRequesting Agency Remarks)
None
7

19B
BPW 6/12/2013
SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 7-S(Cont.)
HIRING AGREEMENT ELIGIBLE: Yes forall
INCUMBENTS: Same (See Attachment)
REQUESTING AGENCY REMARKS: Request forapproval of45contracts forChild
Placement Agency (CPA) services foratotal of2,623 clients.
CPA Programs aredefined inCOMAR 07.02.21.03B (!7)asa24-hour substitute care program,
operated byalicensed child placement agency orlocal department ofsocial services, forchildren
with aserious emotional, behavioral, medical, orpsychological condition.
The total award amount of$129,578,422 forthebase term assumes that each bedpurchased will
beoccupied byachild forthefullyear oftheContracts. Based onhistory, this isunlikely to
occur. These arereimbursements contracts. The Providers arepaid solely fortheactual children
placed with them during theyear, andthen only fortheactual number ofdays each child iswith
theProvider.
The amount fortheoption period isanestimated cost. The Interagency Rates Committee (IRC)
does notissue theactual rates until June ofeach year.
State Finance andProcurement Article Section 13-106 andCOMAR 21.14.01.04 (Non-
Competitive Negotiated Procurement ofHuman, Social orEducational Services) provides for
procuring certain human, social andeducational services. CPA service providers inthisrequest
were obtained through anon-competitive negotiation process.
The Governor's Office forChildren (GOC) isthesingle point ofentry forprivate providers
interested insupplying care under approved negotiated rates for youth ofthevarious State
agencies. The Providers have rates that were approved bytheIRC.
58

20B
BPW 6/12/2013
SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 7-S(Cont.)
The procurement ofthese service providers hascomplied with theLaw's requirement forNon-
Competitive Negotiated Procurement ofHuman, Social orEducational Services, because
currently thenumber ofchildren inneed ofplacement exceeds thenumber ofavailable beds. In
accordance with COMAR 21.14.01.04, below arereasons forthismethod ofprocurement:
1. The procurement istoobtain therapeutic services forchildren andadolescents under a
negotiated system adopted byregulation (COMAR 21.14.01.04B (1)and(2)(b)and
(c)(iii)).
2. The services aretreatment foster care andthelicensing standards arefound in
COMAR 07.02.11,• 07.02.13 and•07.02.21.
. Neither DHR northeGOC hasthefacilities orpersonnel toprovide thistype of
service forthe2,623 youth committed toDHR tobeserved under these contracts.
Therefore, itisinthebest interest oftheState that DHR contract forthese services.
CPA Providers that have contracts with DHR for25ormore beds areencouraged tostrive for
2.6% MBE Participation (5% ofAdministrative Costs). There are33ofthe45CPA Providers
that meet this criterion. CPA Providers make direct payments tofoster parents.
FUND SOURCE:/
66% General; 34% Federal (Title IV-E)
APPROP. CODE: N00G0001
RESIDENT BUSINESSES:
MD TAX CLEARANCES:Yes forall
SeeAttachment
Board ofPublic Works Action -The above referenced Item was:
DISAPPROVED
WITH DISCUSSIONDEFERRED WITHDRAWN
DIsCUSSiON
59

¢,q.
Z
0
Zoooo
0
oo
oo
G
o
ioo
oo
oo
oo
oo
o
o,. "7
G
o
g
 •oo
tr'3
0
oe)
,---I
0
r
o
o,,
 2¸
O0

¢-q
(-q
3:G
oo
oo
€'€3D
oo
oo
t,€3tt'3
(-q
t,€3
Z
Z
,<
g
,<g
oO
I
[..,t¢3
OO
O'3
OO
G
0.2
D
t"q
I
<t'q
t,-€3
t"q
D
o'3
o
o
t,.2°,,.
o
r.= c?,
., ¢-q©
-g
o,..
o
o
o,..
o('€3
t-€3
€'€3
€-€3
t¢3
¢-q
I
(.-q
r=..a
"7
6r--t
('€3
tr3
t¢3
5
c'q
o

Cq
¢q¢€3
¢€3<)
¢q
O'9€'4
O9
.Z
0
Z
Z
ZZ
a
0
L9
O9<)
<)
p
O'9
Cq
G<)
p..
4{Y9
p-.
t..5..
.,
o"<)
t
¢q
t
G
mmZ
N84
"" t',l
t
("4
Oe3
t¢'3
0
r
0
0E0
t.."-dt
t,-€3
dZ--
eo.o .
<
62

Cxl.
¢xl
kO
nCx/
o'h0
o
Z
Z
Z
Z
0
0
09iO0 •
O0
O0
O0
0
G
o
O0
.C
t¢'3
D
O0
0
. ,-
c [-- ct'-.-
t¢'3
t¢3
0
o
e..)
n
0
00 •
,-?
6o
. .0
O0
kO
O0
O0
0
<
oZ o
t...¸
.o o
D on
<-. Z- o °,
 .
-o3

at .Cr
F¢.q
O0t
C
cO0
O0
tr
tt
t
EZ
EE
Z
E..E.,
4.a
O
it
E..F
q
C
tr
 6¢-q
t
¢-q
e0 
'," "7CO
tr
c
O0
t
t
O0
trc
O0
Ef
c
°,-,. ooj r
64

oo
¢,.1
ooTm
tr'l
r
Z
E-Z
EZ
ED
ttD
IrioOt
oo
t"q
ooON
¢-q
ON
oot
oo
q
t
oo
oo
iri
0C9
6 W
6o'-It
0S

O4
¢',1
VaDD'-.vl-
,vl- W
.q
Z
a
.,e
Z
<Z
.<m,vt-
t
t
D'--D'-
€',1
D--u%
D,-
W
¢'q
D
Wm
,ge}
"2".4,,,a
o¢0
g-i
hq
e,,l
d
!E <
 r..)t,,,,,,-t
t
"7
i, dz
" 0 
.-o m
Z m
o m
o M
mm 66

0
tt"
O0O0
O0
Z
0
Z
Z
NZ
0
0
tzt¢3:
if')
t
t¢'3
t"-,I
,,==-tt¢3
0
•=• 
m rt¢'3
r"l
m
d 
0 ('-.It'-. 00
O0
0

["4O0
O0¢'4
tt'b
trbkO
O0
o9
Z
0
Z;
ZZ
==
o
r,_)
r.•I[,"q
6'9
O0
".C'
o,',,0
q
¢q
O0
kO
',,.0
6,9
O0
i
k,O
..oo.-
•Q[.-o0"1',,.0
oo* O0
k,O
O0O0
6
0
0
°,,,
0
0
0.o,
,7q,0
0
r3
0
¢,.;,0
.,,,
{3'
0
,4. • 0
=.. :'6

o'h
cqkD
OO0
Cxl
I/he
O0
O0O
Cq
0,1
O0
Z
0
ZZ
oo
iD
cq
o
('N
o0[-M:)
o
,,6 G
ot¢'3
t'--
t
d
o <o oO0
Oq
o
"7
co
 °-<c
d
0
0
oo
• ×7

oh
CN
D0
oo
cxl0 tF)
ooo
z
0
z
z
0
00o
tFl
¢xl
o
oo0 "Ton
o 
o0
o
6
nzo
oo0
,,D
"7
0
" o o-
70

t'q
Z
0
.<
Z
.<Z
.<
.<
-
0
0
ir
G
O0
G
O0
O0
<9,
0
d
0 i
-m
e,l
Ee,l
e
.<
[..(
71

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
SERVICES CONTRACT33B
BPW 6/12/2013
ITEM: 8-S Agency Contact: Sandy Johnson
410-767-7408
SJohnso5 @dhr. state.rod.us
DEPARTMENT/PROGRAM: Human Resources (DHR)
Social Services Administration (SSA)
CONTRACT IDS: See•Attachment 1;
Residential Child Care Services
ADPICS #s: SeeAttachment 1
CONTRACT DESCRIPTION: Approval request toprovide Residential Child Care
(RCC) services foratotal of760 Clients atvarious locations throughout Maryland through 44"
separate RCC contracts.
AWARDS: SeeAttachment 1
TERM:. 7/1/2013 -6/30/2016 (w/2 one-year renewal options)
AMOUNT: $213,554,413 NTE (3Years; Base Contract)
$74,773,285 Est. (1Year; 1stRenewal Option)
$76,642,663 Est. (1Year; 2ndRenewal Option)
$364,970,361 NTE Total (5Years)
PROCUREMENT METHOD: Competitive Sealed Proposals
BIDS OR PROPOSALS: SeeAttachment 2
MBE PARTICIPATION: 7ofthe44Providers areMDOT Certified MBEs;
0%Subcontracting Goal (Providers with less than 25beds) -39Providers (See Attachment 1)
5%Subcontracting Goal (Providers with 25ormore beds) -5Providers (See Attachment 1)
PERFORMANCE SECURITY: None
HIRING AGREEMENT ELIGIBLE: Yes forall
72

ITEM: "SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
8-S(Cont.)34B
BPW 6/12/2013
INCUMBENTS: SeeAttachment 1
REQUESTING AGENCY REMARKS: Anotice oftheavailability oftheRequest for
Proposals (RFP) was advertised oneMaryland Marketplace andtheDHR website.
Copies ofthesolicitation notice were sent directly to74prospective vendors, 73ofwhich are
Maryland firms, andincluded eight MBEs.
Inresponse totheRFP, 71proposals were received from 58Offerors. Ofthe58Offerors, the
following actions occurred:
•One Offeror was purchased byanother Offeror;
•Four Offerors' proposals were determined nottobereasonably susceptible ofbeing
selected foraward;
•Nine Offerors' proposals were ranked technically lower than others andwere not
recommended forcontract awards astherequired number ofbeds forthose particular
programs was allocated andrecommended foraward tohigher ranked Offerors; andfinally,
44Offerors with 47proposals arebeing recommended forawards. Based upon the
required number ofbeds needed foraparticular program, some Offerors were awarded all
beds proposed, while other Offerors received awards forfewer beds than proposed.
Offerors were allowed tosubmit Proposals for one ormore regions/jurisdictions and/or programs.
Each successful Offeror will receive onecontract regardless ofthenumber ofprograms itis
awarded toserve.
Seven ofthe44successful Offerors areMDOT certified MBE Prime Contractors (see Attachment
1).Five ofthe44successful Offerors have 25ormore beds andarerequired tomeet a 5% MBE
participation goal.
Inaneffort toobtain thehighest quality ofResidential Child Care (RCC) services, DHR included
performance measures andaperformance report aspart ofthetechnical evaluation ofthe
procurement. The performance report was considered substantially more important than allother
evaluation criteria. Performance was rated inthree areas: (1)child safety, (2)licensing and
monitoring, and(3)child well-being. These measures were developed collaboratively with
provider organizations through DHR's Provider Advisory Council. Performance reports were
issued foreach licensed sitelocation utilized byanexisting RCC Contractor, since many providers
have multiple locations. Anumber ofOfferors have multiple sitelocations within asingle
geographical region (see Attachment 2).
73

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 8-S (Cont.)35B
BPW 6/12/2013
Although thesame technical proposal was used when anOfferor hadmultiple sitelocations, the
performance report andperdiem may have differed foreach sitelocation. Because performance
reports were issued bysitelocation, proposals were ranked andawards were recommended bysite
location. Inaddition, technical factors were weighted more than financial factors intheoverall
award determination.
Ifanexisting RCC Contractor proposed anew program forwhich ithadnopast performance
rating, thescore from theexisting RCC Contractor's most similar program inscope with thenew
program was used fortheperformance rating intheproposal. Forallother Offerors (licensed
Providers who didnothave anexisting RCC contract with DHR) specific documentation was
submitted with their proposals inorder forDHR toprepare aperformance report.
RCC services resulting from thisRFP will bedelivered through five distinct Programs asfollows:
•Developmentally Disabled Program -To provide astable setting forchildren with mild to
severe developmental disabilities who require 24hour supervision andintensive staff care
tomeet daily needs through arange ofservice levels.
Diagnostic Evaluation andTreatment Program -Toserve youth who arepreviously
undiagnosed orseverely disorganized, who duetotrauma ormental illness areadanger to
themselves andlack atreatment plan that will provide forstable placement inthe
community.
Group Homes -Toprovide general care toyouth forthepurpose ofensuring their basic
needs, well-being andpreparing them forindependence. Group Homes serve youth who
require awake, overnight supervision andhave exhibited behaviors that complicate family
placement.
High Intensity Group Homes -Toserve children andyouth presenting emotional and/or
behavioral conditions requiring ahigher level ofstructure, supervision, behavior
management/modification, andclinical intervention.
Psychiatric Respite -Toserve youth who aredischarged from apsychiatric hospitalization
with aplacement recommendation foraresidential treatment center, less restrictive
placement, ordiversion from apsychiatric hospitalization.
74

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 8-S(Cont.)36B
BPW 6/12/2013
Two other RCC program categories were requested intheRFP, butresulted innoawards. One
was anew program category for"Teen Girls w/Anti-social Behaviors". No proposals were
received forthisprogram. The "Medically Fragile" RCC program only received oneproposal that
was determined nottobereasonably susceptible ofbeing selected foraward. The three RCC
Contractors that currently provide medically fragile group home services failed tosubmit
proposals within thetime allowed forreceipt ofproposals. Therefore, these three contracts were
extended forasixmonth period (3/6/2013 DBM BPW Agenda, Item 4-S-MOD) toallow DHR
time toconduct anew procurement (General Expression ofInterest) for these services.
The RCC facilities will belocated inalljurisdictions throughout theState, serving children/youth
committed toState custody. Aroster •ofsuccessful Offerors foreach group home category and
region/jurisdiction, ranked from highest tolowest, will bemade •available toeach local Department
ofSocial Services (LDSS) forreferral purposes. The ranking isbased upon theTechnical Proposal
andconsideration oftheFinancial Proposal andrates approved bytheInteragency Rates
Committee (IRC) ortheMaryland State Department ofEducation (MSDE) Division ofSpecial
Education, Early Intervention Services Nonpublic Section. The LDSS will exercise complete
discretion todetermine themost appropriate, most proximate andleastrestrictive placement that is
available atthetime thechild/youth needs tobeplaced. The LDSS will take into consideration the
individualized needs assessment ofchildren/youth, proximity oftheProgram, availability ofbeds
andtheability oftheProgram tomeet thespecific needs ofthechildren/youth. Thereafter, those
successful Offerors that meet thecriteria forplacement will beselected based upon their order of
overall (combined technical andfinancial)ranking from highest tolowest.
The services ofeach Contractor will beused atthesole discretion ofDHR. DHR makes no
guarantee astothenumber ofchildren/youth tobeplaced with anyContractor. These arePurchase
ofCare contracts paid onafeeforservice basis fortheactual children/youth placed ina
Contractor's care, and then only fortheactual number ofdays each child iswith theContractor.
The standards that must bemet andmaintained byresidential child care programs forchildren and
youth aredelineated inCOMAR •14.31.06.01. These requirements aredesigned toprotect the
health, safety andwell being ofchildren placed inresidential child care programs.
COMAR 14.31.02.03B(13) defines RCC programs as"aprogram ofcare provided ina•residential
setting bya provider ona24'hour basis forlonge rthan 24hours toachild Orchildren unless
otherwise xovided byState law."
i.< 75

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 8-S(Cont.)37B
BPW 6/12/2013
Two Offerors filed Protests. One Offeror filed two Protests, which were denied byDHR. This
Offeror hasfiled anAppeal with theMaryland State Board ofContract Appeals (MSBCA). The
second Offerors' Protest was also denied byDHR. This Offeror hasalso filed anAppeal with the
MSBCA. DHR requests approval ofthe44contracts notwithstanding theProtests andAppeals in
order toprotect substantial State interests. The substantial State interests arethe760 children
being served bythese 44RCC providers.
Byapproving this item, perCOMAR 21.10.02.11 .A,theBoard ofPublic Works will bedeemed to
specifically find that execution ofthe44contracts without delay isnecessary toprotect substantial
State interests anditwill specifically bedoing sonotwithstanding theProtest andAppeal.
FUND SOURCE: 66% General; 34% Federal
(Title IV-E)
APPROP. CODE: N00G0001
RESIDENT BUSINESSES: Yes forall
MD TAX CLEARANCES: SeeAttachment 1
Board ofPublic Works Action -The above referenced Item was:
DISAPPROVED
I-DEFERRED WITHDRAWN
WITHOUT DISCUSSION
76

qw!
=1
il|o
77

¢-q
D
n
[-
.z
Z
Z
[.
[-
azO0
c
O0
O00
C
t'--t".l
t"q
t"q€,q
t"-
t
t'q
'.0
0",t"q
kidD
t
C,Ot
[-
[-O0
t"q
t
t
t
t'q ""
, t"qO0
0
tt"--
t
t
m
78

¢-q
et
Z
0
i0":
...',0
t¢'3
t¢3
J
J
t 
r

J
z
z 5¸t
i:
" .t
t¢'3
¢",1
tr5 ,
79

oq
moo
oo
oooo
Z
0
z
Z¸oo oo
oo
0
0
oo
Z
0oo
oooo
0.t'
oo
ooo
oq
oq
ooo
oo
oo
0
oo
oq
,,).
0o,
c5
o
- 
80

Pq
¢xl
PqD
c4O0c4¢xl,E¢xl¢N
¢xl
¢'q
09
Z
0
Z
ZZ
:n
,"b
0
CD
09
obO0
O0
t'N
O0
O
¢N
O
¢N
O0
oo,
O9
JO0
eel
pc1
o4
o'h
09
D
O0
€;m
,J(
g' ('N
0r5
.<,,....-t
0
tt'3
0
o,
0o'3
J
.=. tt'3
or..)
-<
.r'.l
o
re)
t¢'3
t"-
d
.. <
0 M
•=. -
81

,ml-N
oo
t.N¢N
Z,,<
O,.-,,
OO
T
3
r
I-
J
i,,,,iI'N
oo
€3
J
o:'ml"
3,4
3Zt¢'3
0
t
t"-I
(',1
t'-I
(",1
J
• ¢,
I ,I-
. Z
82

¢-q
O0O0
O0
O0O0
O0O0
Z
Z
m
Z
ZZO0
O0
O0O0
cqO0
¢-q
O0O0
O0
O0
O0
O00
O0
O0
o
09..i
Z< o2E=
0.. <
0o°,
.<
oo
o
m m 0
83.

eq
¢-,/ cq
o
¢.qooo
o
Z
Z
Z
Z
r9
0
iO0
eoO0
O0
O
O0
CO
O0
oO0
€--q
o6
O0
ooo
O0
O0
m
.o
I¸0o,o
0CO
O0
O0
eq
O0
O0
O0
o
O0c3
,0
.or.
mm',D
=3
0t
t¢3
,,,-=,4
e¢3 i
0 o
04

Pel
¢.q
¢.q
i/hN
G
.<¢.q
Ip..-oo
.,€oo
i/h
M:)
oo
pc1
M:)O
¢-q
Pq
',a"
o,o
i/h
('Ng
"a
O
Ioo4
o6o
o,4
o6
1.2
m:UZ
. a,
85

88¸

Z
Z
[..,Z
NZ
[-.
E.-tC
€'-1
t'e
e
tf3
  ° .0
°,,,-i
0
" o
©,-.2:'< 87

r¢
c,l
71 o €.o r'q r-I {' 
z
z
z[.=z
o
0
iII=I
€.1i
c tc
0 ©
o
..1
i-I
I 
I 
oj=.=.=
>c-rq
rqc,c-

o00CxltlC1¢'q
0 0 00
0 0 0 0
iO0 oO
0 0O0
Oil
Qmt
o0
.=.
88

o.- O
O
Z
Z
.<
Z
Zcc5oocc5
G G G G GG GOx OxOO
[
.<0 0 0 0 0 0
r r co
0
cc
GG-
.=.
Lc
O
c
o
io
m

¢1¸
Z
0
Z
Z
ZZ
o
Ioood
0
O
0r r -,-
"0 "0
°
Ot"-- t-- t"--
000-
o o o
0 0 0
mmm
m
t..6c
1 r'-I
r..)o
o o
0 o
o
r
mt"-I
0
o
o
°,...i
,ll
0d,d
0 0
,4.,.O ,*..o
J
mot
("-,I
o
0
g
°
I,=
m
ot¢'3
,d
o
0
J
g
°

oq
oq
Z
0
Z  Z
Z
°.
0
o0
In n
oo
0oq
O0
oo
0
0
o
-Ho o.. °
o
F
• • . . ,O0
m
oj
L
0n
0 0
L
°m
mO0
0
iO0
O0
.0
0
o
91

c
cxl
e ,- c'qcl c
Z
0
Z
ZCl Cxl Cxl Cxl Cxl Cxlc
O0
C
O0c c
O O
O0 O0CN Cl
O O O0 O0
Cxl
.cxl CxlC
0 0 0 0 0 00
o
0 0 0 0
o....( .,,....( o...
m m o o
o o
r r
ro....,
g
or
l,l

00 c c
Z
E-Z
Z
 0 C c
ou
tlmc
m
r
m
it t
0 0
c c
EF S
o 
molmt t
ogl
L,
olmmom
N0
c
c0
monml
om,
93

¢-q
€-q
Z
0
Z
Z
ZZ
,.(=...)
o0
o8to")
¢-q
t"q
.)=(o
0
o
o
0
E

0I"--  ,- tr')
 Oe  Oe3,
0 0 09 09
1'1,0
"0
°,
r
J
"r>L.t"-I
t¢'3
0
"o
o,
r
c°,....
,-
• .:
0

o
--  ............. ...... 7"- 7
,,ef•
56B
• SUPPLEMENT BDEPARTMENT ........ "............. OFBUDGET:AND MANAGEMENT
SERNICES CONTRACT
ITEM:r, ,2--9-S ,-,----:, - - Agency Contact: Joselyn Hopkins •.. .
ho.,c andr.habaate .Loie md,:,'l.al v:ao .have tv.-::,,;,,,cted, ofcr,a:. ;,b,uIx,ho, mthe.
•.. _, .' . ,. jmnopKlnsapscs.state.ma.us ..... '.,.jLtogm-mt otritec0urts.an6 .appn,.,n.aU co,rc,.uoa, p.,i.',,.,:-.a, .c,no:t:cbt rcBaotlllatd tri
•DEPARTMENT/PROGRAM!"'2".'," ....;'"PuNiCsafdt)'i&'Corredtiongl SeNces (DPSCS) v;
tnconly t.oq:ra;'tuat rlC-.c.-a.e ::yet'vice lett'-Altir{-.c t, .:.,4 . . ,-,... ,- '•. '.. t..orrecuons tt..ommumty upervsmn D1VIS1OI1)
• •: • . . .
('n- =:: ...... Sstabhshd a..t (.ontract ........ 1,4....3 ,cet.,.t,:r. tmtan,to.m
,.,vIlliaglllO: ,.-, ., .~ ' Ul"t.;bt,OO OO. ;-.- - ..... ,,.
Oilt;!Oli CliUlU/-.Oml..' tc.neral sO|tit;c 65-:l-). ,,.u;,tlcn. il,.'(lg,;0). I-,;:'.hcr, h'l¢t.tt'.OI
• . •."'" lnresnolo, lnc • - . .."..[ta.t.mor,. requh,.s ItnA apetrol zom,lg ordnDPICSFN Otc00B440Aaa2.o0 edandblgncd by
theMayor before afac.!lity canbcestablistt:," 0toprovmt, tht,e t:vc.g."3"|,.-z'. b,-ld, Inc. isthe
,,:m, n,...,.,,),,,,,, r',,,,,;,.,, .,,:.....;",ed htBallm,.ic Citt, _ 'CONTRACT.DESCRIPTION: .... -contract't0r thecontinued operation ofa30-bed
Contractual Pre;Release.Service inBaltiinore CitY. DPSCS Community Supervision Division
".2iYCi)' "_'t,.t|.,L'q.i:! b.,7,'I!'.|% ([)n,- ',.L';I ,' I.| ll,i|{'tA,. • • •." e' " ......
ti0rmeny LlWSmn olrarole andProbatmn) operates restitutions Ioradult male and temale
;offenders,through0ut theState: Aspart ofitsoperations, Community Supervision .contracts for
3t. t"}t-'., %3,.5,:';%.,1:r o:;v x..,9,30r:vs -J,.q.,O,grO Eq:. 1%OOtli, DGTdT(! ,-30'V.- ,.21":.) !_J }
)..ommumty t_.ontractua rre-reease .bervaces. . . ,•.. •. Y•
T:........ ,;,-m rtc,,v,-.. mcrcaz.d by.'JP..81 or,Oeto, her,t 2.20.12. This..is tlietio:t w'¢e,,z i,d:.AWARDS-'- dnresnom,, inc.
fe'-u:=m rate i:cc.! Y201OI ,Baltimore, MD ' '
;.,.,tc -rtroffu otar.dtcctr,,ry ,ect.,t).,tt,-,.w,,.; .nrr.:.,.,2,..,4,vt)ik ftatstt,, tl.tq.t,l,l.dGd t..,lIEIKWI: t ...... " • . //IIZUI3 0/30/' Ol -. '.  .. .:,:.', t.c.,: .inc(.o:it.ractor co:llect, tl:cmom, ooard recovery c,.tom the.am_t, ,Y¢.,,.:
:......... tot.+e, ,an,tam.. ie ,e:s tllc,t ,..,,...,,,.,l+t:+d,,+,w,i,;: t+:....... "m,+...t,.+ent billedAlVlOUINI:,i..,- ..  .... bDl,Zl st. t,btate spomon) .tot,wt.,-,. petee.,, areestmatcct amr,:wv.,¢;5,:-''=',,:..' .rmav.,,u.v, v......,,,-m_,, 'fee)• • - bY4,030 IS[, tmmate sroorwooaro recovery/
,,:.•.. "" ., .., ,, ',$645,941NTETotal(1 Year) • .".;. k)U¢ totile r,in-re ottat2- .L'*TVIff.," [OP,C DfOV J{l;-'A' l[I]c.:Im, ,r'.'3).Ui a),r)N'lt.s.C"I'rv C,,'I'+'I2'i,
•.' , • - t.ee equesung Agency NemarKs oelow)It-0'.:'ever, theCo;,.tr3ctor i:sa.Maryla))d C'ert),er l-l.... " . " ." ..
Sole Source. PROCUREMENT METHOD:.
BIDS OR PROPOSALS:
MBE PARTICIPATION:
PERFORMANCE sEcURITY •
•. ': .
INCUMBENT:None
•. . . ,
sameN/A "' -< .. •
i00% (Conttactoris'a Mar3)land Ce.rtified MBE)
. . /.3
• ..' • .
:,..:..'.. '.
" . • •• ' i i)."
• t
" " ''i
.' .., "..
i". ,-., ,
9.5,-'k}-X

ITEM:SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
9-S(Cont.)58B
BPW 6/12/2013
FUND SOURCE:
APPROP. CODE:
RESIDENT BUSINESS:
MD TAX CLEARANCE:90% General;
10% Special (Inmate's room/board recovery fee)
Q00A0202
Yes
13-1594-0110
Board ofPublic Works Action -The above referenced Item was:
___PROVED. DISAPPROVED
WITH DISCUSSIONDEFERRED WITHDRAWN
(WTHOUT DI CUS IO
97

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA59B
BPW 6/12/2013
SERVICES CONTRACT
ITEM: 10-S Agency Contact: Michael DiBattista
410-230-3344
DIBATTIM@dj s.state.rod.us
DEPARTMENT/PROGRAM: Department ofJuvenile Services (DJS)
Contractual Residential Operations
CONTRACT IDS: SeeAttachment
CONTRACT DESCRIPTION: Request forapproval of12contracts forcurrently
licensed contractors toprovide residential andnon-residential services foryouth referred byDJS
who arebefore theJuvenile Courts oftheState ofMaryland. The types ofprograms include:
treatment foster care, therapeutic andregular group homes, residential schools, home based
therapy orsupervision, non-residential programs, andindependent living programs.
AWARDS: SeeAttachment
TERM: 7/1/2013 -6/30/2016
AMOUNT:
PROCUREMENT METHOD:$35,179,300 Grand Total (3Years)
(See Attachment)
Non-Competitive Negotiated Procurement of
Human, Social, Cultural orEducational Services
BIDS ORPROPOSALS: N/A
MBE PARTICIPATION:
PERFORMANCE SECURITY:
INCUMBENTS:2ofthe12Providers areMDOT Certified MBEs;
1Provider istostrive for3% MBE Participation;
1Provider is to strive for5%MBE Participation
(See Requesting Agency Remarks below)
None
SeeAttachment
98¸

SUPPLEMENT B
DEPARTMENT OF BUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 10-S (Cont.)60B
BPW 6/12/2013
REQUESTING AGENCY REMARKS: DJS isrequired toprovide both residential and non-
residential services and programming foryouth who areordered bytheJuvenile court tobe
placed inspecific types ofprograms. Since DJS does nothave asufficient number ofstate
operated programs, private providers have been relied upon toprovide themajority ofthese
services and programs. The types ofresidential programs include: treatment foster care, group
homes, therapeutic group homes, shelter homes, residential treatment centers, residential
educational programs orschools •and independent living programs. Home based supervision
treatment and therapy arealso provided. There areapproximately 526 youth inthese programs
daily.
For In-State providers, theState's Office ofChildren, through theInteragency Rates Committee
(IRC), sets standardized rates forthese services. Similarly, forout-of-State providers a
government organization intheprovider's state establishes orapproves standardized rates (the
rate setting authority). For both In-State and out-of-State providers, DJS determines thenotto
exceed amounts ofeach contract based upon anestimated number ofyouth that may require
these services annually. Contractors arepaid only fortheyouth placed intheprogram forthe
actual number ofdaysthey receive services. Daily orPer Diem rates arepaid inaccordance with
theIRC (ortherate setting authority forout-of-State providers).
These services were procured throughNon-Competitive Negotiated Procurement ofHuman,
Social orEducational Services. (See State Finance and Procurement Article 13-106 and
COMAR 21.14.01.03 G). The reasons foremploying this method ofprocurement are:
DJS's Secretary and Procurement Officer have determined that two ormore
sources fortheservice areavailable butthat because oftheabsence ofeffective
competition, itisunreasonable toexpect those sources torespond toanInvitation
forBids under COMAR 21.05.02 orRequest forProposals under COMAR
21.05.03;
For these services, therecommended contractors have submitted anacceptable
response toaRequest foraGeneral Expression ofInterest (RGEI)that was last
advertised through postal mailings onApril 5,2013.
Under this procurement method, contractors that respond totheRGEI may be
awarded contracts astheneed arises, asdetermined bytheAgency head. As
stated above, theDJS Secretary has now made this determination; and,
The Maryland Office ofChildren isthesingle point ofentry forthese Services
under approved negotiated rates foryouth ofthevarious State Agencies.
99

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 10-S (Cont.)61B
BPW 6/12/2013
Out-of-State Contractors areused only when In-State Contractors arenotavailable. Youth •with
special physical, mental oremotional needs orwho donotmeet theadmission criteria ofIn-State
Contractors, areplaced with out-of-State Contractors.
AllContractors arereviewed individually todetermine possible MBE participation goals ofupto
5%depending onthelicensing capacity. Most Contractors were notpreviously required tohave
aMBE participation goal, andthey submitted their provider budgets totheIRC without any
instructions •towards developing aMBE participation goal. Two oftheContractors received
MBE goals andareidentified ontheattachment.
Inaddition to•theabove outcomes, DJS iscontinuing towork with GOMA, DHR, MSDE, and•
DBM •todevelop aStatewide protocol forPerDiem Contractors toutilize forcompliance with
theMBE goal requirements, including placing language intheIRC Rate Application packet
issued byMSDE annually.
FUND SOURCE: 67.7% General; 32.3% Federal
APPROP. CODE:
RESIDENT BUSINESSES:V00G102
SeeAttachment
MD TAX CLEARANCES: SeeAttachment
Board ofPublic Works Action- The above referenced Item was:
DISAPPROVED
WITH DISCUSSIONDEFERRED • WITHDRAWN
I00

Oq
o
AiO0
Ao
Ao
Z
0
Z
Z
Lz
0iloI0 0 0 0
Z Z Z
0
0
©
0
0
o o0
.>
0 0
d
0
0
0
0
n n
0r..)0
 dc0
d
0 C..). 
°
o
°. 
• ;oN oc  
iOl

N
oc
'To
o "7
t-q'T
Z
0
.<
Z,<
.<
©
i0
0
o>0
o
O0
0
"0
0
•,-.i 
Mm0
0
0
t"
0
 .°r0
O9
¢1
0
0
O.
0
©
•rt#3
0
 m
N .o
o
r.
0
0
mr,0
0
.<
o
.,...
00
0
0
-, 0°
;>oZ
r0
o
0
o
c
i
d
: .
102

¢q
4
"7i
"7
Z
0
Z
ZZ
4--)
0
0 0
>
,omi00
0
0 0
>©
Z0
Z
0
0
o.
103

tt 
t"q
Z
Z
ro
E
EE
Z
4--)
0
C90
0
D
'7
0
ct0
0
0
O0
d
0
"- 0Ill
0
0
m <.o
c9€
II
C9o
° 
C9,
iio
C9"o
•+II
°=
<
Z
tl,.
ZII
°= 
0
o==
OWl(>II
oninto(
Zd
9
.,-(
0
C9
I04

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
SERVICES CONTRACT66B
BPW 6/12/2013
ITEM: 11-S Agency Contact: Regina Jackson
410-799-2900 ext. 312
Regina.Jackson@maryland.gov
DEPARTMENT/PROGRAM: Maryland Department ofState Police (MDSP)
Forensic Sciences Division (FSD)
CONTRACT ID: MDSP-QMDR3400052;
Latent Print Services
ADPICS #W00B3400079
CONTRACT DESCRIPTION: Provide latent print laboratory services forthe
Maryland Department ofState Police Forensic Sciences Division.
AWARD: Ron Smith &Associates, Inc.
Collinsville, MS
TERM: 6/13/2013 -6/12/2018 (5Years) ••
AMOUNT: $2,000,000 NTE
PROCUREMENT METHOD: Competitive Sealed Bidding
BIDS OR PROPOSALS: Only One BidReceived
MBE PARTICIPATION: 0%(See Requesting Agency Remarks below)
PERFORMANCE SECURITY: None
INCUMBENT: None
REQUESTING AGENCY REMARKS: A notice oftheavailability oftheInvitation forBids
(IFB) was advertised ineMaryland Marketplace.
105

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 11-S (Cont.)67B
BPW 6/12/2013
Only onebidwas received inresponse tothis•solicitation. The recommended contractor is
responsible, anditsbidmeets thetechnical requirements setforth intheIFB. •Moreover, the
price hasbeen deemed fairandreasonable, anditwas determined that other prospective bidders
had areasonable opportunity torespond tothesolicitation. Therefore, award isrecommended to
Ron Smith &Associates, Inc., thesole Bidder.
One potential bidder didsubmit the"No Bid" Response Form, citing that (1)Specifications are
unclear, toorestrictive, etc:; (2)Time allotted forcompletion oftheBid(Proposal isinsufficient;
and(3)Bonding/Insurance requirements arerestrictive.
The purpose ofthisnew contract istoprovide latent print examinations, comparative services,
andformal reports required fortheForensic Sciences Division toaddress thecurrent backlog of
approximatelY 1500 cases. Previously, this iswork that would have been performed by
employees ofMaryland Department ofState Police Forensic Sciences Division (MDSP-FSD). •
However, since there isareduction inthenumber ofin2house staff; theexternal support of
Contractors isnecessary.
The Contractor must beincompliance with theHealth-General Article ofMaryland Code, 17-
02-01), which requires that after December 31,2011 aforensic laboratory shall hold alicense
issued bytheSecretary ofDHMH before theforensic laboratory may• offer orperform forensic
analysis intheState. Forensic laboratory isdefined tomean "afacility, entity, orsitethat offers
toperform forensic analysis."
The Contractor laboratory must beaccredited orpresent their manuals forMDSP-FSD review.
The review isneeded toensure that theContractor isperforming quality work andmeets the
criteria outlined intheISO/IEC International 17025:2005 andtheASCLD/LAB Supplemental
Requirements fortheAccreditation ofForensic Science Testing Laboratories (2010). The MSP-
FSD Quality Assurance Manual requires such areview ifanoaccredited Contractor isavailable.
Certification ofLatent Print examiners bytheInternational Association ofIdentification is
•required inorder toensure thecompetence andexperience oftheContractor's examiners. In
addition, recent results from external proficiency testandcourt testimony experience were
requested asaneffort todemonstrate that theexaminer iscurrent anduptodate with new
procedures andrequirements.•
i06

68B
BPW 6/12/20 i3
SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 11-S (Cont.)
NoMBE participation goal was established forthis contract based upon thelimited
subcontracting opportunities, andasearch ofCertified MBEs toperform these services found
that none were available.
FUND SOURCE:
APPROP. CODE:100% General
w00.A0103
RESIDENT BUSINESS: Yes
MD TAX CLEARANCE: 13-1687-0010
Board ofPubl.ic Works Action -The above referenced Item was::
DISAPPROVED
WITH DISCUSSIONDEFERRED WITHDRAWN
I07

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
SERVICES CONTRACT RENEWAL OPTION69B
BPW 6/12/2013
ITEM: 12-S-OPTION Agency Contact: Terri Winston
410-767-1196
twinston@dat.state.md.us
DEPARTMENT/PROGRAM: Assessments &Taxation (SDAT)
Information Technology
CONTRACT ID:
CONTRACT APPROVED:DAT 0074;
Reproduction and Sale ofDAT data
ADPICS #COF04070
7/1/2009 DBM BPW Agenda Item 1-S
CONTRACTOR: SpecPrint, Inc.
Timonium, MD
CONTRACT DESCRIPTION: Approval request ofarevenue-generating
contract forthereproduction andsale oftheDepartment's master filedata sets.
OPTION DESCRIPTION: •Approval request toexercise thesecond and
final one'year renewal option ascontained •intheoriginal contract.
TERM OFORIGINAL CONTRACT: 7/2/2009 -7/1/2012 (w/2 one-year renewal
options)
TERM OFOPTION:
AMOUNT OFORIGINAL CONTRACT:7/2/2013 -7/1/2014
$360,000 (3Years)
AMOUNT OFOPTION:
PRIOR MODIFICATIONS/OPTIONS:
REVISED TOTAL CONTRACT AMOUNT:$120,000 (1Year)
$120,000 (See Attachment)
:$600,000
108

ITEM:SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
12-S-OPTION (Cont.)70B
BPW 6/12/2013
ORIGINAL PROCUREMENT METHOD:/
Competitive Sealed Proposals
MBE PARTICIPATION: 25%
MBE COMPLIANCE: -• 0%(See Requesting Agency Remarks)
REQUESTING AGENCY REMARKS: Request forapproval toexercise thesecond
andfinal one-year renewal option ascontained inthecontract tocontinue thisrevenue-
generating contract forthereproduction andsale oftheDepartment's master filedata sets tothe
general public. SpecPrint, Inc. collects fees from thecustomer, deducts their fees toprepare the
data asrequested, andforwards theremaining revenue toSDAT onamonthly basis along with a
report ofalltransactions forthemonth, which generates revenue fortheState ofMaryland.
Forover tenyears, SpecPrint, Inc. hasbeen SDAT's partner inproviding these services.
Customers request data indifferent formats and/or layouts. SDAT does nothave thestaff to
handle thevolume ofrequests fordata that SpecPrint, Inc. isable toprocess. SpecPrint, Inc. is
familiar with theSDAT's data andtheneeds ofthecustomers. SDAT ispleased with the
services provided bySpecPrint, Inc. andhasreceived nocomplaints from any customers
regarding services received from SpecPrint, Inc. There have been noknown issues with thedata
prepared bySpecPrint, Inc.
SDAT believes itisinthebest interest oftheState toexercise this final one-year renewal option
rather than toembark onanew procurement. This contract continues tobeagood revenue
generator fortheState ofMaryland. Since thebeginning ofthiscontract, ithasbrought inclose
to$360,000 inrevenue.
A25% MBE participation goal was established forthis contract, andtheContractor made agood
faith effort totrytoobtain MBE participation before submitting itsproposal totheState.
However, shortly after contract award, theContractor realized that theintended MBE
arrangement was notaviable oneforeither theContractor ortheMBE. SDAT was notas
attentive asitshould have been totracking andmonitoring MBE aCtivity during thebase term of
thecontract. Asaresult, itwas notuntil thefirst renewal option was being prepared forapproval
bytheBPW that SDAT realized the25% MBE participation goal was notappropriate, i.e.,not
reasonable orattainable, given thenature andscope ofthework tobeperformed.
I09

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 12-S-OPTION (Cont.)71B
BPW 6/12/2013
Atthistime, SDAT believes itisinthebest interest oftheState toexercise therenewal option
forthisrevenue-generating contract andwill make sure toestablish proper MBE goal setting for
itscontracts inthefuture.
Since this isthelastrenewal option forthis contract theDepartment will re-solicit forthese
services during therenewal period. Anew contract isexpected tobeinplace prior tothe
expiration ofthiscontract.
FUND SOURCE: 100% Revenue Generating
APPROP. CODE: E50C0004
RESIDENT BUSINESS: Yes
Board ofPublic Works Action -The above referenced Item was:
,DISAPPROVED
WITH DISCUSSIONDEFERRED WITHDRAWN
II.
II
ItO

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 12-S-OPTION (Cont.) ATTACHMENT
PRIOR MODIFICATIONS/OPTIONS (Cont.):72B
BPW 6/12/2013
OPTION #1 $120,000 Exercised thefirst oftwo one,year renewal options
ascontained intheoriginalc0ntract fortheperiod
of7/2/2012 -7/1/2013. Approved onthe6/20/2012
DBM BPW Agenda, Item 13-S-OPTION.
/
Ili

73B
BPW 6/12/2013
SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
SERVICES CONTRACT RENEWAL OPTION
ITEM: 13-S-OPTION Agency Contact: Sandy Johnson
410-767-7408
sandy.johnson@maryland.gov
DEPARTMENT/PROGRAM: Human Resources (DHR)
Child Support Enforcement Administration
(CSEA)
CONTRACT ID: CSEA/MSES/11-00 l-A2;
Medical Support Enforcement Services
ADPICS #N00B4400052
CONTRACT APPROVED: 4/6/2011DBM BPW Agenda Item 3-S
CONTRACTOR: Health Management Systems, Inc. (HMS)
New York, NY
CONTRACT DESCRIPTION: Approval request ofavoidable contract to
acquire medical support enforcement services from Health Management Systems, Inc. through
theArkansas Medical Support Services Consortium (MSSC) andexercise the first ofsix12-
month renewal options as•contained intheoriginal contract.
OPTION DESCRIPTION: Approval request toexercise thethird ofsix
12-month renewal options ascontained intheoriginal contract.
TERM OFORIGINAL CONTRACT:
TERM OFOPTION:5/1/2011- 7/12/2012 (w!6 12-month
renewal options)
7/13/2013 -7/12/2014
AMOUNT OFORIGINAL CONTRACT:
AMOUNT OFOPTION:
PRIOR MODIFICATIONS/OPTIONS:$991,667 (1Year, 2Months, 12Days)
$850,000 (1Year)
$850,000 (See Attachment)
1i2

ITEM:SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
13-S-OPTION (Cont.)74B
BPW 6/12/2013
REVISED TOTAL CONTRACT AMOUNT: $2,691,667
ORIGINAL PROCUREMENT METHOD: Intergovernmental Cooperative Purchase
Agreement
MBE PARTICIPATION: None (See Requesting Agency Remarks)
REQUESTING AGENCY REMARKS: Request forapproval toexercise thethird of
six12-month renewal options toacquire medical support enforcement services from Health
Management Systems, Inc.(HMS) through theArkansas Medical Support Services Consortium
(MSSC).
Federal lawrequires theDepartment ofHuman Resources/Child Support Enforcement
Administration (DHR/CSEA) todetermine theavailability ofhealth care coverage, toinclude
provisions forhealth care coverage inchild support orders, tomaintain proof ofcoverage within
thecase file, andtoenforce theprovision when acustodial and/or non-custodial parent is
required toprovide Coverage. Due toincrease intheworkload resulting from additional federal
service mandates andincreases inthedemand forchild support services, caseworkers areunable
toprovide thelevel andquality ofservice desired.
Not maintaining the Medical Support performance measure bytheFederal Office ofChild
Support could negatively impact federal incentive funds DHR/CSEA receives based on
performance andthereliability ofdata reported from itsautomated system, theChild Support
Enforcement System (CSES). The only viable alternative toincreasing both health care
insurance coverage andmedical support performance during Federal audits istooutsource
medical support services.
Atthis time, DHR/CSEA requests approval toexercise theavailable option tocontinue the
partnership with HMS toperform data clean-up services, aspart OftheNational Medical Support
Notice (NMSN) requirement andtoassist DHR/CSEA inmeeting federally required changes in
medical support performance.
113

ITEM:SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
13-S-OPTION (Cont.)75B
BPW 6/12/2013
DHR received approval toexercise thefirst 12-month renewal option atthesame time asthe
base contract term inorder toalign theState ofMaryland contract with theIntergovernmental
Cooperative Purchasing Agreement between theState ofArkansas andHMS. The State of
Maryland contract expires atthesame time, which will be7/12/2017, ifandwhen allsixrenewal
options areexercised.
This Agreement will continue •tobenefit Maryland because theMSSC hasoperated under
Arkansas' contract foralmost seven years. Ithasextensive expertise inthetotal functionality of
theNMSN process. HMS hasdemonstrated theability toconfirm insurance verification and
NMSN processing upon receipt ofState specific case files from itsmembers. Membership with •
theconsortium allows DHR/CSEA access toawide range ofservices that arevital tomeeting all
ofitsfederal mandates, along with maintaining CSEA's ability topass itsown selfassessments
through data reliability.
FUND SOURCE: 100% Special (Reinvestment Funds)
APPROP. CODE: N00H00008
RESIDENT BUSINESS: No
Board ofPublic Works Action -The above referenced Item was:
DISAPPROVED
WITH DISCUSSIONDEFERRED WITHDRAWN
i
HOUT DISCUSSIO.
i14

76B
BPW 6/12/2013
ITEM:SUPPLEMENT B
DEPARTMENT OF BUDGET AND MANAGEMENT
ACTION AGENDA
132S-OPTION (Cont.) ATTACHMENT
PRIOR MODIFICATIONS/OPTIONS (Cont.):
Option #2 $850,000 Exercised thesecond ofsix12-month renewal options as
contained intheoriginal contract fortheperiod of
7/13/2012 to7/12/2013. Approved onthe7/11/2012 DBM
BPW Agenda, Item 8-S OPTION. •
115

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
SERVICES CONTRACT MODIFICATION77B
BPW 6/12/2013
ITEM: 14-S-MOD Agency Contact: Donna DiCerbo
410-537-7814
ddicerbo@mdta.state.md.us
DEPARTMENT: • Transportation (MDOT)
Maryland Transportation Authority
(MDTA)
CONTRACT ID: 10832169;
Review &Compilation, Internal Audit
Consultation, andInternal Audit Services
ADPICS #COF03419
ORIGINAL CONTRACT APPROVED:
CONTRACTORS:9/10/2008 DBM BPW Agenda Item 4-S
SC&H Group, LLC
Sparks, MD
SB&Company, LLC
Hunt Valley, MD
CONTRACT DESCRIPTION: Multiple award contracts toprovide
expertise incritical areas bygiving guidance and/or byaugmenting existing staff inconducting
audits.
MODIFICATION DESCRIPTION: •Request forretroactive approval tomodify
theMaryland Transportation Authority (MDTA) •Contract with SC&H Group, LLC toallow the
Maryland Department ofTransportation (MDOT) Secretary's Office (TSO) toissue atask order
forservices within thescope ofwork; however, thecontract didnotallow usage byother
agencies.
TERM OFORIGINAL CONTRACT: 10/1/2008,9/30/2013
TERM OFMODIFICATION:
AMOUNT OFORIGINAL CONTRACT•:7./.29/2010 -9/30/2013
$2,500,000 (5Years)
118

ITEM:SUPPLEMENT B
•DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
14-S-MOD (Cont.)78B
BPW 6/12/2013
AMOUNT OFMODIFICATION: $19,510
PRIOR MODIFICATIONS/OPTIONS: $800,000 (See Attachment)
REVISED TOTAL CONTRACT AMOUNT: $3,319,510
PERCENTAGE +/-(THIS MODIFICATION): +0.78%
OVERALL PERCENT +/-: +32.78%
ORIGINAL PROCUREMENT METHOD: Competitive Sealed Proposals
MBE PARTICIPATION: 25%
MBE COMPLIANCE: 35.9% (SC&H Group, LLC)
REQUESTING AGENCY REMARKS: OnJuly 29,2010, theMaryland Department
ofTransportation (MDOT) issued atask order toSC&H Group, LLC under this contract to
provide areview ofthefinancial statements andpublicly available financial information
regarding Agusta Aerospace Corporation (AAC), thefirm that was selected tomanufacture the
replacement helicopter fleet fortheMaryland State Police. Since there was nocontract inplace
atMDOT toconduct this due-diligence analysis, MDOT sought these services through the
assignment ofatask under this MDTA contract toanalyze thefinancial capacity ofAAC. Since
theMDTA contract contained nolanguage authorizing MDOT toparticipate onthecontract,
BPW approval should have been sought forthis activity toproperly modify thecontract toallow
theassignment ofthistask.
The modification amount istheamount forthetask order awarded byMDOT toSC&H Group,
LLC. The remaining funding onthiscontract will beused byMDTA.
F
117

ITEM:SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
14-S-MOD (Cont.)79B
BPW 6/12/2013
FUND SOURCE:
APPROPRIATION CODE:100% Special (Toll Revenue)
N/A
RESIDENT BUSINESS: Yes
DBM REMARKS: Retroactive approval requested pursuant to11-
204(c) State Finance &Procurement Article.
Board ofPublic Works Action -The above referenced Item was: •
 DISAPPROVED
WITH DISCUSSIONDEFERRED WITHDRAWN
.OUT DISCUSSIO
118

80B
BPW 6/12/2013
SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
ITEM: 14-S-MOD (Cont.) ATTACHMENT
PRIOR MODIFICATIONS/OPTIONS (Cont.):
Mod. #1 $300,000
Mod. #2 $500,000Modification toincrease theavailable funding in
order tocontinue services through theendofthe
contract fortheperiod of1/1/2012 -9/30/2013.
Approved onthe12/21/2011 DBM BPW Agenda,
Item 9-S-MOD.
Modification toincrease theavailable funding in
order tocontinue services through theendofthe
contract. Although originally awarded totwo firms,
thismodification only applied totheContractor
who provided financial management &consulting
services (SC&H).• Approved onthe6/20/2012
DBM Agenda, Item 9-S-MOD.
Total $8oo,ooo
119

SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
SERVICES CONTRACT MODIFICATION81B
BPW 6/12/2013
ITEM: 15-S-MOD Agency Contact: Mary Pohl
410-764-2673
Mary.Pohl@maryland.gov
DEPARTMENT/PROGRAM: Health andMental Hygiene (DHMH)
Health Services Cost Review Commission
(HSCRC)
CONTRACT ID: HSCRC-13-001;
State ofMaryland Demonstrative Waiver
Application
ADPICS #COF05547
ORIGINAL CONTRACT APPROVED: 12/19/2012 BPW Secretary Agenda,
Appendix A3
CONTRACTORS: Health Management Associates
Lansing, MI
CONTRACT DESCRIPTION: Contract toprovide technical assistance to
theHealth Services Cost Review Commission (HSCRC) inorder tocomplete theState of
Maryland Demonstration Waiver Application totheCenters forMedicare andMedicaid Services
(CMS) known astheMedicaid Waiver.
MODIFICATION DESCRIPTION: Approval request ofamodification toextend
theterm ofthecontract toprovide consultant services forcontinued support ofwaiver
demonstration efforts since submitting thedemonstration application inMarch 2013.
TERM OR ORIGINAL CONTRACT: 12/19/2012 -3/19/2013
TERM OFMODIFICATION:
AMOUNT OFORIGINAL CONTRACT
AMOUNT OFMODIFICATIONS:7/1/2013 -12/31/2013
$170,000 (3Months)
$.120,000 (6Months)
120

ITEM:SUPPLEMENT B
DEPARTMENT OFBUDGET AND MANAGEMENT
ACTION AGENDA
15-S-MOD (Cont.)82B
BPW 6/12/2013
PRIOR MODIFICATIONS/OPTIONS: $0(See Attachment)
REVISED TOTAL CONTRACT AMOUNTS: $290,000
OVERALL PERCENT +/-(THIS MOD): +70.6%
ORIGINAL PROCUREMENT METHOD: Emergency Procurement
MBE PARTICIPATION:•None
REQUESTING AGENCY REMARKS: Maryland was atrisk ofviolating atestin
federal statute known asthe"Medicare waiver." This federal statute provides Maryland the
ability towaive Medicare payment rules; andinstead, provides fortheState todevelop hospital
payment rates forallpayers. Maryland istheonly state inthenation with such awaiver. A
breach oftheMedicare waiver would seriously disrupt thefinancing oftheState's hospitals;
would affect thecost ofhospital services formost patients, aswell astheincentive forhospitals
toprovide uncompensated care topatients who cannot afford topay; and, assuch, could have an
adverse impact ontheavailability ofhealth care across theState. This would present serious
damage topublic health, safety andwelfare.
Officials from thefederal Centers forMedicare andMedicaid Services (CMS) established a
timetable andoutline forrapid submission ofanew approach totheMedicare waiver. While
HSCRC staff areable todevelop technical components oftheapplication, State staff required an
expert consultant toconsolidate various elements andstrategically advise onCMS
demonstrations waiver applications. The compressed timeframe andtheimportance ofpreparing
asuccessful application compelled theHSCRC tomove forward with anemergency procurement
understanding that failing todosowould pose anunacceptable risk toMaryland's health care
system andthemillions ofMarylanders who depend upon it.
HSCRC engaged Health Management Associates (HMA) asauniquely qualified firm toprovide
these needed services onatimely basis. They have considerable current andrelevant experience
inassisting states with waiver applications to•CMS. They also have members oftheir team with
deep experience inhospital financel The firm's modeling experience greatly assisted HSCRC
Staff.
12i

Files

Files size/type shown when available.

Attachment 1
Download →
Attachment 2
Download →
Attachment 3
Download →
Attachment 4
Download →
Attachment 5
Download →
Attachment 6
Download →
Attachment 7
Download →
Attachment 8
Download →
Attachment 9
Download →
Attachment 10
Download →
Attachment 11
Download →
Attachment 12
Download →
Attachment 13
Download →
Attachment 14
Download →
Attachment 15
Download →
Attachment 16
Download →
Attachment 17
Download →
Attachment 18
Download →
Attachment 19
Download →
Attachment 20
Download →
Attachment 21
Download →
Attachment 22
Download →
Attachment 23
Download →
Attachment 24
Download →
Attachment 25
Download →
Attachment 26
Download →
Attachment 27
Download →
Attachment 28
Download →
Attachment 29
Download →
Attachment 30
Download →
Attachment 31
Download →
Attachment 32
Download →
Attachment 33
Download →
Attachment 34
Download →
Attachment 35
Download →
Attachment 36
Download →
Attachment 37
Download →
Attachment 38
Download →
Attachment 39
Download →
Attachment 40
Download →
Attachment 41
Download →
Attachment 42
Download →
Attachment 43
Download →
Attachment 44
Download →
Attachment 45
Download →
Attachment 46
Download →
Attachment 47
Download →
Attachment 48
Download →
Attachment 49
Download →
Attachment 50
Download →
Attachment 51
Download →
Attachment 52
Download →
Attachment 53
Download →
Attachment 54
Download →
Attachment 55
Download →
Attachment 56
Download →
Attachment 57
Download →
Attachment 58
Download →
Attachment 59
Download →
Attachment 60
Download →
Attachment 61
Download →
Attachment 62
Download →
Attachment 63
Download →
Attachment 64
Download →
Attachment 65
Download →
Attachment 66
Download →
Attachment 67
Download →
Attachment 68
Download →
Attachment 69
Download →

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 17, 2026
Client-ready brief
Executive summary
medium confidencegpt 4o mini

The Maryland Department of Human Services is issuing an RFP for residential services, with a focus on child care programs aimed at improving care standards. The proposals must align with the performance standards established in past reports. Bidder qualifications will emphasize experience in residential services, particularly for vulnerable populations.

Residential Child CarePerformance StandardsChild Welfare ServicesRFP MarylandProposal Compliance
What the buyer is trying to do

The buyer aims to select qualified providers to deliver residential child care services that meet state performance standards outlined in prior performance reports.

Who should pursue this
  • Organizations with established experience in residential child care services.
  • Providers with a track record of achieving high performance ratings in previous contracts.
Work breakdown
  • Review historical performance reports of previous service providers.
  • Develop a detailed plan meeting the state compliance and service standards.
  • Submit necessary certifications and documentation as required.
Response package checklist
  • Company profile and history of relevant services provided.
  • Demonstrated past performance and success metrics.
  • Compliance documentation with state regulations.
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
Compliance notes
  • Bidders must strictly adhere to the performance standards defined in the RFP.
  • State certifications regarding child care regulations must be included.
Pricing strategy
  • Pricing must reflect the state budget guidelines for residential services.
  • Offer competitive rates while ensuring high-quality service delivery.
Teaming and subs
  • Consider teaming with seasoned providers of child welfare services for enhanced credibility.
  • Subcontracting with local agencies may strengthen service delivery proposals.
Risks and watchouts
  • Potential for non-compliance with state performance standards.
  • Risks associated with inadequate staffing levels affecting service quality.
Smart questions to ask
  • What key performance indicators will be used to assess service effectiveness?
  • Are there specific funding limitations we should consider while framing our proposal?
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Specific start and end dates for the performance period.
  • Exact response deadline for submissions.
  • Detailed scope of services required in the RFP.
  • Information on evaluation criteria for proposals.
  • Contact information for the project lead at the Department of Human Services.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.