Skip to content
Maryland Department of Human Services

RFP Residential

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
$561,809,589
Sector total $561,809,589 • Share 100.0%
Live
Median
$104,780
P10–P90
$36,558$1,117,129
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%($561,809,589)
Deal sizing
$104,780 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.

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 A° B° 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 0¸ 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 ITEM:SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDA 15-S-MOD (Cont.)83B BPW 6/12/2013 HMA assisted DHMH andHSCRC staff inefforts related tothedemonstration document submitted totheCMS inMarch 2013. While discussions ontheapplication proceed, HSCRC, in Consultation with stakeholders, isdeveloping plans forimplementation. This process must begin now because there will beonly several months between approval ofanew approach andits implementation. The HSCRC iscommitted toapublic workgroup process toinform theHSCRC ofnecessary actions toimplement aspects ofthenew demonstration. This modification will provide forcontinued support ofwaiver-related application andimplementation efforts bythe ContraCtor, HMA, onbehalf ofHSCRC. HSCRC's modest-sized professional staff does not have thecapacity tofully support thisintense effort. Providing forcontinued support byHMA allows for.sustained progress without disruption ofthishighly technical and specialized effort. FUND SOURCE: 100% Special (Hospital Users Fees) APPROP. CODES: M00.R0102 RESIDENT BUSINESS: No Board ofPublic Works Action -The above referenced Item was: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN ii O_a ou iz2 F\ "ITEM:BW-84B 6/12/20] 2' "!.".,0i.,"

  • uvvLr_:lWtr•l ttI)EPARTMENT OF'I3DET AND MANAGEMENT

/,t' i:U, 'A{." ,:,i g 15-S-MOD (Cont.) ATTACHMENT PRIOR MOI)IFICATIONS/OPTIONS (Cont.): Mod #1 $0 Modified theContract toextend thetein bythree months and 10days fo[theperiod of3/20/2013 to .,....'.....-,,"7:.....:'""*'.... 6/30/20]3.i':pp!,vib ;.HS(RC. '*' :) JNI,:*': ,'k[.ll.[.;,|'k U.[: |.',*i.?;, ] "h.'i OI .',.*' { ",.. -¢' .L. -ok.,ISSFT F(:'tli-g'; .... |,.,, •  ",. " " .'';."}r. .L-.....

  • " " " 3] '',fl* "' ",.'y x', ,,-''e!*.;,t.-; Cl ,,".,,..",. h';h.n.,.. r,] '.3..,': .,.
  • ."• .•

f....;,,, ,.: ., ..% . . ' •l..*? ' k 1 t .: • :•. ... "i•o,,.,\t:t O' t;,2t2", + :.::[".'..... .,: .( -. 7i,':i,,. ..•. p I.*,,," ":i. .¢ •. ..

  • .€ -
  • .,.. .

•.• . : •.: . ., •.I". .....- •.. - ,.... - _ . .,' ...) ITEM:SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDA 17-S-MOD (Cont.)LREVISED 89B BPW 6/12/2013 AMOUNT OFMODIFICATION: $400,000 (Mod- Part A) $34,054,392 (1Year, Mod -Part B) $8,513,598 (3Months; 1stMod Option) $8,513,598 (3Months; 2ndMod Option) $51,481,588 NTE Total (1Year, 6½Mos.) PRIOR MODIFICATIONS/OPTIONS: $192,334,127 (See Attachment) REVISED CONTRACT AMOUNT: $275,774,173 NTE PERCENT +/-(THIS MODIFICATION): +161% OVERALL PERCENT +/-: +514% ORIGINAL PROCUREMENT METHOD: Competitive Sealed Proposals MBE PARTICIPATION: 100% (Contractor isaMD Certified MBE) 4.5% Subcontracting Goal (20% oftheTotal Contract Value with the exclusion ofthe price forpharmaceuticals) MBE COMPLIANCE: 100% (Contractor isaMD Certified MBE) 1.1% Subcontracting Goal (!0.6% with the exclusion oftheprice forpharmaceuticals) REQUESTING AGENCY REMARKS: Request forapproval tomodify theContract to(A)addfunding fortheremainder ofFY2013 toensure theNTE amount covers thecost of pharmaceuticals through June 30,2013; and(B)extend theterm byoneyear with two three- month renewal options inorder tocontinue existing inmate pharmacy services. i28 ITEM:SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDA 17-S-MOD (Cont.)90B BPW 6/12/2013 On11/27/2012, theMaryland State Board ofContract Appeals (MSBCA) issued anOrder to vacating theState's recommendation ofaward andordering that DPSCS shall issue anew solicitation oftheinmate pharmacy services contract. DPSCS andtherecommended awardee of thenew contract, Diamond Pharmacy Services (Diamond), filed Motions forReconsideration with theMSBCA on12/4/2012 requesting that the11/27/2012 Order bewithdrawn andthe matter beheard onthemerits oftheprocurement. On1/10/2013, theMSBCA denied theState's andDiamond's Motions forReconsideration ofthis Order; however, the•Order was amended to strike theportion ordering theState toissue anew solicitation. On2/4/2013, theState filed aPetition forJudicial Review oftheMSBCA decision inBaltimore City Circuit Court, andamotions hearing was scheduled for5/24/2013 with ahearing onthe merits following on5/29/2013. Itisanticipated that adecision bytheCircuit Court will notbe rendered on theState's Petition forJudicial Review prior toexpiration ofthecurrent extension of Correct Rx's contract. The modification amount reflects a4%increase inthefixed monthly service fee. DPSCS has agreed totheContractor's request fortheincrease based upon thefollowing reasons: •The Contractor's annual increased rent which hascompounded each year; •The Contractor's utilities over thepast 18months have hadtwo price increases; •The Contractor's medical insurance premiums rose 20% lastyear; •The Contractor's labor andpackaging costs have increased duetothesignificant increase inthenumber oforders being processed every month; and •Additionally, theConsumer Price Index (CPI) forMedical Care hasrisen 5.03%. FUND SOURCE: APPROP. CODE:100% General Various RESIDENT BUSINESS: Yes Board ofPublic Works Action -The above referenced Item was: DISAPPROVED - WITH DISCUSSIONDEFERRED WITHDRAWN i HOUTOlS i29 ITEM:SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDA 17-S-MOD (Cont.) ATTACHMENT91B BPW 6/12/2013 PRIOR OPTIONS/MODIFICATIONS (Cont.): Mod #1 Mod #2 $0 Mod #3 Option #1 Mod #4 $0 Mod #5N/A $7,804,432 $24,131,340 $1,950,000Mod forContract Q0005057B only tomake changes instaffing Patterns andrates of compensation formental health •providers inthe mental health contract module fortheperiod of 7/1/2005 -6/30/2007. DBM Agenda Item 12-S- MOO (6/11/2008). Mod toclarify portions oftheStatement ofWork inanon-material change andissue anottoexceed amount fortheperiod of7/1/2006 -6/30/2007. Approved byDPSCS. Mod toclarify portions oftheStatement OfWork &toincrease theoriginal amount ofthe nottoexceed limits fortheperiod of5/12/2007 - 6/30/2007. DBM Agenda Item 26-S-MOD (6/6/2007).• Exercised thefirst Renewal Option ascontained in theoriginal contract foroneyear fortheperiod of 7/1/2007 -6/30/2008. DBM Agenda Item 26-S- MOD (6/6/2007). Mod toclarify portions• oftheStatement ofWork inanon-material change andissue anottoexceed amount fortheperiod 7/1/2007 -6/30/2008. Approved byDPSCS. i Mod toclarify portions oftheStatement ofWork inanon-material change &toincrease thenotto exceed amount fortheperiod 6/1/2008 -6/30/2008. DBM Agenda Item 9,S-MOD (7/16/2008). 130 92B BPW 6/12/2013 SUPPLEMENT B DEPARTMENT OFBUDGET. AND MANAGEMENT ACTION AGENDA ITEM: 17-S-MOD (Cont.) ATTACHMENT PRIOR OPTIONS/MODIFICATIONS (Cont.): Option #2 $27,219,572 Exercised the2nd Renewal Option ascontained in theoriginal contract foroneyear fortheperiod of 7/1/2008 -6/30/2009. DBM Agenda Item 14-S- OPTION (6/!1/2008). Mod #6 Option #3$1,096,685 $28,063,380Mod toClarify portions oftheStatement ofWork inanon-material change andincrease the notto exceed amount fortheperiod 6/17/2009 - 6/30/2009. DBM Agenda Item 15-S-MOD (6/17/2009). Exercised the3rdRenewal Option ascontained in theoriginal Contract for•one year fortheperiod of 7/1/2009 -6/30/2010. DBM Agenda Item 15-S- MOD (6/17/2009). Mod #7 $16,25i,255 Mod toextend thecurrent contract bysixmonths fortheperiod of7/1/2010 to12/31/2010. DBM Agenda Item 24-S-MOD (6/23/2010). Mod #8 Mod #9$1,722,669 $18,454,796Mod toincrease thenot-to-exceed amounts ofthe contract inorder tocontinue theexisting services through theendofthecOntract term fortheperiod of12/1/2010 -12/31/2010. DBM Agenda Item 11- S-MOD (12/!/2010). Mod toextend thecontract foraperiod ofsix ••months inorder tocomplete anew procurement for inmate pharmacy services fortheperiod of1/1/2011 -6/30/2011 .•DBM Agenda Item 9-S-MOD (12/15/2010). i31 ITEM:SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDA 17-S-MOD (Cont.) ATTACHMENT93B BPW 6/12/2013 PRIOR OPTIONS/MODIFICATIONS (Cont.): Mod #10 $14,000,000 Mod #11 $16,580,000 Mod #12 Mod #13 Total$18,180,000 $16,879,998 $192,334,127Mod toextend thecontract foraperiod ofsix months inorder tocomplete anew procurement for inmate pharmacy services fortheperiod of7/1/2011 -12/31/2011. DBM Agenda Item 14-S-MOD (6/1/2011). Mod toextend thecontract foraperiod ofsix months inorder toallow fortheprotest appeal process tobecompleted fortheperiod of1/1/2012 - 6/30/2012. DBM Agenda Item 7-S-MOD (1/25/2012). Mod toincrease thenot-to-exceed amounts ofthe contract inorder tocontinue theexisting services • through theterm of6/30/2012, inaddition to extending thecontract foranadditional sixmonths inorder toallow forthe protest appeal process tobe completed fortheperiod of6/30/2012 -12/31/2012. DBM Agenda Item 26-S-MOD (6/6/2012). Mod toincrease thenot-to-exceed amounts ofthe contract inorder tocontinue theexisting services through theterm of12/31/2012, inaddition to extending thecontract foranadditional sixmonths inorder toallow fortheprotest appeal process tobe completed fortheperiod of1/1/2013 -6/30/2013. DBM Agenda Item 16-S,MOD (12/19/2012). J[32 SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDA SERVICES CONTRACT MODIFICATION94B BPW 6/12/2013 ITEM: 18-S-MOD DEPARTMENT/PROGRAM: CONTRACT ID: CONTRACT APPROVED: CONTRACTOR:Agency Contact: Michael DiBattista 410-230-3344 DIBATTIM@djs.state.md.us Department ofJuvenile Services (DJS) Contractual Residential Operations 13-PD-001; Residential Care &Services toYouth Ape--S #_CO_F6BOOB" 5/23/2012 BPW Agenda Item 7-S Rite ofPassage, Inc. Minden, NV CONTRACT DESCRIPTION: Provide aresidential services program atthe Silver Oak Academy inKeymar, Maryland foranaverage daily population of48male youth (ages 14to18)who arereferred byDJS andarebefore theJuvenile Courts oftheState. MODIFICATION DESCRIPTION: Request forapproval ofamodification to expand thecapacity oftheSilver Oak Academy program from 48to96male youth. TERM OFORIGINAL CONTRACT: TERM OFMODIFICATION: AMOUNT OFORIGINAL CONTRACT: AMOUNT OFMODIFICATION: PRIOR MODIFICATIONS/OPTIONS: REVISED TOTAL CONTRACT AMOUNT: OVERALL PERCENT +/-(THIS MOD):6/5/2012 -6/30/2015 7/1/2013 -6/30/2015 $17,812,138 (Approx. 3Years; 1Month) $9,309,123 (2Years) $0(See Attachment) $27,121,261 +52.26% 133 ITEM:SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDA 18-S-MOD (Cont.)95B BPW 6/12/2013 ORIGINAL PROCUREMENT METHOD: MBE PARTICIPATION:Non'Competitive Negotiated Procurement ofHuman, Social orEducational Services 2% MBE COMPLIANCE: 0.4% REQUESTING AGENCY REMARKS: The Silver Oak Academy (SOA) isastaff- secure (non-fenced) residential program forboys that opened inJuly 2009 andisowned and operated byRite ofPassage, Inc. SOA provides acomprehensive program formale youth aged 14to18.The service components include: Education, Health Care, Cognitive Behavior Therapy, Family involvement, parent training, community servic e,restitution, recreation and aftercare planning. The Department ofJuvenile Services (DJS) currently licenses thisresidential child care program tohouse upto48male youth. DJS needs additional capacity within theState ofMaryland forresidential placements ofyouth who arecourt ordered tobeplaced inanappropriate residential program fortreatment, education andcare. Currently, there isanaverage daily population of62youth indetention facilities that arewaiting foranavailable placement instaff secure programs. DJS issued aStatement ofNeed (SON) toincrease thelicensed number ofplacements atthe Silver Oak Academy (SOA) andpublished notice oftheSON intheMaryland Register on November 2,2012. DJS re-published thenotice ofarevised SON, which included additional data, onMay 3,2013. This SON i'sbased ontheneed forintensive, highly structured, and therapeutic services, including after-care, formales between theages of14and21. These services will allow youth currently awaiting placement indetention around theState tobeplaced more quickly into aresidential committed program, within the•State ofMaryland, that cansafely andappropriately meet their therapeutic andsecurity needs. The SOA filed anexpansion request with theGovernor's Office forChildren shortly after thenotice was provided intheMaryland Register. The Governor's Office forChildren approved anexpansion packet onNovember 27, 2012. Therefore, atthistime, DJS isrequesting approval toexpand thecapacity oftheSOA program from 48to96youth. ITEM:SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDA 18-S-MOD (Cont.)96B BPW 6/12/2013 FUND SOURCE: APPROP. CODES: RESIDENT BUSINESS:100% General Various Yes DBM REMARKS: This Agenda Item was previously onthe 1/2/2013 DBM BPW Agenda asItem 10-S-MOD andwas deferred andonthe1/23/2013 DBM BPW Agenda asItem 8-S-MOD andwas withdrawn. Board ofPublic Works Action -The above referenced Item was: DEFERRED WITHDRAWN WITHOUT• DISCUSSION i35 ITEM: 18-S-MOD (Cont.)SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDA ATTACHMENT97B BPW 6/12/2013 Mod #1 $0 Mod tochange thecontract language toidentify the new website where DJS policies andprocedures may beaccessed, effective 12/18/2012. Approved byDJS. SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDA GENERAL MISCELLANEOUS98B BPW 6/12/2013 ITEM: 19-GM Agency Contact: Tomeka G.Church, AAG 410-576-6320 tchurch@oag.state.md.us DEPARTMENT/PROGRAM Morgan State University AMOUNT OFREQUEST: $17,500 DESCRIPTION: Brown vs.Morgan State University, School 11-008868 OTSettlement for allclaims inthe case Christine ofCommunity Health and Policy, Civil No. •24,C- FUND SOURCE: 36.13.00.06 (Institutional Administration) REQUESTING AGENCY REMARKS: The Office oftheAttorney General (OAG) and Morgan State University recommend payment of$17,500 insettlement ofallclaims made inthe civil rights lawsuit. This ispursuant toState Government Article §§12-404 and 12-501. The OAG hasdetermined that Morgan State University's employee, Kathleen Galbraith, Ph.D., was acting within thescope ofheremployment andwas notacting with malice orgross negligence. Ifthisrequest isapproved, acheck should bemade jointly payable to"Christine Brown and Kerrie Campbell, Esquire". The check should bemailed toTomeka G.Church, Assistant Attorney General, Counsel forMorgan State University, 200 St.Paul Place, Baltimore, Maryland 21202, who will ensure delivery tothePlaintiff's attorney andthat allnecessary documentation, settlement agreements, andreleases arecompleted. Board ofPublic Works Action -The above referenced Item was: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN HOUT DISCU. i37 99B BPW 6/12/2013 SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDA GENERAL MISCELLANEOUS ITEM: 20-GM DEPARTMENT:Agency Contact: Julie Greene 240-240-5383 jgreene@ptaab.state.md.us Property Tax Assessment Appeal Board AMOUNT OFREQUEST: $19,641 DESCRIPTION: Additional funding isneeded inorder forthe Property Tax Assessment Appeal Board tocover annual leave payouts associated with an unexpected retirement and death intheFY2013. FUND SOURCE: FY2013 Contingent Fund APPROP. CODE: D05E011 REQUESTING AGENCY REMARKS: The funding forthis FY2013 deficiency amount is being requested from theFY2013 Contingent Fund. Ifapproved, thefunds will betransferred from theContingent Fund totheProperty Tax Assessment Appeal Board General Fund tofund itsoperational needs. DBM REMARKS: The Secretary ofBudget andManagement has certified that funds areavailable from theFY2013 Contingent Fund. Board ofPublic Works Action -The above referenced Item was: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN 138

  • IOOB

BPW6/12/2013 SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDA GENERAL MISCELLANEOUS ITEM: 21-GM DEPARTMENT/PROGRAM:Agency Contact: James Wallace 410-841-5855 James.Wallace@Maryland.gov Maryland Department ofAgriculture (MDA) FUND SOURCE: APPROP. CODE:100% Special (MDA Land Preservation Fund) L00A11.05 • AMOUNT: ' $!9,708 DESCRIPTION: Approval request tocreate anew position pursuant to§7-236, State Finance andProcurement Article andChapter 148, SB150, Acts of2012 (the Budget Bill forFY2013). This provision enables theBoard ofPublic Works toauthorize the creation ofupto100positions within theExecutive Branch. -QLY Position Description Grade/Step Salaries &Wages 0.5 Administrator II 17/Base $19,708 REQUESTING AGENCY REMARKS: Approval ofthis Item will increase the overall positions intheDepartment ofAgriculture by0.5Positions. The Department isproposing to• change apart time position toanew FTE position with this increase. Afull-time position isneeded toreview easement applications dealing with Agricultural Land Preservation. The program isplanning tostart annual easement purchases inFiscal Year 2015. This position also works with local jurisdictions onlocal preservation programs. The incumbent hasleftstate service andagency believes that recruitment would successful ifposition was full- time. .[39 ITEM:SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDA 21-GM (Cont.)101B BPW 6/12/2013 DBM REMARKS: The Secretaries oftheDepartment ofBudget andManagement andthe Maryland Department ofAgriculture have certified that funds areavailable forthenew partial position forwhich approval isrequested within theRule of100. IftheBoard approves this request, 77.9 positions will have been approved within theRule of100forFY2013. Board ofPublic Works Action -The above referenced Item was: DISAPPROVED WITH DISCUSSIONDEFERRED. WITHDRAWN DIS i40 SUPPLEMENT B DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA GENERAL MISCELLANEOUS102B BPW 6/12/2013 ITEM: 22-GM Agency Contact: David Fleming 410-865-1035 dfleming@mdot.state.md.us DEPARTMENT/PROGRAMS: Department ofTransportation (MDOT) State Highway Administration (SHA), State System Maintenance Motor Vehicle Administration (MVA), Vehicle Operations Maryland Aviation Administration (MAA), Airport Operation FUND SOURCE: Federal CFDA 20.205 -Highway Planning & Construction Special (J00301: Transportation Trust Fund) APPROP. CODES: J00. B0102 (SHA) J00. E0001 (MVA) J00. I0002 (MAA) AMOUNTS: $1,261,467 (SHA) $323,469 (MVA) $232,909 (MAA) DESCRIPTION: Approval request tocreate 24federally funded positions and 15special funded positions, pursuant to§7-236, State Finance and Procurement Article, and Section 32ofSenate Bill 150 (Budget Bill forFY2013). This latter provision enables the Board ofPublic Works toauthorize thecreation ofnomore than 100 additional positions during Fiscal Year 2013. Twenty-four (24) oftherequested positions aresupported entirely with federal funds, which would becreated outside theRule of100. These positions will beabolished when funds arenolonger available. The other 15positions will becreated within theRule of100. 14I 103B BPW 6/12/2013 SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDA ITEM: 22-GM (Cont.) REQUESTING AGENCY REMARKS: The State Highway Administration (SHA) is requesting 24Federally Funded Positions under CFDA 20.205; Highway Planning and Construction fortheMaryland Coordinated Highway Action Response Team (CHART). SHA will beable toreduce traffic congestion andimprove safety onweekends, evenings, and early morning hours inthestate's major metropolitan areas (Baltimore, Washington suburbs and Frederick) byincreasing manpower resources dedicated totheCoordinated Highways Action Response Team (CHART). The CHART Program focuses onreducing theimpact ofnon- recurring congestion andtheoccurrence ofsecondary incidents duetoexcessive delay and "rubbernecking" caused byinitial accidents: Reducing these types ofincident impacts through quick-clearance strategies andsafety patrols will result inless traffic congestion andless unexpected delays while improving safety. The CHART Program hasbeen aninvaluable resource inreducing non-recurring congestion inthemetro areas during traditional rush hour time periods. Non-recurring traffic congestion hasexpanded well beyond thetraditional rush hour time frame. Byexpanding CHART patrols to24/7 coverage inthestate's most Congested traffic areas, SHA will beable tosignificantly reduce non-recurring traffic congestion during evening andweekends, improving citizen mobility andsafety, andenhancing commerce throughout thestate. Q Position Description Grade/Step 18 Emergency Response Tech 12/Base@S32,733 6 Highway Operations Tech IV 14/Base@S37,006 24 TotalSalaries &Wages $589,194 $222,036 $811,230 Key functions oftheadditional PINs: Emergency Response Technician (ERT) -AnERT performs incident management/traffic congestion management duties, which include traffic control atincident scenes, assistance for disabledmotorists, andreporting ofreal:time traffic information totheStatewide Operations Center (SOC) orTraffic Operations Center (TOC). Highway Operations Technician IV(HOT IV)-The HOT IVisprimarily asupervisor forthe ERT's andadditional duties include overseeing incident operations, coordinating traffic system control, andproviding incident/congestion management andcommunications. 104B BPW 6/12/2013 SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDA ITEM: 22-GM (Cont.) The Maryland Motor Vehicle Administration (MVA) isrequesting 10regular positions to implement Senate Bill 715 (MVA -Maryland Highway Safety Act of2013) which was enacted during the2013 Maryland General Assembly Session. The MVA isrequired torecover between 95% and 100% ofoperating and capital cost oftheMotor Vehicle Administration through miscellaneous fees assetforin12-120 (d). Ten regular positions arerequested toimplement Senate Bill 715 (MVA -Maryland Highway Safety ACtof2013) which was enacted during the 2013 Maryland General Assembly Session. This billexpands theauthority oftheMVA toissue orrenew adriver's license, identification card, ormoped operator's permit. This bill•repealed thesunset provision on•thegrandfathered roducts ofHouse Bill 389-(2009), allowing customers holding those products torenew indefinitely. Inaddition, thebillpermits new applicants who cannot demonstrate lawful status butwho have filed Maryland taxes foreach ofthepreceding two years toreceive anon- compliant product. The effective •date ofthelegislation isJanuary 1,2014. Regular fulltime merit positions 4 5 1 10Position Description Customer Agent II Driver's License Agent II Administrator iI TotalGrade/Step 10/Base @$29,003 10/Base @$29,003 17/Base @$44,600Salaries &Wages $116,012 $145,015 $44,600 $305,627 The tenpositaons will support key functions oftheMaryland Department ofTransportation - Motor Vehicle Administration:

  • The 4Customer Agents IIpositions will beneeded toprocess theadditional transactions

created bythenew driver license/identification card applicants.

  • The 5Driver's License Agent IIpositions will beneeded toconduct theadditional driving

skills tests created bythenew driver license applicants.

  • •The Administrator IIposition isneeded tosupport/provide assistance totheMVA branch

offices onvarious questions/issues related totheadditional transactions resulting from thisbill. SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDA ITEM: 22-GM (Cont.)105B BPW 6/12/2013 The Maryland Aviation Administration (MAA) isrequesting 5PINs tomaintain service for expanded facility operations andpassenger growth. The associated cost will berecovered by revenue received from increased passenger volume andrelated airline landing fees andfacility charges paid bythecommercial airlines that provide service toBWI Thurgood Marshall Airport aswell asrevenue from parking, rents anduser fees; concession activity and fuel sales. Overall staffing levels atMAA have decreased by8%since 2008, while projected passenger traffic volume hasincreased 13%. Inorder tocomply with federally mandated safety and security standards, maintain critical airport electrical grids atBWI Thurgood Marshall and Martin State Airports, grow market share andcontinue toprovide ahigh level ofcustomer service, MAA requires additional labor resources. These five additional positions will begin to address necessary staffing requirements tomaintain current andprojected electrical infrastructure supporting theincreased airport capacity that theMaryland Aviation Administration hasbuilt as well assupport themission oftheOffice ofRegional Aviation. The associated cost will be recovered byrevenue received from increased passenger volume andrelated airline landing fees andfacility charges paid bythecommercial airlines thatprovide service toBWI Thurgood Marshall Airport aswell asrevenue from parking, rents anduser fees, concession activity and fuel sales. 4 1 5Position Description Skilled Trade Specialist III Airport Management Officer II TotalGrade/Step Salaries &Wages 13/Base@S34,796 $139,184 18/Base@S47,495 $47,495 $186,679

  • The Skilled Trade Specialist III,Hi-Volt Electricians will work atBWI Thurgood

Marshall andMartin State Airports responsible formaintaining critical safety and security related lighting andelectrical circuitry inorder toprovide uninterrupted power toallparts ofthe terminals, airfields andsurrounding grounds.

  • The Airport Management Officer IIwill play aleading role insupporting theStatewide

regulatory programs ofMAA Office ofRegional Aviation Assistance (RAA) includingbut not limited toinspection andlicensing ofover onehundred andforty landing facilities, obstruction evaluation, grant project inspection andmanagement, budget oversight, aviation education outreach aswell assupporting theDirector ofRegional Aviation inallstatewide aeronautics duties. 106B BPW 6/12/2013 SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDA ITEM: 22-GM (Cont.) DBM REMARKS: TheSecretaries oftheDepartment ofBudget andManagement andthe Maryland Department ofTransportation have certified thatfunds areavailable forthenew positions forwhich approval isrequested outside andwithin theRule of100. IftheBoard approves thisrequest, 25positions willhave been approved outside theRule of100forFY2013. Additionally, iftheBoard approves thisrequest andtheprevious agenda item (21-GM), 92.9 positions willhave been approved within theRule of100forFY2013. Board ofPublic Works Action -The above referenced Item was: DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION  SUPPLEMENTAL 107B BPW 6/12/2013 SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDA SERVICES CONTRACT ITEM: 23-S Agency Contact: Beverly Pivec 410-576-6442 bpivec@oag.state.md.us DEPARTMENT/PROGRAM: Office oftheAttomey General (OAG) Health Education andAdvocacy Unit (HEAU) CONTRACT ID: OAGHEAU- 1302; Print Media Purchasing fortheHealth Education andAdvocacy Unit ADPICS #C81B3400008 CONTRACT DESCRIPTION: Provide forthellacement ofPrint Advertisement (newspapers, magazines andother print media) fortheOffice oftheAttorney General, Health Education andAdvocacy Unit. AWARD: RetroBlue Agency Baltimore, MD TERM: 6/13/2013 -7/31/2013 AMOUNT: $59,746 PROCUREMENT METHOD: Competitive Sealed Proposals BIDS ORPROPOSALS: Only One Proposal Received MBE PARTICIPATION: 5.4% (See Requesting Agency Remarks below) VSBE PARTICIPATION: 0%(See Requesting Agency Remarks below) PERFORMANCE SECURITY: None INCUMBENT: None REQUESTING AGENCY REMARKS: Anotice oftheavailability oftheRequest for Proposals (RFP) was advertised oneMaryland Marketplace andOAG's website. Copies ofthe solicitation notice were sent directly to52prospective vendors, 38ofwhich areMaryland firms, 42arecertified MBEs, and 10areVSBEs. Acopy was also sent totheGovernor's Office of Minority Affairs. J4 SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDASUPPLEMENTAL 108B BPW 6/12/2013 ITEM: 23-S (Cont.) 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 toRetroBlue Agency, thesole Offeror. The Office oftheAttomey General, Health Education andAdvocacy Unit (HEAU) provides a range ofservices Statewide including, but not limited to: •Assisting consumers with health insurance claim denials andappeals; •Assisting consumers with disputes with private health insurance, group health plans [both private Employee Retirement Income Security Act (ERISA) and nonfederal governmental plans], Maryland's high risk pool, preexisting condition insurance plans, orother public coverage; •Assisting consumers indetermining available health insurance options; •Assisting consumers with medical andmedical equipment billing disputes; and, •Educating consumers about amyriad ofhealth related issues, including, for example, theAffordable Care Act(ACA), how toread andunderstand medical bills and insurance forms, andconsumer's health insurance rights and responsibilities. The HEAU was cited asamodel inCongressional testimony insupport ofearly federal efforts to promote programs that would assist health care consumers, including theHealth Care Consumers Assistance Fund Act of2001. The HEAU responds toapproximately 2,000 written complaints andanswers approximately 7,500 consumer hotline calls each year. Itisbelieved that these numbers arelow, andthere aremany more Maryland citizens who could utilize thetypes of assistance provided, ifthey knew theopportunity toobtain free assistance was available tothem. This contract isforprint media buying services only. The HEAU hasanadvertising campaign theme andgraphic designs tobeutilized forthecampaign. The HEAU received $60,000 through agrant from theCenter forConsumer Information andInsurance Oversight (CCIIO) under the ACA toconduct aprint media advertising andoutreach campaign (such asnewspaper, magazines andperiodicals). Allfunds under thegrant must bespent byAugust 22,2013. The Contract provides forprint media advertising services innewspapers andmagazines throughout theState inthemonths ofJune andJuly. i47 SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDASUPPLEMENTAL 109B BPW 6/12/2013 ITEM: 23-S (Cont.) The only opportunity forMBE orVSBE subcontracting was determined tobethepurchase of advertising space through minority-owned orveteran-owned publishers ofnewspapers and/or periodicals distributed intheState ofMaryland. The print media campaign isalso running simultaneously with amass transit advertising campaign that isrunning inthejurisdictions where mass transit services areavailable. While itisdesirable toreach alljurisdictions through theprint media campaign there was adesire tofocus onnewspapers/periodicals with thelargest distribution that would reach jurisdictions where there islittle ornomass transit advertising opportunities. There were five MBEs identified who publish newspapers/periodicals with themajor distribution area being theintheBaltimore/Washington metropolitan areas where mass transit advertising will reach. Therefore, a5%MBE participation goal was established toencourage thepurchase ofadvertising services from theavailable MBEs andallow adequate funds available tobetter reach citizens inareas that would notbereached byother means. The recommended awardee hascommitted toa5.4% MBE participation goal. NoVSBE participation goal was established since there arenoregistered Veteran-Owned Businesses that publish newspapers orother periodicals within Maryland. However, VSBEs were encouraged toparticipate asprime contractors. FUND SOURCE: 100% Federal APPROP. CODE: C81C0005 RESIDENT BUSINESS: Yes MD TAX CLEARANCE: 13-1734-0001 Board ofPublic Works Action -The above referenced Item was: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN i48 110B BPW 6/12/2013 SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDA SUrPLEMENTAL/REVISSEDi SERVICES CONTRACT RENEWAL OPTION ITEM: 24-S-OPTION Agency Contact: Michele Ferges 410-767-6001 Michele.Ferges@maryland.gov DEPARTMENT/PROGRAM: Health andMental Hygiene (DHMH) Developmental Disabilities Administration (DDA) CONTRACT ID: OPASS# 12-10716; Quality ofLife Survey ADPICS #M00B4400118 CONTRACT APPROVED: 3/7/2012 DBM BPW Agenda Item 4-S CONTRACTOR: Inclusion Research Institute Washington, DC CONTRACT DESCRIPTION: Provide anassessment ofpersonal outcome achievement and satisfaction ofservices forpeople with developmental disabilities receiving funding from theDHMH Developmental Disabilities Administration (DDA). OPTION DESCRIPTION: Approval request toexercise thesingle one- year renewal option ascontained intheoriginal contract. TERM OFORIGINAL CONTRACT: 4/1/2012 -6/30/2013 (w/1 one-year renewal option) TERM OFOPTION: 7/1/2013 -6/30/2014 AMOUNT OFORIGINAL CONTRACT: $463,962 (1Year) AMOUNT OFOPTION: $281,733 (1Year) PRIOR MODIFICATIONS/OPTIONS: None i49 SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDAlllB BPW 6/12/2013 ITEM: 24-S-OPTION (Cont.) SUPPLEMENTAL/REVISE REVISED TOTAL CONTRACT AMOUNT: $745,695 ORIGINAL PROCUREMENT METHOD: Competitive Sealed Bidding MBE PARTICIPATION: 39% MBE COMPLIANCE: 41% REQUESTING AGENCY REMARKS: Request forapproval toexercise thesingle one-year renewal option ascontained intheoriginal contract toprovide services for administering the2014 Quality ofLife Survey toinclude conducting face-to-face surveys with adult consumers andmail-in surveys with their families andpreparing thesurvey results forthe web-based data entry system (ODESA). During thebase term ofthecontract, Inclusion Research Institute hasperformed theservices as required inasatisfactory manner. Therefore, itisinthebest interest oftheState toexercise this renewal option. Since this istheonly available renewal option forthis contract theDepartment will re-solicit for these services during therenewal period. Anew contract isexpected tobeinplace prior tothe expiration ofthis contract. FUND SOURCE: enerali-42.8% Federa APPROP. CODE: _OOMOlOl! RESIDENT BUSINESS: No Board ofPublic Works Action -The above referenced Item was: ' DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN i50 SUPPLEMENTAL 112B BPW 6/12/2013 SUPPLEMENT B DEPARTMENT OFBUDGET AND MANAGEMENT ACTION AGENDA GENERAL MISCELLANEOUS ITEM: 25-GM Agency Contact: Izzy Patoka 410-767-6241 Izzy.pakoka@maryland.gov DEPARTMENT: Boards andCommissions -Community Initiatives (GOCI) AMOUNT OFREQUEST: $46,500 DESCRIPTION: Additional funding isneeded fortheMaryland Governor's Office on Service andVolunteerism (GOSV), aunit oftheGovernor's Office ofCommunity Initiatives (GOCI). InMay 2013, theGOSV was notified byanAmeriCorps grantee, theMaryland Institute College ofArts (MICA) Community ArtCollaborative program, that ithad not received a$93,000 grant payment fortheprior grant year (2011-2012) submitted inJuly 2012. MICA has been anAmeriCorps program funded through theGOSV forthelasteight years, andithasbeen ahigh performing program. Once financial records were checked toconfirm thepayment had notbeen received byanother unit atMICA, theExecutive Director ofGOCI met with MICA to form ajoint solution. Itwas agreed that MICA andtheState ofMaryland would each participate ata50% level. Therefore, theGOSV isrequesting $46,500 from theContingency Fund to contribute toresolve this issue. FUND SOURCE: FY2013 Contingent Fund APPROP. CODE: D05E011 b__.__ REQUESTING AGENCY REMARKS: The funding forthis FY2013 deficiency amount is being requested from theFY2013 Contingent Fund. Itisexpected that MICA will also raise the same amount offunds, toresolve this issue. Ifapproved, thefunds will betransferred from the Contingent Fund toGOCI toprovide funds toitsAmeriCorps grantee. DBM REMARKS: The Secretary ofBudget andManagement has certified that funds areavailable from theFY2013 Contingent Fund. Board ofPublic Works Action -The above referenced Item was: DISAPPROVED O WITH DISCUSSIONDEFERRED WITHDRAWN i51 1C BPW 06/12/2013 SUPPLEMENT C UNIVERSITY SYSTEM OFMARYLAND ACTION AGENDA CONSTRUCTION CONTRACT OPTION ITEM: 1-COPT Agency Contact: James Salt 301-445-1987 jsalt(/;usmd.edu USM Rep: JoeEvans INSTITUTION: University ofMaryland ,Baltimore CONTRACT ID: On-Call General Contracting Services RFP #85963MM CONTRACT APPROVED: CONTRACTORS:USM Item 2-C (6/17/09) USM Item 10-C OPT (6/23/10) USM Item 4-C OPT (6/15/11) USM Item 4-C OPT (6/20/12) Emjay Engineering &Construction Co., Inc. Baltimore, MD 21207 Jeffrey Brown Contracting, LLC Towson, MD 21286 John W.Brawner Contracting Company, Inc. Hunt Valley, MD 21030 Hayes Construction Company Phoenix, MD 21131 Plano-Coudon, LLC Baltimore, MD 21230 North Point Builders, Inc. Baltimore, MD 21222 Waverly Construction &Management Company, Inc. Baltimore, MD 21227 CONTRACT DESCRIPTION: OnCall General Contracting services forconstruction projects fortheUniversity System ofMaryland institutions intheBaltimore region onanasneeded basis. OPTION DESCRIPTION: Exercise fourth offour 1-year options. ORIGINAL PROCUREMENT METHOD: Competitive Sealed Proposals152 2C BPW 06/12/2013 SUPPLEMENT C UNIVERSITY SYSTEM OFMARYLAND ACTION AGENDA ITEM: 1-COPT (Continued) ORIGINAL CONTRACT TERM: 7/1/2009 -6/30/2010 (with 4one-year renewal options) OPTION TERM: ORIGINAL AMOUNT:7/1/2013 -6/30/2014 (4thof4one-year renewal options) $7,000,000 estimated annually OPTION AMOUNT: $7,000,000 estimated annually Nosingle project: will exceed $1,000,000 MBE PARTICIPATION: MBE COMPLIANCE: PERFORMANCE SECURITY: $100,000 orgreater.25% 27% 100% performance bonds required for those projects REQUESTING INSTITUTION REMARKS: Contractors have been effective inmeeting short lead-time projects requiring aquick response and allhave successful performance records. Asprojects arise, the University may choose torotate projects less than $25,000 and will compete each project greater than $25,000 among theseven awarded on'call general contracting firms. These finns will use thefixed hourly rates aswell asmaterial mark-up, sub-contractor mark-up, andequipment rental mark-up quoted intheir proposals. FUNDSOURCE: Various Institutional Funds RESIDENT BUSINESSES: Yes. MD TAX CLEARANCE: 13-1561-1111 Emjay Engineering &Construction 13-1558-1111 Jeffrey Brown Contracting 13-1555-1001 John W.Brawner Contracting 13-1559-1111 Hayes Construction 13-1557-1111 Plano-Coudon 13-1560-1111 North Point Builders 13-1556-1111 Waverly Construction &Management o ° BOARD OFPUBLIC WORKS ACTION: DISAPPROVED WITH DISCUSSIONTHE ABOVE REFERENCED ITEM WAS: DEFERRED WITHDRAWN o o, coss i53 SUPPLEMENT C UNIVERSITY SYSTEM OFMARYLAND ACTION AGENDA3C BPW 06/12/2013 CONSTRUCTION CONTRACT ITEM: 2-C Agency Contact: James Salt 301-445-1987 jsalt@usmd.edu USM Rep: JoeEvans INSTITUTION: University ofMaryland, Baltimore for University ofMaryland Baltimore County CONTRACT ID: West Hill Apartments Renovation at University ofMaryland Baltimore County RFP #13-116 BS CONTRACT DESCRIPTION: Professional management and construction services during pre- construction andconstruction forUMBC's West Hill Apartments renovation. AWARD: Plano-Coudon, LLC Baltimore MD 21230 CONTRACT TERM: AMOUNT:13months from issuance ofpre-construction notice toproceed; 24months from construction notice toproceed $83,500 (pre-construction fees only) PROCUREMENT METHOD: Competitive Sealed Proposals PROPOSALS: Plano'Coudon BaltimoreTechnical Score 60.00Price Score 37.93Total Score 97.93Price $2,321.430 Whiting-Turner Baltimore57.36 40.00 97.36 $2,201,015 J.Vinton Schafer Abingdon Lewis Contractors Owings Mill5%58 57.2839..61 34..7397.18 92.01$2,222,879 $2,535,228 i54 4C BPW 06/12/2013 SUPPLEMENT C UNIVERSITY SYSTEM OFMARYLAND ACTION AGENDA ITEM: 2-C (continued) MBE PARTICIPATION: 25% PERFORMANCE BOND: A100% performance bond isrequired. REQUESTING INSTITUTION REMARKS: The solicitation was advertised ineMaryland Marketplace and distributed totheOffice ofMinority Affairs and other MBE associations. Six technical proposals were received ofwhich four achieved therequired minimum technical score and were invited tooral presentations. Following oral presentations the four proposers were invited tosubmit pricing. Award isrecommended toPlano-Coudon who achieved thehighest combined technical and financial score. Plano-Coudon presented ancompetent construction management team and demonstrated through their experience astrong understanding ofthe project. The estimated construction cost forthisproject is$15,325,000. This Item recommends award for pre-construction services only. IftheUniversity and theContractor agree toaGuaranteed Maximum Price forconstruction, theUniversity will return totheBoard with arecommendation tomodify the contract toinclude the actual construction costs that will include the CM's construction services fee. FUNDSOURCE: USM Academic/Auxiliary Facility Revenue Bond RESIDENT BUSINESS: Yes MD TAX CLEARANCE: 13-1579-1111 BOARD OFPUBLIC WORKS ACTION: DISAPPROVED WITH DISCUSSIONTHEABOVEREFERENCEDITEM WAS: DEFERRED WITHDRAWN 5C BPW 06/12/13 SUPPLEMENT C UNIVERSITY SYSTEM OFMARYLAND ACTION AGENDA ARCHITECTURAL/ENGINEERING SERVICES CONTRACT ITEM: 3-AE INSTITUTION:Agency Contact: James Salt 301-445-1987 jsalt(g#,usmd.edu USM Rep: JoeEvans University ofMaryland, College Park CONTRACT ID: Architectural andEngineering Design Services for H.J.Patterson, Wing 1,Floors 1,2,3&4 Master Contract B-004665-N Project #10-416-068-00 CONTRACT APPROVED: IDC A/E services (USM Item 5-A/E [2/08/12]) CONTRACTOR: Design Collective, Inc. Baltimore, MD 21202 CONTRACT DESCRIPTION: Design services forrenovation of approximately 37,000 nsf onthe Ist,2nd,3rdand 4thfloors ofWing #1ofH.J. Patterson Hall toassorted offices andmeeting spaces forinternational program units. This work isthebeginning oftheInternational Center for the University. Space needs complete infrastructure renovation toinclude architectural, mechanical, electrical, plumbing, fire protection, and structural engineering services. The estimated construction cost forthisproject is:$12.7 million. TERM: Design Phase: 47weeks Construction Phase: 52weeks/12 months AMOUNT: $1,216,718 PROCUREMENT METHOD: USM Procurement Policies andProcedures for Architectural andEngineering Services Selection (Task Order Issued under existing IDC AEProgram) MBE PARTICIPATION: 25% PERFORMANCE SECURITY: N/A i56 ITEM:SUPPLEMENT C UNIVERSITY SYSTEM OF MARYLAND ACTION AGENDA 3-AE (cont!nued)6C BPW 06/12/13 REQUESTING INSTITUTION REMARKS: The Architect/Engineer has submitted an acceptable feeproposal and theUniversity seeks Board approval toissue atask order under the existing IDC A/E contract with this firm. Approval isrequested forallphases ofthe design. Design Collective was selected inthenormal rotation among theA/E IDC firms. The A/E brings astrong, experienced, integrated design team tothe process.• Their proposal demonstrates the A/E's understanding ofthecost and schedule requirements fortheproject. Design Collective's resume ofcompleted projects indicates that they can complete theproject successfully. Facilities Management/Department ofCapital Projects attheUniversity ofMaryland, College Park will manage the Architect/Engineer's work with procurement support from the University's Departmen tofProcurement and Supply. FUND SOURCES: $338,718 $878,000UMCP Plant Funds MCCBL of2013 -Provide funds todesign therenovation ofWing 1ofH.J. Patterson Hall. Item 059 APPROP CODE: R30B22 RESIDENT BUSINESS: Yes MD TAX CLEARANCE: • 13-1587-1111 BOARD OF PUBLIC WORKS ACTION: APPROVED DISAPPROVED WITH DISCUSSION  iTHE ABOVE REFERENCE.LS,' ..... WITHOUDISCUSSION 15:7 SUPPLEMENT C UNIVERSITY SYSTEM OFMARYLAND ACTION AGENDA CONSTRUCTION CONTRACT RENEWAL OPTION:7C BPW 06/12/2013 ITEM: 4-C OPT INSTITUTION: CONTRACT ID: •CONTRACT APPROVED: CONTRACTORS:Agency Contact: James Salt 301-445-1987 jsalt@usmd.edu USM Rep: James Stirling University ofMaryland, College Park On-Call Mechanical Contracting Greater Than $50,000 RFP 84145-E USM Item 5-C (06/15/2011) Green Contracting Company, Inc. Baltimore, MD •21237 Caigeann Mechanical Co., Inc. Beltsville, MD 20705 EMCOR Services Combustioneer Corp Rockville, MD 20904 W.L.Gary Company, Inc. Washington, DC20012 Southland Industries Dulles, VA20166 American Combustion Industries, Inc. Brentwood, MD 20722 Maryland Mechanical Systems, Incl Baltimore, MD 21224 M&E Sales, Inc Hanover, MD 21076 • 158 8C BPW 06/12/2013 SUPPLEMENT C UNIVERSITY SYSTEM OFMARYLAND ACTION AGENDA ITEM: 4-COPT (continued) ORIGINAL CONTRACT DESCRIPTION: On-call general-to-complex HVAC services for theOffice ofFacilities Management attheUniversity ofMaryland, College Park and other institutions oftheUniversity System ofMaryland onanas-needed basis. Typical projects are expected tobevalued atgreater than $50,000. Any project that exceeds $1,000,000 will be presented totheBoard forapproval. Estimated cumulative dollar volume forthis contract is $5,000,000 peryear. OPTION DESCRIPTION: Exercise thefirst ofthree 1-year renewal options. ORIGINAL TERM: 06/15/2011 -06/14/2013 with three 1-year renewal options. OPTION TERM: 06/15/2013 -06/14/2014 ORIGINAL AMOUNT: $10,000,000 NTE (two-year base) OPTION AMOUNT: $5,000,000 NTE (one year) REVISED TOTAL CONTRACT AMOUNT: $15,000,000 ORIGINAL PROCUREMENT METHOD: Competitive Sealed Proposals MBE PARTICIPATION: MBE goals will beestablished onallprojects expected to •exceed $50,000. PERFORMANCE SECURITY: 100% Payment andPerformance Bonds forallTask Orders that exceed $100,000. REQUESTING INSTITUTION REMARKS: Allwork performed under these contracts will besupervised bytheOffice ofFacilities Management attheUniversity ofMaryland, College Park, with Procurement support provided bytheUniversity's Department ofProcurement & Supply. 9C BPW 06/12/2013 SUPPLEMENT C UNIVERSITY SYSTEM OFMARYLAND ACTION AGENDA ITEM: 4-C OPT (continued) FUND SOURCE: Various dePending onproject ortask order placed against thecontract andthe•Institution placing theorder. RESIDENT BUSINESS: Green Contracting Company, Inc. Caigeann Mechanical Co., Inc. EMCOR Services Combustioneer Corp W.L.Gary Company, Inc. Southland Industries American Combustion Industries, Inc. Maryland Mechanical Systems M&E Sales,IncYes Yes Yes No No Yes Yes Yes MD TAX CLEARANCE: Green Contracting Caigeann Mechanical EMCOR Services W.L.Gary Company Southland Industries No. American CombustiOn Ind. No. Maryland Mechanical Sys No. M&E Sales, Inc No.No. 13-1345-1111 No. 13-1348-0111 No. 13-1347-0000 No. 13-1518-0111 13-1547-1111 13-1344-1111 13-1346-1111 13-1349-0111 BOARD OFPUBLIC WORKS ACTION: DISAPPROVED WITH DISCUSSIONTHE ABOVE REFERENCED ITEM WAS: DEFERRED WITHDRAWN 10C BPW 06/12/13 •SUPPLEMENT C UNIVERSITY SYSTEM OFMARYLAND ACTION AGENDA GENERAL MISCELLANEOUS:• ITEM: :5-GM Agency Contact: James Salt 301-445-1987 jsalt@usmd.edu : USM Rep: James Stirling Recommendation: Inaccordance with State Finance andProcurement Article Section 8-301, Annotated Code ofMaryland, theBoard ofPublic works isrequested toapprove theuseof General Obligation Bond funding forthefollowing contracts totaling $76,541.00 AoUniversity ofMaryland, College Park McKeldin Library Building•#035 -Fire Pump Replacement Description: Replace existing Fire Pump &Electric Driver inMcKeldin Library Procurement Method: Simplified Procurement Award: Capitol Sprinkler Contracting, Inc. Columbia, MD 21045 Amount: $22,667.00 Fund Source: MCCBL of2012 -Campus Wide Building System and Infi'astructure Improvements. Item 049 Tax Compliance No. 13-1613-1111 Resident Business: Yes BoUniversity ofMaryland, College Park Hornbake Library Building #147-Fire Pump andController Replacement Description: Procurement Method: Award: Amount: • Fund Source: Tax Compliance No. Resident Business:Replace existing Fire Pump andFire Pump Controller in Hornbake Library Simplified Procurement Capitol Sprinkler Contracting, Inc. Columbia, MD 21045 $31,212.00 MCCBL of•2012 -Campus Wide Building System and Infrastructure hnprovementsl =Item 049 13-1613-1111 Yes : ITEM: C.SUPPLEMENT C UNIVERSITY SYSTEM OFMARYLAND ACTION AGENDA 5-GM (continued)llC BPW 06/12/13 University ofMaryland, College Park • Physical Distribution Building #383-Fire Pump Controller Replacement Description: Procurement Method: Award: • Amount: Fund Source: Tax Compliance No. Resident Business:Replace existing Fire Pump Controller inPhysical Distribution Building #383 Simplified Procurement Capitol Sprinkler Contracting, Inc. Columbia, MD 21045 $22,662.00 MCCBL of2012 -Campus Wide Building System and Infrastructure Improvements -Item 049 13-1613-1111 Yes BOARD OFPUBLIC WORKS ACTION: "•DISAPPROVED WITH DISCUSSIONTHE ABOVE REFERENCED ITEM WAS: DEFERRED WITHDRAWN i62 1D BPW 06/12/2013 SUPPLEMENT D DEPARTMENT OFINFORMATION TECHNOLOGY ACTION AGENDA ITEM: 1-IT OPT Agency Contact: Ronald Brothers (410) 585-3100 rbrothers@dpscs.state.md.us Donna Ziegenhein (410) 260-7627 donna.ziegenhein@maryland.gov DEPARTMENT/PROGRAM: Public Safety &Correctional Services Info Tech and Communications Division CONTRACT ID: Protective Order Notification Services DPSCS ITCD 2010-32 ADPICS No.: Q00B3400221 CONTRACT APPROVED: DoIT Item 3-IT (09/22/2010) CONTRACTOR: Appriss, Inc. Louisville, KY. CONTRACT DESCRIPTION: Provide protective order notifications service; citizen notification bye-mail orphone when there issexoffender movement within zipcode; victim notification when specific sexoffender changes addresses; andnationwide notification tostate andlocal jurisdictions when anoffender isarrested orreleased from acorrectional facility. OPTION DESCRIPTION: Exercise first andsecond renewal options ORIGINAL PROCUREMENT METHOD: Sole Source ORIGINAL TERM: OPTION TERMS:11/01/2010-10/31/2013 (w/2 one-year options -SeeRemarks) 11/01/2013-10/31/2014 Option Yr.1 11/01/2014-10/31/2015 Option Yr.2 ORIGINAL CONTRACT AMOUNT: $2,272'623 OPTION AMOUNT: > REVISED TOTAL CONTRACT AMOUNT•$802,530 Option Yr.1 $802,530 Option Yr.2 $1,605,060 Total $3,877,683.23 MBE PARTICIPATION: 0% i63 SUPPLEMENT D DEPARTMENT OFINFORMATION TECHNOLOGY ACTION AGENDA2D BPW 06/12/2013 ITEM I-IT OPT (Cont'd) REMARKS: The APRISS notification system provides: •Protective order notifications •Citizen notification (e-mail/phone) when sexoffender movement within zipcode. •Victim notification when aspecific sexoffender changes addresses (including release from correctional facility). •Justice exchange notification tostate andlocal jurisdictions nationwide when offender is arrested orreleased from acorrectional facility. DPSCS hasdetermined that continuation ofthis contract isneeded because theproprietary Appriss sOftware andprocesses aretheonly source that canachieve therequired notifications. This service provides links to65% ofalljailsystems inthecountry andnoother service provides this level ofconnectivity. Appriss, Inc. hasprovided excellent service andcontinues tofulfill its contractual obligations. Itis in thebest interest oftheState toexercise the remaining options. There arenoelements ofwork onthisproprietary technology service tosubcontract; therefore no MBE participation. Option Approval." Although this sole'source contract contained thetwo renewal options when it was entered into, theAgenda Item that theBoard ofPublic Works approved stated that the contract had only athree-year base term, omitting anymention oftheoptions. This was anerror astheoptions should have been included. FUND SOURCE: 100% General Funds APPROP. CODE: Q00A0102 RESIDENT BUSINESS: •No MD TAX CLEARANCE: 13-1206-0111 Board ofPublic Works Action -The above referenced Item was: DISAPPROVED WITH DISCUSSION •DEFERRED WITHDRAWN i64 SUPPLEMENT D DEPARTMENT OFINFORMATION TECHNOLOGY ACTION AGENDA3D BPW 06/12/2013 ITEM: 2-IT DEPARTMENT/PROGRAM:Agency Contact: Ronald Brothers (410) 585-3100 rcbrothers@dtscs.state.md.us Donna Ziegenhein (410) 260-7627 donna.ziegenhein@maryland.gov Public Safety &Correctional Services Info Tech and Communications Division CONTRACT ID: DPSCS IT&CD 2013-01 ADPICS No.: Q00B3400066 CONTRACT DESCRIPTION: On-site staff andsupport fortheMaryland Automated Fingerprint Identification System. AWARD: Cogent Systems, Inc., Pasadena, CA TERM: • AMOUNT: PROCUREMENT METHOD: MBE PARTICIPATION: INCUMBENT:November 1,2013 October 31,2016 $1,530,437.00 Sole Source 14% Same • REMARKS: This contract provides full-time, on-site staff and support tomaintain andmonitor theproprietary portion oftheMaryland Automated Fingerprint Identification System (MAFIS), aswell asgeneral support forMAFIS operational processing. The support staff will monitor AFIS transactions, monitor hardware status, perform hardware maintenance, monitor and Configure system performance, provide user support, andprovide monthly performance reports. This staff will also implement changes totheMAFIS components. They will work astaggered schedule toprovide maximum coverage andwill beoncalltoprovide 24x7coverage. Occasional maintenance will berequired fortesting changes andupgrading theMAFIS system: Due totheproprietary hardware, software, andsystem design oftheCogent System, thiswork canonly bedone byCogent Systems, Inc. Cogent Systems, Inc hasbeen performing this service fortheDepartment OfPublic Safety andCorrectional Services andhasprovided excellent customer service and fulfilled itscontractual obligations. i •SUPPLEMENT D DEPARTMENT OFINFORMATION TECHNOLOGY ACTION AGENDA ITEM:• 2-IT (Cont'd) FUND SOURCE: APPROP. CODE: RESIDENT BUSINESS: MD TAX CLEARANCE:1.00% General Funds Q00A0102 Yes (Office inRockville, MD) 12-2862-11114D BPW 06/12/2013 Board ofPublic Works Action- The above referenced Item was: DISAPPROVED WITH DISCUSSION / •DT, D...... WITHDRAWN i i66 5D BPW 06/12/2013 SUPPLEMENT D DEPARTMENT OFINFORMATION TECHNOLOGY ACTION AGENDA ITEM: 3-IT Agency Contact: Albert Annan (410) 767-0114) aannan@msde.state.md.us Donna Ziegenhein (410) 260-7627 donna.ziegenhein @maryland,gov DEPARTMENT/PROGRAM: Education Division ofAccountability &Assessment/RTTT CONTRACT ID: Computer Adaptive Test Systems eMM #R00R2403041 ADPICS No.: R00B3400085 CONTRACT DESCRIPTION: Provide andimplement aTest Item Bank System (TIBS) and Computer Adaptive Test (CAT) System todiagnose student learning progress toprovide instructional support that would increase thestudent achievement. AWARD: Pearson Educational Measurement Iowa City, IA TERM: 6/13/2013-6/12/2015 (with 3one-year renewal options) AMOUNT: $5,468,760.00 (2Year Base) $863,746.33 (1stRenewal) $863,746.33 (2ndRenewal) $863,746.34 (3rdRenewal) $8,059,999.00 (Total 5Years) PROCUREMENT METHOD: Competitive Sealed Proposals Single Proposal Received PROPOSALS: Pearson Educational Measurement MBE PARTICPATION: 5.53 % INCUMBENT: None i67 6D BPW 06/12/2013 SUPPLEMENT D DEPARTMENT OFINFORMATION TECHNOLOGY ACTION AGENDA ITEM 3-IT (Cont'd) REMARKS: Anotice ofavailability oftheRequest forProposals was advertised atthewebsite eMaryland Marketplace. corn andacopy was sent totheGovernor's Office ofMinority Affairs. • Offour proposals submitted, only onewas susceptible foraward. Award isrecommended to Pearson Educational Measurement. Pearson demonstrated in-depth experience andexpertise in developing acustomized TIBS andCAT systems, andpresented afavorable financial proposal. This contract :will support theState's Race ToThe Top reform agenda byengaging anexpert to implement theTIBS andCAT tOshare with theteachers, students, andadministrators throughout theState. TIBS isanelectronic repository fortestitems that areused byteachers toselect items andcreate tests that areadministered tostudents online. Score reports aregenerated immediately toshow student performance onthetest. CAT isasystem that selects successive items based on how testtaker answers previous items tomaximize precision oftesttaker's ability, inanefficient manner. The CAT/TIBS system will provide Maryland teachers with diagnostic information andis expected toreduce theworkload ofteachers, improve teacher analysis ofstudent instructional needs, andallow more time tobeallocated toinstructional delivery. Key benefits ofthe CATS/TIBS system include; •Test canbetaken •anytime andanyplace •Scores areavailable immediately •Test canbeindividually paced toaccommodate forlearning andteststyles •Knowledge acquisition canbemore fully analyzed onanindividual basis •Tests canbestandardized using anitem bank across teachers andclasses FUND SOURCE: 100% Race totheTop Grant (Test Item Bank System) APPROPRIATION CODE: R00A0106 RESIDENT BUSINESS: No MD TAX CLEARANCE: 13-1371-1111 Board ofPublic Works Action -The above referenced Item was: DISAPPROVED • WITH DISCUSSIONDEFERRED WITHDRAWN IIIII (,,ITHOUT DISC i68 SUPPLEMENT D DEPARTMENT OF INFORMATION TECHNOLOGY ACTION AGENDA7D BPW 06/12/2013 ITEM: 4-IT Agency Contact: Lavinia Lee (410) 260-7634 vlee()?,,:comp.state.md.u S Donna Ziegenhein (410) 260-7627 donna.ziegenhein@maryland.gov DEPARTMENT/PROGRAM: Comptroller/Information Technology Division CONTRACT ID: S S-14-01; ADPICS No.: E00B4400006 CONTRACT DESCRIPTION: Software maintenance and support forlBM's mainframe software products aswell asanarray ofsupport services. The software and support services are used bytheAnnapolis Data Center and customer agencies tomaintain critical applications, systems, and operational functions. •• AWARD: TERM:IBM Corporation, Baltimore 7/1/13 through 6/30/14 AMOUNT: $2,348,942. PROCUREMENT METHOD: MBE PARTICIPATION:Sole Source 0% INCUMBENT: IBM " " REMARKS: The software runs theAnnapolis Data Center's IBM z890 mainframe. IBM isthe •developer ofthesoftware and retains theproprietary and copyright privileges associated with the software. IBM isthe only vendor that can provide the software maintenance and support services. Asthere arenoopportunities forsub-contracting, noMBE goal was established. FUND SOURCE: Reimbursable APPROP. CODE:• RESIDENT BUSINESS: MD TAX CLEARANCE:.240110001 Yes 13-1591-1111 Board ofPublic Works Action -The above referenced Item was: DISAPPROVED WITHDISCUSSIONDEFERRED WITHDRAWN Iill . .. C T 0UTD'SCUS SUPPLEMENT D DEPARTMENT OFINFORMATION TECHNOLOGY ACTION AGENDA8D BPW 06/12/2013 ITEM: 5-IT DEPARTMENT/PROGRAM:Agency Contact: Lavinia Lee (410) 260-7634 llee@comp.state.md.us Donna Ziegenhein (410) 260-7627 donna.ziegenhein(/!;nlaryland.gov Comptroller/Revenue Administration Division CONTRACT ID: IBML Scanners• •IFB 1302; ADPICS No." E00B3400075 CONTRACT DESCRIPTION: Provide and install two IBML scanners and related software and configuration toprocess paper taxreturns, forms, payment coupons, checks using IBM's Intelligent Forms Processing software andFairfax Imaging's Quick Models software. AWARD: Fairfax Imaging' Rockville TERM: 07/01/13 -06/30/18 AMOUNT: $1,086,820. PROCUREMENT METHOD: Multi-Step Competitive Sealed Bid BIDS: Fairfax Imaging $1,086,820 EDAC $1,226,062 MBE PARTICIPATION: 0% INCUMBENT: None REMARKS: Anotice oftheavailability oftheInvitation forBids was advertised on eMarylandMarketplace andtheComptroller's website. Sixauthorized IBML resellers were directly solicited. Ofthetwo technically-qualified bids received, Fairfax Imaging provided the lower price. The IBML scanners areavailable only from IBML (the original equipment .manufacturer) oranIBML authorized reseller. Installation, customization, warranty, and maintenance support areonly provided bytheOEM, asthehardware and software are proprietary toIBML. While anIBML authorized reseller might beaMBE andawardedthe contract astheprime Contractor, theIBML scanners and supporting services will beprovided by IBML, who under those circumstances would serve asasubcontractor; therefore, there areno MBE subcontracting opportunities. SUPPLEMENT D DEPARTMENT OFINFORMATION TECHNOLOGY ACTION AGENDA ITEM: 5-IT (Cont'd)9D BPW 06/12/2013 FUND SOURCE: APPROP. CODE: RESIDENT BUSINESS: MD TAX CLEARANCE:MITDPF E00A0402 Yes 13-1590-1111 Board ofPublic Works Action, The above referenced Item was: DISAPPROVED WITH DISCUSSIONWN fi7i SUPPLEMENT D DEPARTMENT OFINFORMATION TECHNOLOGY ACTION AGENDA10D BPW 6/12/2013 ITEM: 6-IT Agency Contact: Robert Howells (410) 230-8789 robel.howells@maryland.gov. Donna Ziegenhein (410) 260-7627 donna.ziegenhem@maryland.go v DEPARTMENT: Maryland State Lottery &Gaming Control Agency CONTRACT ID: UNISYS Hardware Replacement, License of Software, andMaintenance Agreement #2013-09 ADPICS No.: E75B3400018 CONTRACT DESCRIPTION: Provide hardware, software license, installation, and maintenance services toreplace Lottery's production andbackup computer systems with UNISYS Clearpath Libra 460 servers. AWARD: TERM: AMOUNT: $474,818Potomac Information Systems Silver Spring, MD 6/14/2013 -6/13/2016 (3years) PROCUREMENT METHOD: Sole Source .MBE PARTICIPATION: 0% INCUMBENT: Same REMARKS: The Lottery's existing UNISYS backup system will notbesupported orlicensed asofJune 30,2013, andtheexisting UNISYS production system will notbesupported after June 30,2014. This system isused forcritical business functions oftheLottery. Ittracks andreports onsales, subscriptions, and processes retailer andaccounting transactions. This contract will beused toreplace thesoon-to-be obsolete production andbackup computer systems with UNISYS Clearpath Libra 460 servers. The agreement includes hardware, license ofsoftware, installation, andmaintenance services. SUPPLEMENT D DEPARTMENT OFINFORMATION TECHNOLOGY ACTION AGENDA ITEM: 6-IT (Cont'd)liD BPW 6/14/2013 REMARKS (cont'd): •UNISYS has assigned theState Lottery and Gaming Control Agency account tothe exclusive management ofPotomac Information Systems. They arethe only vendor authorized byUNISYS toprovide pricing fortheLottery. Potomac isanextension of UNISYS andithastheability toleverage UNISYS resources tohelp resolve customers' business challenges. UNISYS allows only assigned ,partners therightto•sell their licenses. Due tothe proprietary nature ofthis system, noMBE goal was set. FUND SOURCE: APPROP.•CODE:100% Special (Lottery Proceeds) E75D0001 RESIDENT BUSINESS: Yes MD TAX•CLEARANCE: 13-1630-1110 ,[Board ofPublic Works Action -The above referenced Item was: DISAPPROVED WITH DISCUSSION •DEFERRED WITHDRAWN t:73 ITEM: 7-IT12D BPW -06/12/13 SUPPLEMENT D DEPARTMENT OF INFORMATION TECHNOLOGY ACTION AGENDA Agency Contact: Nancy Noonan (410) 767-3796 Nnoonan@mta.maryland.gov Donna Ziegenhein (410) 260-7627 Donna.ziegenhein@marvtand.gov DEPARTMENT/PROGRAM: Maryland Department ofTransportation Maryland Transit Administration CONTRACT ID: Automatic Voice Annunciation Bus Software Maintenance Services MTA-1385; ADPICS No.: J05B3400022 CONTRACT DESCRIPTION: Preventive and remedial maintenance, system diagnostics and labor toreview and alter voice annunciation and mapping ofbus stop information toexisting proprietary software (BusTools® Bus Stop Inventory System). AWARD: Clever Devices, Ltd., Plainview, NY TERM: 06/20/2013 -6/19/2016 (3years) AMOUNT: $334,980 PROCUREMENT METHOD: Sole Source MBE PARTICIPATION: 0% INCUMBENT: Same REMARKS: The Current maintenance contract forBusTools® Bus Stop Inventory Software expires June 20,2013. The BusTools® Bus Stop Inventory Software database interfaces with, and supports, theAutomatic Voice Annunciation system toprovide accurate bus stop announcements. This system was isnecessary tocomply withthe American with Disabilities Act. This contract supports two MTA service changes annually. This proPrietary system isincludes allrelated database updates; mapping and audio recording updates and maintenance services fortheBusTools® Bus Stop Inventory Software database, aswell as,adatabase maintenance plan tosupport additional bus stop and route changes. FUND SOURCE: • 100% State Budgeted Funds APPROPRIATION CODE: RESIDENT BUSINESS: MD TAX CLEARANCE:J05H0105 No 13-0007-0111 Board ofPublic Works Action- The above-referenced Item was: PPRovED  WITH DISCUSSIONDISAPPROVED DEFERRED WITHDRAWN 'THoUT DISCU

  • . • • ,i74

13D BPW 06/12/2013 UPP-LE-MENTAL  SUPPLEMENT D DEPARTMENT OFINFORMATION TECHNOLOGY ACTION AGENDA ITEM: 8-IT Agency Contact: Ronald Brothers (410) 585-3812 rcbrothers@dpscs.state.md.us Donna Ziegenhein (410) 260-7627 Donna.Ziegenhein@maryland.gov DEPARTMENT/PROGRAM: Public Safety andCorrectional Services Information Technology &Communications Division CONTRACT ID: Dell Desktop &Laptop Computers DPSCS IT&CD 2013-11 ADPICS No.: Q00B3400244 CONTRACT DESCRIPTION: Purchase of640 Dell Desktop &Laptop Computers andAccessories toReplace Life-Expired Units. AWARD: Data Networks ofAmerica, Inc., Hunt Valley TERM: 90days from date ofcontract award AMOUNT: $729,473.20 PROCUREMENT METHOD: Competitive Sealed Bids BIDS: Data Networks ofAmerica Hunt Valley, MD$729,473.20 MVS, Inc. Washington, DC$729,894.80 Landman andAssociates Annapolis, MD$760,320.00 TMC, LLC Clinton, MD$894,468.40 Prospectus Enterprises Laurel, MD$901,200.00 American Services Columbus, OH$1,081,760.00 175 14D BPW 06/12/2013 UPPLEMENTAL ." ITEM:SUPPLEMENT D DEPARTMENT OFINFORMATION TECHNOLOGY ACTION AGENDA 8-IT (Cont'd) MBE PARTICIPATION: 0% INCUMBENT: N/A REMARKS: AnInvitation forBids was posted oneMaryland Marketplace. Through this contract, theDepartment ofPublic Safety andCorrectional Services will upgrade itsdata- processing capacity andcapability byreplacing obsolete personal computers with current technology equipment. FUNDSOURCE: 100% General Funds APPROP. CODE: Q00A0102 RESIDENT BUSINESS: Yes MD TAX CLEARANCE: 13-1575-1111 Board ofPublic Works Action -The above referenced Item was: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN WOUT DISCUSSI i76 Heidi Tarleton (410) 767-3763 htarleton(,mta.maryland.gov DEPARTMENT OFTRANSPORTATION ACTION AGENDABPW -06/12/13 [(revised CONSTRUCTION CONTRACT ITEM: 1-C MARYLAND TRANSIT ADMINISTRATION CONTRACT ID: T-8000-0346 Baltimore Metro Detection Project ADPICS NO. T80000346 CONTRACT DESCRIPTION: This contract isfortheinstallation ofachemical detection system toprovide increased security attheJohns Hopkins Metro Station. This project isknown asthe Baltimore Metro Detection Project (BMDP), andisapart ofaHomeland Security Surveillance Project. AWARD: Federal Signal Corporation University Park, IL TERM: 355 Calendar Days from NTP AMOUNT: $1,279,614 PROCUREMENT METHOD: Competitive Sealed Proposal PROPOSALS: Financial Technical Overall Price/Ranking Ranking Ranking Federal Signal Corporation University Park, IL$1,279,614 (1) 3 1 Orion Management, LLC Springfield, VA$1,426,097 (2) 2 2 ARINC Incorporation Annapolis, MD$1,892,247 (3) 1 3 DBE PARTICIPATION: 10% PERFORMANCE SECURITY: Performance Bond at100% ofContract Amount REMARKS: The Engineer's Estimate forthis contract was $1,790,700. This Solicitation was advertised ineMaryland Marketplace andonMTA's Web Site. One hundred and fourteen (114) firms received proposal packages; fifty one (51) were Maryland firms. Five (5)proposals were received. However, two proposers were dropped during thetechnical evaluations becaus valuation team feltthat they were non-responsive based onthecriteria intheRFP.! i77 2 ITEM: 1-C (Continued) BPW -06/12/13 This contract isfortheinstallation ofachemical detection system toprovide increased security atthe Johns Hopkins Metro Station. The system alarms shall beintegrated into theexisting Johns Hopkins Station surveillance camera system, theMetro Operations Control Center (OCC), andtheMTA Police Monitoring Facility (PMF). Appropriate software additions ormodification shall beprovided, as necessary, toenable these systems alarms andvideo images toappear within theexisting monitoring system. Through both their technical proposal andoral presentation, Federal Signal hasdemonstrated the capability todeliver achemical detection system that meets theMTA's requirements andforwhich can bedelivered within therequired time frame. The solution asoffered byFederal Signal hasagreater degree offlexibility inthat itismodular which will provide easier andlow cost maintainability. Their solution employs theeasiest user interface andthegreatest degree ofscalability should theMTA need to addadditional chemicals toitsrepertoire ofagents forwhich itissensitive. Itwas determined that the technical differences between thethree offers didnotoffset thedifference inprice; therefore, award is recommended toFederal Signal ashaving themore advantageous offer fortheState. FUND SOURCE: 100% Federal Funds Budgeted toMTA APPROPRIATION CODE: J05H0105 RESIDENT BUSINESS: Yes MD TAX CLEARANCE: 13-1507-0011 BOARD OFPUBLIC WORKS ACTION -THE ABOVE-REFERENCED ITEM WAS: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN 78 3 Norie Calvert 410-545-0433 ncalvertsha.state.md.usBPW -06/12/13 DEPARTMENT OFTRANSPORTATION ACTION AGENDA CONSTRUCTION CONTRACT ITEM: 2-C-MOD STATE HIGHWAY ADMINISTRATION CONTRACT ID: BA9015129 Salt Storage/Brine Manufacturing Facilities Baltimore County ADPICS NO. CO294442 ORIGINAL CONTRACT APPROVED: Item 2-C, DOT Agenda 05/08/2011 ORIGINAL PROCUREMENT METHOD: Competitive Sealed Bidding CONTRACTOR: Tech Contracting Company, Inc. Baltimore, Maryland CONTRACT DESCRIPTION: Pursuant to§11-204(c) oftheState Finance andProcurement Article oftheAnnotated Code ofMaryland, retroactive approval isrequested forModification No. 1. This modification istoprovide non-compensatory additional time onaperformance based contract to compensate thecontractor fortime delays beyond their control. AMOUNT: $0 ORIGINAL CONTRACT AMOUNT: $2,783,900 REVISED CONTRACT AMOUNT: $2,783,900 PERCENTAGE INCREASE: 0% TERM: 06/01/2011-09/30/2012 10/01/2012 -12/31/2013 (Modification No. 1) MBE PARTICIPATION: 20% (MBE Compliance REMARKS: This Contract consists ofconstruction ofanew saltstructure andbrine manufacturing facility atSHA's Rt.7maintenance yard. Modification No. 1isforatotal of14months. 148days were added tothecontract for additional work andremaining days were added foradministrative close-out ofthecontract. The additional work was duetothefactthat theexisting soilwas unstable duetovoids andwaste roadway materials. The area was previously adumpsite with tree stumps, tires, oldconcrete andmetal pipe, guardrail, inlets andtree trimming andother organic materials. 179 Norie Calvert (410) 545-0433 ncalvert@sha.state.md.us DEPARTMENT OFTRANSPORTATION ACTION AGENDA11 BPW -06/12/13 revised) ARCHITECTURAL/ENGINEERING SERVICES ITEM: 5-AE STATE HIGHWAY ADMINISTRATION CONTRACT ID: BCS 2009-12 C, F, G&H Survey andEngineering Services inBaltimore and Harford Counties (District 4) ADPICS NOS.: SBCS0912C, SBCS0912F, SBCS0912G, SBCS0912H CONTRACT DESCRIPTION: These arethelastfour (4)ofsix(6)open-end task order Contracts toprovide survey andengineering services forDistrict 4. PROCUREMENT METHOD: Maryland Architectural and Engineering Services Act; recommendation approved bythe Transportation Professional Services Selection Board on June 6,2013. AWARD: Whitman, Requardt &Associates, LLP Baltimore, MarylandContract C Wallace, Montgomery &Associates, LLP Contract F Towson, Maryland Johnson, Mirmiran &Thompson, Inc. Sparks, MarylandContract G STV Incorporated Baltimore, MarylandContract H AMOUNT: $!3,200,000 Total ($3,300,000 each) TERM: 6/12/13 -6/11/18 DBE PARTICIPATION: 25% each 180 ATTACHMENT I Original ContractAmount $2,783,900Term 06/01/11 - 09130/2012BPW/DCAR Date 05/08/2011, Item 2-C & 2-MReason Modification No. 1 0.00 10/01/2013 - 12/31/2013Add additional time Revised Amount $2,783,900 i81 Heidi Tarleton -410-767-3763 HTa rleton(m ta.maryland.govBPW--06/12/13 DEPARTMENT OF TRANSPORTATION ACTION AGENDA ARCHITECTURAL/ENGINEERING SERVICES ITEM: 3-AE MARYLAND TRANSIT ADMINISTRATION CONTRACT IDS: MTA-1246 A,C,D&E Project Planning forMTA Bus, Light Rail, MARC and Metro Systems and Facilities ADPICS NOS. TMTA1246A, TMTA1246C, TMTA1246D and TMTA1246E CONTRACT DESCRIPTION: These aretheremaining four ofsixtask order contracts toprovide project planning forMTA Bus, Light Rail, MARC and Metro Systems and Facilities onan"as-needed" basis. PROCUREMENT METHOD: Maryland Architectural and Engineering Services Act; Recommendation approved bythe Transportation Professional Services Selection Board onJune 6,2013. AWARDS: The Wilson T.Ballard Company/ Sabra, Wang &Associates, Inc. -JV Owings Mills, MD(Contract A) McCormick Taylor, Inc. Baltimore, MD(Contract C) Whitman, Requardt &Associates, LLP Baltimore, MD(Contract D) Rummel, Klepper &Kahl, LLP Baltimore, MD(Contract E) TERM: 06/13/13 -06/12/18 AMOUNT: $10,000,000 each i82 ITEM: 3-AE (Continued) BPW--06/12/13 PROPOSALS: Technical Proposal Rating (Max =1000)Technical RankingNTE Price The Wilson T.Ballard Company/ Sabra, Wang &Associates, Inc-J.V. Owings Mills, MD857 1 $10,000,000 (Contract A) Parsons Brinckerhoff, Inc. Baltimore, MD850 2 $10,000,000 Contract B BPW Approved 4/17/13 McCormick Taylor, Inc. Baltimore, MD846 3 $10,000,000 (Contract C) Whitman, Requardt &Associates, LLP Baltimore, MD844 4 $10,000,000 (Contract D) Rummel, Klepper &Kahl, LLP Baltimore, MD841 5 $10,000,000 (Contract E) URS Corporation Hunt Valley, MD840 6 $10,000,000 Contract F BPW Approved 4/17/13 Jacobs Engineering Group, Inc. Baltimore, MD836 7 N/A Urban Engineers, Inc./SYSTRA Consulting, Inc. -Joint Venture834 8 N/A STV Incorporated Baltimore, MD829 9 N/A Parsons Transportation Group, Inc. Baltimore, MD828 10 N/A Johnson, Mirmiran &Thompson/ Gannett Fleming, Inc. -Joint Venture Sparks, MD812 11 N/A DBE PARTICIPATION: 32% (Contract A) 27% (Contract C,D&E) REMARKS: The Solicitation was advertised inThe Daily Record, eMaryland Marketplace, andonthe SHA andMTA Web Sites. Atotal ofeleven (11) engineering consultant firms were sent theRequest for Proposals forthese services. Eleven (11) Technical Proposals were received. Allwere Maryland firms. i83 ITEM: 3-AE (Continued) BPW--06/12/13 The Consultants will provide project development andenvironmental planning fortheMTA's Office of Planning onan"as-needed" task order basis. These services would include, butarenotlimited to, project planning, environmental documentation, historic evaluation, conceptual design andpreliminary engineering. Inaddition, theservices may include, butarenotlimited tothefollowing project tasks: siteselection and evaluation, siteplanning anddesign, conceptual engineering, preliminary engineering, environmental evaluations and documentation, traffic studies, alternatives analysis andfeasibility studies, ridership forecasting, capital andoperating cost estimates, public involvement, architectural/ landscape architecture/urban design andother related services asrequired. Each contract includes aprovision authorizing anextension foruptoone-third oftheoriginal term to spend funds remaining onthecontract asprovided inRevised Board Advisory 1995-1. The DBE subcontracting goal established forthese contracts is27%. Itshould benoted that Contract A iscommitting toexceed thegoal by5%. FUND SOURCE: Federal andSpecial Funds budgeted toMTA APPROPRIATION CODE: J05H0105 RESIDENT BUSINESSES: Yes MD TAX CLEARANCE: 13-1641-0111 13-1670-0111 13-1642-1111 13-1643-1111The Wilson T.Ballard Company/ Sabra, Wang &Associates, Inc. - Joint Venture McCormick Taylor, Inc. Whitman, Requardt &Associates, LLP Rummel, Klepper &Kahl, LLP BOARD OFPUBLIC WORKS ACTION -THE ABOVE-REFERENCED ITEM WAS: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN i.84 Heidi J.Tarleton -410-767-3763 HTarleton@mta.mar|and.govBPW--06/12/13 DEPARTMENT OFTRANSPORTATION ACTION AGENDA ARCHITECTURAL/ENGINEERING SERVICES ITEM: 4-AE MARYLAND TRANSIT ADMINISTRATION CONTRACT IDS: MTA- 1345B&C Rolling Stock and Associated Equipment Services ADPICS NOS. TMTA1345B andTMTA1345C CONTRACT DESCRIPTION: These aretheremaining two ofthree task order contracts to provide rolling stock andassociated equipment services onan"as-needed" basis. PROCUREMENT METHOD: Maryland Architectural and Engineering Services Act; Recommendation approved bythe Transportation Professional Services Selection Board onJune 6,2013 AWARDS: STV Incorporated Baltimore, MD(Contract B) Parsons Brinckerhoff, Inc. Baltimore, MD(Contract C) TERM: 06/13/13 -06/12/18 AMOUNTS: $10,000,000 (Contract B) $5,000,000 (Contract C) PROPOSALS: CH2M Hill, Inc. Baltimore, MDTechnical Proposal Rating (Max=2000) 1857Technical Ranking 1NTE Price $15,000,000 Contract A BPW Approved 4/17/13 STV Incorporated Baltimore, MD1535 2 $10,000,000 (Contract B) Parsons Brinckerhoff, Inc. Baltimore, MD1432 3 $5,000,000 (Contract C) i85 ITEM: 4-AE (Continued) BPW--06/12/1310 DBE PARTICIPATION: 28.75% (Contract B) 28% (Contract C) REMARKS: The Solicitation was advertised inThe Daily Record, eMaryland Marketplace, andon theSHA andMTA Web Sites. Atotal ofthree (3)engineering consultant firms were sent Request for Proposals forthese services. Three (3)Technical Proposals were received. Allwere Maryland firms. The Consultant will provide rolling stock fortheMTA's Systems Engineering Division onan "as-needed" task order basis. These services will provide support fortheprocurement oflocomotives, buses, paratransit andrailpassenger vehicles tobeoperated onvarious MTA service routes. The Consultant will also assist inmanaging technical programs primarily requiring vehicle, electrical/ electronic andmechanical engineering expertise. These services may also include, butarenotlimited tothefollowing tasks: initial planning, product research, preliminary engineering andspecification development, final design engineering, systems integration engineering, revenue support services, safety andsystems assurance, configuration management engineering, commissioning andtesting, procurement andwarranty support, manufacturing andin-plant vehicle orequipment inspections, maintenance engineering support, rolling stock related technical and support tasks, management offleet retrofits/modifications, vehicle inspections andtest personnel qualification criteria andother related services asrequired. Each contract includes aprovision authorizing anextension foruptoone-third oftheoriginal term to spend funds remaining onthecontract asprovided inRevised Board Advisory 1995-1. The DBE subcontracting goal established forthese contracts is28%. Itshould benoted that Contract B iscommitting toexceed thegoal by.75%. FUND SOURCE: Federal andSpecial Funds budgeted toMTA APPROPRIATION CODE: J05H0105 RESIDENT BUSINESSES: Yes MD TAX CLEARANCE: 13-1644-1110 STV Incorporated 13-1645-1001 Parsons Brinckerhoff, Inc. BOARD OFPUBLIC WORKS ACTION -THE ABOVE-REFERENCED ITEM WAS: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN i86 Norie Calvert (410) 545-0433 ncalvert@sha.state.md.us DEPARTMENT OFTRANSPORTATION ACTION AGENDABPW -06/12/13 REVISED11 ARCHITECTURAL/ENGINEERING SERVICES ITEM: 5-AE STATE HIGHWAY ADMINISTRATION CONTRACT ID: BCS 2009-12 C, F, G&H Survey andEngineering Services inBaltimore and Harford Counties (District 4) ADPICS NOS.: SBCS0912C, SBCS0912F, SBCS0912G, SBCS0912H CONTRACT DESCRIPTION: These arethelastfour (4)ofsix(6)open-end task order Contracts toprovide survey andengineering services forDistrict 4. PROCUREMENT METHOD: Maryland Architectural and Engineering Services Act, recommendation approved bythe Transportation Professional Services Selection Board onJune 6,2013. AWARD: Whitman, Requardt &Associates, LLP Baltimore, MarylandContract C Wallace, Montgomery &Associates, LLP Contract F Towson, Maryland Johnson, Mirmiran &Thompson, Inc. Sparks, MarylandContract G STV Incorporated Baltimore, MarylandContract H AMOUNT: $l:3,200,0()6Totai-(;-3,300,000 each) TERM: 6/12/13 -6/11/18 DBE PARTICIPATION: 25% each i87 12 ITEM: 5-AE (Continued) BPW -06/12/13 revised)i PROPOSALS: Technical Proposal Rating (Max 710)Technical RankingNTE Price Whitman, Requardt &Associates, LLP. Baltimore, MD553 1 $3,300,000 (Contract C) URS Corporation Hunt Valley, MD549 2 Contract D BPW Approval 5/29/13 McCormick Taylor, Inc. Baltimore, MD546 3 Contract E BPW Approval 5/29/13 Wallace, Montgomery &Associates, Inc. Towson, MD537 4 $3,300,000 (Contract F) Johnson, Mirmiran &Thompson, Inc. Sparks, MD536 5 $3,300,000 (Contract G) STV Incorporated 513 6 Baltimore, MD$3,300,000 (Contract H) Rummel, Klepper &Kahl, LLP Baltimore, MD504 7 N/A Century Engineering, Inc. Hunt Valley, MD499 8 N/A Brudis &Associates, Inc. Columbia, MD451 9 N/A A.Morton Thomas &Associates, Inc. Baltimore, MD439 10 N/A Kennedy Porter &Associates, Inc. (now EBA) Baltimore, MD430 11 N/A Greenhome &O'Mara, Inc. (now Stantec) Baltimore, MD430 12 N/A REMARKS: The Consultant will provide survey andengineering services forDistrict 4. The Solicitation was advertised inThe Daily Record, eMaryland Marketplace and SHA web page. A total oftwelve (12) engineering consultant firms submitted technical proposals forthisproject, ofwhich allareMaryland firms. i88 13 ITEM: 5-AE (Continued) BPW -06/12/13 This contract includes aprovision authorizing anextension foratotal period nolonger than one-third of thebase term onthe original contract tospend funds remaining onthecontract asprovided inBoard Advisory 1995-1. FUND SOURCE: Federal andSpecial Funds Budgeted toSHA APPROPRIATION CODE: J02B0101 MD TAX CLEARANCE: Whitman, Requardt &Associates 13-1066-1111 Wallace, Montgomery &Associates 13-1068-1111 Johnson, Mirmiran &Thompson 13-1073-1111 STV Incorporated 13-1074-1110 RESIDENT BUSINESSES: Yes BOARD OFPUBLIC WORKS ACTION -THE ABOVE REFERENCED ITEM WAS: DISAPPROVED WITH DISCUSSIONWITHDRAWN i,89 Norie A.Calvert (410) 545-0433 ncalvert@sha.state.md.us DEPARTMENT OFTRANSPORTATION ACTION AGENDABPW -06/12/1314 ARCHITECTURAL/ENGINEERING SERVICES ITEM: 6-AE STATE HIGHWAY ADMINISTRATION CONTRACT ID: BCS 2011-03 C&D Traffic Engineering Services forPrince George's and Montgomery Counties (District 3) ADPICS NO.: SBCSll03C &,SBCSII03D CONTRACT DESCRIPTION: These are two (2)offive (5)open-end task order contracts to provide traffic engineering services forDistrict 3. PROCUREMENT METHOD: Maryland Architectural andEngineering Services Act; recommendation approved bythe Transportation Professional Services Selection Board onJune 6,2013. AWARD: Wallace, Montgomery &Associates, LLP Contract C Towson, Maryland Rummel, Klepper &Kahl, LLP Baltimore, MarylandContract D AMOUNT: $1,500,000 each TERM: 6/12/13 -6/11/18 DBE PARTICIPATION: 23% each PROPOSALS: Technical Proposal Rating (Max 580)Technical RankingNTE Price Wallace Montgomery &Associates, LLP Towson, Maryland411 $1,500,000 (Contract C) Rummel, Klepper &Kahl, LLP Baltimore, Maryland389 $1,500,000 (Contract D) iS0 15 ITEM: 6-AE (Continued) BPW -06/12/13 PROPOSALS (Cont'd): Technical Proposal Rating (Max 580)Technical NTE Ranking Price Johnson, Mirmiran &Thompson, Inc. Sparks, Maryland363 3 Contract E A.Morton Thomas &Associates, Inc. Rockville, Maryland331 4 Contract F PBAmericas, Inc. Baltimore, Maryland329 5 Contract G URS Corporation Hunt Valley, Maryland328 6 N/A KCI Technologies, Inc. Sparks, Maryland326 7 N/A Whitney, Bailey, Cox &Magnani, LLC/ Jacobs Engineering Group, Inc. Baltimore, Maryland323 8 N/A STV Incorporated Baltimore, Maryland314 9 N/A Vanasse, Hangen, Brustlin, Inc. Silver Spring, Maryland305 10 N/A Wilbur Smith &Associates, Inc./ ATCS, PLC Towson, Maryland289 ll N/A Greenhorne &O'Mara, Inc. Baltimore, Maryland283 12 N/A Street Traffic Studies, Ltd. Glen Burnie, Maryland262 13 N/A Gannett Fleming, Inc. Baltimore, Maryland256 14 N/A Kittelson &Associates, Inc. Baltimore, Maryland248 15 N/A REMARKS: The Solicitation was advertised inThe Daily Record, eMaryland Marketplace and SHA web page. Atotal offifteen (15) engineering consultant firms submitted technical proposals forthis project, ofwhich allareMaryland firms. i9i 16 ITEM: 6-AE (Continued) BPW -06/12/13 The Consultant shall perform various traffic engineering studies, analysis, ordesign services as applicable totheproject assignments made bytheDistrict. Services furnished bytheConsultant may be fortheaccomplishment ofSHA's Candidate Safety Improvement, Congested Intersection Improvement, and Quick Action Projects Programs. This contract includes aprovision authorizing anextension foratotal period nolonger than one-third of the base term onthe original contract tospend funds remaining onthe contract asprovided inBoard Advisory 1995-1. FUND SOURCE: Federal and Special Funds Budgeted toSHA APPROPRIATION CODE: J02B0101 MD TAX CLEARANCE: Wallace, Montgomery &Associates 13-1454-1111 Rummel, Klepper &Kahl 13-1455-1111 RESIDENT BUSINESSES: Yes BOARD OF PUBLIC WORKS ACTION -THE ABOVE REFERENCED ITEM WAS: DISAPPROVED DEFEIED WITHDRAWN --_ ....... .= Norie A.Calvert 410-545-0433 ncalvert@sha.state.md.us DEPARTMENT OFTRANSPORTATION ACTION AGENDABPW -06/12/13 CONTRACT MODIFICATION: (Architectural/Engineering) ITEM: 7-AE-MOD STATE HIGHWAY ADMINISTRATION CONTRACT ID: BCS 2005-13 F,H&LL Preliminary &Final Engineering Design Services, Statewide ADPICS NOS.: CO296935; CO296936 & CO296937 ORIGINAL CONTRACT APPROVED: ORIGINAL PROCURMENT METHOD:Item 3-AE, DOT Agenda 05/23/07 m Maryland Architectural and Engineering Services Act MODIFICATION: Modification No. 4adds additional funds toeach contract andextends the contracts byeight (8)months. CONTRACTORS: Century Engineering, Inc. (Contract F) Hunt Valley, MD URS Corporation (Contract H) Hunt Valley, MD Gannet Flemming/PB Americas Joint Venture (Contract LL) Baltimore, MD TERM: Contracts F,H&LL 05/23/07 -05/01/12 (Original) 05/01/12 -05/01/13 (Modification No.l) 05/01/13 -06/30/13 (Modification No. 3) 07/01/13 -02/28/14 (Modification No. 4) AMOUNT: $500,000 each ORIGINAL CONTRACT AMOUNT: $5,000,000 each REVISED CONTRACT AMOUNT: $6,700,000 each PERCENTAGE INCREASE: 10% each PERCENTAGE INCREASE OVERALL: 34% i9317 ITEM: 7-AE-MOD (Continued) BPW -06/12/1318 DBE PARTICIPATION: 22% (DBE Compliance 30.76%) (Contract F) 22% (DBE Compliance 19.93%) (Contract H) 22% (DBE Compliance 30.55%) (Contract LL) REMARKS: The requested additional contract authority isneeded toallow fortasks tobecontinued until new contracts can beprocured. The replacement contracts areinthetechnical review stages of procurement and have aprojected Notice toProceed date ofFall 2013. FUNDSOURCE: Federal and Special Transportation Funds Budgeted toSHA APPROPRIATION CODE: J02B0101 RESIDENT BUSINESS: Yes BOARD OF PUBLIC WORKS ACTION -THE ABOVE REFERENCED ITEM WAS: DISAPPROVED DEJrERRED WITHDRAWN WITH DISCUSSION @HOUT DISCUSSIO .......... J94 19 CONTRACT F Original Contract Modification No. 1 Modification No.2 Modification No.3 Modification No.4 Revised AmountAmount $5,000,000 $1,200,000 $500,000 $6,700,000ATTACHMENT I Term 05/23/07-05/01/12 05/01/12-05/01/13 05/01/2013 - 06/30/2013 07/01/2013 - 02/28/2014BPW Date 05/23/07 3-AE 12/21/11 16-AE-MOD 4/18/12 3-AE-MOD 06/12/13Reason Toprovide time until new procurement Toprovide additional dollars until new procurement Toprovide time until new procurement Toprovide funds andtime until new procurement CONTRACT H Original Contract Modification No. 1 Modification No.2 Modification No.3 Modification No.4 Revised AmountAmount $5,000,000 $1,200,000 $500,000 $6,700,000Term 05/23/07-05/01/12 05/01/12-05/01/13 05/01/2013 - 06/30/2013 07/01/2013 - 02/28/2014BPW Date 05/23/07 3-AE 12/21/11 16-AE-MOD 4/18/12 3-AE-MOD 06/12/13Reason Toprovide time until new procurement Toprovide additional dollars until new procurement Toprovide time until new procurement Toprovide funds and time until new procurement i95 20 ATTACHMENT I(Continued) CONTRACT LL Original Contract Modification No. 1 Modification No.2 Modification No. 3 Modification No.4 Revised AmountAmount $5,000,000 $1,200,000 $500,000 $6,700,000Term 05/23/07-05/01 /12 05/01/12-05/01/13 05/01/2013 - 06/30/2013 07/01/2013 - 02/28/2014BPW Date 05/23/07 3-AE 12/21/11 16-AE-MOD 4/18/12 3-AE-MOD 06/12/13Reason Toprovide time until new procurement Toprovide additional dollars until new procurement Toprovide time until new procurement Toprovide funds and time until new procurement 21 Norie A.Calvert 410-545-0433 ncalvert(,sha.state.md.us DEPARTMENT OFTRANSPORTATION ACTION AGENDABPW -06/12/13 CONTRACT MODIFICATION: (Architectural/Engineering) ITEM: 8-AE-MOD STATE HIGHWAY ADMINISTRATION CONTRACT NO. &TITLE: BCS 2008-07 A-D Travel Forecasting andTraffic Engineering Analysis Services, Statewide ADPICS NOS.: CO297281; CO297282; CO297283 andCO297284 ORIGINAL CONTRACT APPROVED: Item 4-AE, DOT Agenda 01/28/09 (Contracts A-C) Item 6-AE, DOT Agenda 02/18/09 (Contract D) ORIGINAL PROCURMENT METHOD: Maryland Architectural and Engineering Services Act MODIFICATION: This modification istoextend allfour (4)contracts bysix-months and increases thecontract value ofeach by$500,000. CONTRACTOR: Gannett Fleming, Inc. Baltimore, MarylandContract A Johnson, Mirmiran &Thompson, Inc. Sparks, MarylandContract B Rummel, Klepper &Kahl, LLP Baltimore, Maryland URS Corporation Hunt Valley, MarylandContract C Contract D TERM: Contracts A 01/28/09 -01/02/13 (Original) 01/03/13 -01/02/14 (Modification No. 2) 01/03/14 -07/02/14 (Modification No. 3) Contracts B 01/28/09 -01/02/13 (Original) 01/03/13 -01/02/14 (Modification No. 1) 01/03/14 -07/02/14 (Modification No. 2) J 97 ITEM: 8-AE-MOD (Continued) BPW -06/12/1322 Contracts C 01/28/09 -01/02/13 (Original) 01/03/13 -01/02/14 (Modification No. 2) 01/03/14 -07/02/14 (Modification No. 3) Contracts D 02/18/09 -02/01 /13(Original) 02/02/13 -02/01 /14(Modification No. 1) 02/02/14 -08/01/14 (Modification No. 2) AMOUNT: $500,000 each ORIGINAL CONTRACT AMOUNT: $1,500,000 each REVISED CONTRACT AMOUNT: $2,500,000 each Contracts A&C $2,000,000 each Contracts B& D PERCENTAGE INCREASE: 66.6% Contracts A&C 33.3% Contracts B&D DBE PARTICIPATION: 23% each (A-DBE Compliance 24.98%) (B-DBE Compliance 15.67%) (C-DBE Compliance 10.71%) (D- DBE Compliance )9.42°_/o REMARKS: The Consultant shall perform Travel Forecasting andTraffic Engineering Analysis Services, Statewide, which will include, but not belimited to:development ofexisting Average Daily Traffic (ADT's); levels ofservice, A.M. orP.M. peak hour data; capacity analysis foraltematives; build year ADT's andtruck percentages; collect count data andland use information; develop areawide computer models ormodify existing Metropolitan Planning Organization (MPO) models; review traffic impact reports orprepare traffic studies formajor developments; anddevelop transit related data such as transit ridership, boarding, etc. The requested additional contract authority and time isneeded toallow fortasks tobecontinued until new contracts can beprocured. The replacement contracts areinthefinal stages ofprocurement and should beawarded byDecember of2013. FUND SOURCE: Federal andSpecial Transportation Funds Budgeted toSHA APPROP CODE: J02B0101 RESIDENT BUSINESSES: Yes BOARD OFS ACTION -THE ABOVE REFERENCED ITEM WAS: DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION ITHOUT DISCUSSIONN J8 CONTRACT A Original Contract Modification No. 1 Modification No.2 Modification No.3 Revised AmountAmount $1,500,000 $500,000 $500,000 $2,500,000ATTACHMENT I Term 01/28/09 -01/02/13 01/03/13 -01/02/14 01/03/14 -07/02/14BPW/DCAR Date 01/28/09 4-AE 04/04/12 3-AE-MOD 06/12/13Reason Additional contract authority needed until new procurement is in place Bridge Modification time needed until new procurement isin place Time andadditional contract authority needed until new procurement isin place23 CONTRACT B Original Contract Modification No. 1 Modification No.2 Revised AmountAmount $1,500,000 $500,000 $2,000,000Term 01/28/09 -01/02/13 01/03/13 -01/02/14 01/03/14 -07/02/14BPW/DCAR Date 01/28/09 4-AE 06/12/13Reason Bridge Modification time needed until new procurement isin place Time andadditional contract authority needed until new procurement isin place i.33 CONTRACT C Original Contract Modification No. 1 Modification No.2 Modification No. 3 Revised AmountAmount $1,500,000 $500,000 $500,000 $2,500,000Term 01/28/09 -01/02/13 01/03/13 -01/02/14 01/03/14 -07/02/14BPW/DCAR Date 01/28/09 4-AE 04/04/12 3-AE-MOD 6-12-13Reason Additional contract authority needed until new procurement isin place Bridge Modification time needed until new procurement isin place. Time and additional contract authority needed until new procurement isin place Time andadditional contract authority needed until new procurement isin place24 CONTRACT D Original Contract Modification No. 1 Modification No. 2 Revised AmountAmount $1,500,000 $500,000 $2,000,000Term 02/18/09 -02/01/13 02/02/13 -02/01 /14 02/02/14 -08/01 /14BPW/DCAR Date 02/18/09 6-AE 06/12/13Reason Bridge Modification time needed until new procurement isin place Time andadditional contract authority needed until new procurement isin place 2O0 25 Heidi Tarleton 410-767-3763 htarleton@mta.maryland.govBPW -06/12/13 DEPARTMENT OFTRANSPORTATION ACTION AGENDA CONTRACT MODIFICATION: (Architectural and Engineering Services) ITEM: 9-AE-MOD MARYLAND TRANSIT ADMINISTRATION CONTRACT ID: MTA-1265A On-Call General Engineering Consultant (GEC) Services ADPICS NO. CO292762 ORIGINAL CONTRACT APPROVED: Item 27-AE, DOT Agenda 09/22/10 ORIGINAL PROCUREMENT METHOD: Architectural and Engineering Services Act MODIFICATION: Modification No. 1provides foranincrease infunds tocontinue various on- going projects throughout thefinal design ofthecontract fortheMTA's Transit Development and Delivery Division. This contract supports theBaltimore Red Line Project. CONTRACTOR: PBAmericas, Inc./Rummel, Klepper & Kahl, LLP -Joint Venture Baltimore, Maryland AMOUNT: $112,600,000 ORIGINAL CONTRACT AMOUNT: $80,000,000 REVISED CONTRACT AMOUNT: $192,600,000 PERCENTAGE INCREASE: 141% (Modification No. 1) TERM: 09/23/10 -09/22/18 (Original) DBE PARTICIPATION: 25% (DBE Compliance ,,)9.26%- REMARKS: The MTA isrequesting additional contract authority intheamount of$112,600,000. Using State Highway Administration (SHA) and Maryland Transportation Authority (MdTA) management oflarge projects asamodel, MTA elected toutilize atwo-tier structure inwhich Program Management Consultants (PMC) would perform management and quality assurance functions asextensions ofMTA staff and oversee thework ofGeneral Engineering Consultants (GEC). The scopes ofwork were broadly written without reference tospecific projects. With avalue of$60 million each fortwo PMC contracts and $80 million each fortwo GEC contracts, thefour contracts were thelargest awarded bytheMTA. (See related Item 10-AE-MOD) 20I ITEM: 9-AE-MOD (Continued) BPW -06/12/1326 The value ofthecontract in2008 didnotcontemplate full, timely funding oftheNew Starts projects. However, bythetime thecontracts were awarded in2010, MTA had selected theLocally Preferred Alternatives fortheRed Line and had begun Advanced Conceptual Design inpreparation forfederal approval ofpreliminary engineering (PE). By2010, itwas clear that thevalue ofthecontract would notbe enough tocomplete design, and MTA expected toreturn totheBoard ofPublic Works foradditional contract authority. PEapproval was granted in2011, andthat work isunderway now with State funding. The combination oftimely PEapproval and fullState funding hasquickly exhausted thecontract value ofthe GEC ($77.8 million oftheContract value of$80 million). Although this isasignificant contract modification, MTA hasdetermined that isintheState's best interest and that itwould beinfeasible toprocure new contracts tocomplete thedesign work fortheBaltimore Red Line forthereasons below. Staff continuity through thedesign process iscritical. The project ishighly complex interms ofitsdesign elements, including stakeholder, railroad, and utility coordination, aswell asscheduling and contract packaging. The project teams arewell established with substantial investments instaff relocation, project orientation, training, and document control procedures. The project would incur significant costs, schedule days and additional risk ifwewere totransition tonew teams. Substantial progress hasbeen made ondesign drawings. Bythetime current contract value isexpended, MTA expects tohave completed thePEphase, with drawings atanaverage of30percent depending onthe project element. Forprofessional liability reasons, new consultants would expect tobecompensated to review and sign offonprior work astheir own. FTA oversight oftheprojects includes anevaluation ofthe technical capability and experience oftheproject team. Prior toPEapproval, MTA submitted detailed resumes forthekey consultant staff and FTA followed upwith interviews. With new contracts, this process would have toberepeated. IfMTA was tobegin anew procurement now, new contracts would notbe available intime toavoid aperiod when nowork could occur. Based onan18-month procurement schedule this gap would besixmonths which isenough todelay completion oftheprojects forone year. Escalation associated with aone-year delay isapproximately $75 million perproject. Because ofthe PMC/GEC structure, current PMC firms would beprecluded from proposing fortheproject towhich they arealready assigned. This would limit thepool ofcapable firms, particularly MBEs. This request provides forcontract authority through Final Design oftheproject which isexpected tobecompleted in2016. The DBE goal forthis project was setat25%. Bytheend ofFY2013, thecontract will have attained 23% once theinvoices areprocessed. FUNDSOURCE: Federal and Special Funds Budgeted toMTA APPROPRIATION CODE: J05H0105 RESIDENT BUSINESSES: Yes BOARD OF PUBLIC WORKS ACTION -THE ABOVE REFERENCED ITEM WAS: DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WOUT DISCUS i,- 202 27 ATTACHMENT I Original Contract $80,000,000 09/23/10 -09/22/18 Item 27-AE, DOT Agenda 09/22/10 Modification #1 $112,600,000 Additional funds are required tocontinue various on-going projects throughout thefinal design ofthe contract. Revised Amount $192,600,000 28 Heidi Tarleton 410-767-3763 htarleton@mta.maryland.gov DEPARTMENT OFTRANSPORTATION ACTION AGENDA CONTRACT MODIFICATION: ITEM: 10-AE-MOD MARYLAND TRANSIT ADMINISTRATION CONTRACT ID: ORIGINAL CONTRACT APPROVED: ORIGINAL PROCUREMENT METHOD:BPW- 06/12/13 (Architectural and Engineering Services) MTA- 1264B On-Call Program Management Consultant (PMC) Services ADPICS NO. CO292734 Item 12-AE, DOT Agenda 02/24/10 Architectural and Engineering Services Act MODIFICATION: Modification No. 2provides foranincrease infunds tocontinue various on- going projects throughout thefinal design ofthecontract fortheMTA's Transit Development and Delivery Division. This contract supports theBaltimore Red Line Project. CONTRACTOR: Jacobs/STV -Joint Venture Baltimore, Maryland $33,500,000 $60,000,000 $93,500,000 56% (Modification No. 2) 03/0 t/10-02/28/18 (Original) 25% (DBE Compliance 18.73%) REMARKS: The MTA isrequesting additional contract authority intheamount of $33,500,000. Using State Highway Administration (SHA) and Maryland Transportation Authority (MdTA) management oflarge projects asamodel, MTA elected toutilize atwo-tier structure inwhich Program Management Consultants (PMC) would perform management and quality assurance functions asextensions ofMTA staff and oversee thework ofGeneral Engineering Consultants (GEC). The scopes ofwork were broadly written without reference tospecific projects. With avalue of$60 million each fortwo PMC contracts and $80 million each fortwo GEC contracts, thefour contracts were thelargest awarded bytheMTA. (See related Item 9-AE-MOD) "204AMOUNT: ORIGINAL CONTRACT AMOUNT: REVISED CONTRACT AMOUNT: PERCENTAGE INCREASE: TERM: DBE PARTICIPATION: ITEM: 10-AE-MOD (Continued) BPW -06/12/1329 The value ofthecontract in2008 didnotcontemplate full, timely funding oftheNew Starts projects. However, bythetime thecontracts were awarded in2010, MTA had selected theLocally Preferred Alternatives fortheRed Line and had begun Advanced Conceptual Design inpreparation forfederal approval ofpreliminary engineering (PE). By2010, itwas clear that thevalue ofthecontract would notbe enough tocomplete design, and MTA expected toreturn totheBoard ofPublic Works foradditional contract authority. PEapproval was granted in2011, and that work isunderway now with State funding. The combination oftimely PEapproval and fullState funding hasexhausted 50% ofthePMC's contract value of$60 million, three years into theeight year duration ofthecontract. Although this isasignificant contract modification, MTA hasdetermined that isintheState's best interest and that itwould beinfeasible toprocure new contracts tocomplete thedesign work fortheBaltimore Red Line forthereasons below. Staff continuity through thedesign process iscritical. The project ishighly complex interms ofitsdesign elements, including stakeholder, railroad, and utility coordination, aswell asscheduling and contract packaging. The project teams arewell established with substantial investments instaff relocation, project orientation, training, and document control procedures. The project would incur significant costs, schedule days and additional risk ifwewere totransition tonew teams. Substantial progress hasbeen made ondesign drawings. Bythetime current contract value isexpended, MTA expects tohave completed thePEphase, with drawings atanaverage of30percent depending onthe project element. Forprofessional liability reasons, new consultants would expect tobecompensated to review and sign offonprior work astheir own. FTA oversight oftheprojects includes anevaluation ofthe technical capability and experience oftheproject team. Prior toPEapproval, MTA submitted detailed resumes forthekey consultant staff and FTA followed upwith interviews. With new contracts, this process would have toberepeated. IfMTA was tobegin anew procurement now, new contracts would notbe available intime toavoid aperiod when nowork could occur. Based onan18-month procurement schedule this gap would besixmonths which isenough todelay completion oftheprojects forone year. Escalation associated with aone-year delay isapproximately $75 million perproject. Because ofthe PMC/GEC structure, current PMC firms would beprecluded from proposing fortheproject towhich they arealready assigned. This would limit thepool ofcapable firms, particularly MBEs. This request provides forcontract authority through Final Design oftheproject which isexpected tobecompleted in2016. The DBE goal forthis project was setat25%. Bytheend ofFY2013, thecontract will have attained 22% once theinvoices areprocessed. FUNDSOURCE: Federal and Special Funds Budgeted to MTA APPROPRIATION CODE: J05H0105 RESIDENT BUSINESSES: Yes BOARD OFPUBLIC WORKS ACTION -THE ABOVE REFERENCED ITEM WAS: DEFERRED WITHDRAWN DISAPPROVED WITH DISCUSSION-THOUT DISCUS -, 205IIIii 30 ATTACHMENT I Original Contract $60,000,000 03/01/10 -02/28/18 Item 12-AE, DOT Agenda 02/24/10 Modification #1 $0 This Amendment is torevise theoriginal contract agreement toimplement the MTA's plan of action toreorganize theparticipation schedule ofthesub- consultants selected andtoeliminate the useofthesame sub- consultants onthe same MTA projects. Modification #2 Revised Amount$33,500,000 $93,5000,000Additional funds are required tocontinue various on-going projects throughout thefinal design of thecontract. 206 31 Norie Calvert 410-545-0433 ncalvert@sha.state.md.usBPW -06/12/13 DEPARTMENT OFTRANSPORTATION ACTION AGENDA MAINTENANCE CONTRACT ITEM: 11-M STATE HIGHWAY ADMINISTRATION CONTRACT ID: 4101071415 Mechanical Cleaning &Sweeping ofRoadways at Various Locations inFrederick County ADPICS NO.: 4101071415 CONTRACT DESCRIPTION: This Contract consists ofmechanical cleaning &sweeping of roadways atvarious locations inFrederick County. AWARD: H.D.Myles, Inc. Church Hill, MD AMOUNT: $343,900 NTE TERM OFCONTRACT: 06/24/2013 -12/31/2015 PROCUREMENT METHOD: Competitive Sealed Bidding BIDS: H.D.Myles, Inc. Church Hill, MD$343,900 J&MSweeping, LLC Middle River, MD$699,600 East Coast Sweeping, Inc. Annapolis Junction, MD$1,139,692 Outdoor Contractors, Inc. Williamsport, MD$1,802,020 The Kalika Construction Group USA, LLC $2,449,500 Towson, MD DeAngelo Brothers, Inc. Hazelton, PA$2,514,095 MBE PARTICIPATION: 0%(single element ofwork) PERFORMANCE SECURITY: None ,0 7 ITEM: 11-M (Continued) BPW -6/12/1332 REMARKS: The Solicitation was advertised oneMaryland Marketplace and SHA's Internet Web Page. Fifty-Two (52) contractors were notified forthis project oneMaryland Marketplace; Eleven (11) ofwhich were MDOT Certified MBE' s. 100% ofthework will beperformed byaCertified Small Business Enterprise. This contract includes aprovision authorizing anextension foratotal period nolonger than one-third of the base term onthe original contract tospend funds remaining onthe contract asprovided inBoard Advisory 1995-1. FUND SOURCE: 100% Special Funds Budgeted toSHA APPROPRIATION CODE: J02B0102 RESIDENT BUSINESS: Yes MD TAX CLEARANCE: 13-0992-0000 BOARD OF PUBLIC WORKS ACTION -THE ABOVE REFERENCED ITEM WAS: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN 33 Norie Calvert 410-545-0433 ncalvert@sha.state.md.usBPW -06/12/13 DEPARTMENT OF TRANSPORTATION ACTION AGENDA MAINTENANCE CONTRACT ITEM: 12-M STATE HIGHWAY ADMINISTRATION CONTRACT ID: 4261531414SB Application ofHerbicide Solutions atVarious Locations inMontgomery County ADPICS NO.: 4261531414 CONTRACT DESCRIPTION: This Contract consists oftheapplication ofherbicide solutions at various locations inMontgomery County. AWARD: Desper &Sons Ground FXLawns &Landscapes Bowie, MD AMOUNT: $230,000 NTE TERM OF CONTRACT: 06/24/2013 -12/31/2014 PROCUREMENT METHOD: Competitive Sealed Bidding (One Bid Received) MBE PARTICIPATION: 0% (single element ofwork) PERFORMANCE SECURITY: None REMARKS: The Solicitation was advertised oneMaryland Marketplace and SHA's Internet Web Page. Once -Hundred Fifty Three (153) contractors were notified forthis project oneMaryland Marketplace; Sixty-two (62) ofwhich were MDOT Certified MBE's. 100% ofthework will beperformed byaCertified Small Business Enterprise. Two bids were received, however, thelow bidfrom Anointed Hands could notcomply with thecontract requirement ofproviding anaquatic treatment license; therefore, thevendor was deemed Non- Responsible and removed from consideration. This contract includes aprovision authorizing anextension foratotal period nolonger than one-third of the base term onthe original contract tospend funds remaining onthe contract asprovided inBoard Advisory 1995-1. 209 ITEM: 12-M (Continued) FUND SOURCE: APPROPRIATION CODE: RESIDENT BUSINESS: MD TAX CLEARANCE:BPW -06/12/13 100% Special Funds Budgeted toSHA J02B0102 Yes 13-1632-011034 BOARD OF PUBLIC WORKS ACTION -THE ABOVE REFERENCED ITEM WAS: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN Norie Calvert 410-545-0433 ncalvert@sha.state.md.us DEPARTMENT OFTRANSPORTATION ACTION AGENDA MAINTENANCE CONTRACT ITEM: 13-M STATE HIGHWAY ADMINISTRATION CONTRACT ID: CONTRACT DESCRIPTION: AWARD: AMOUNT: TERM OFCONTRACT: PROCUREMENT METHOD: BIDS: Alpha Space Control Co., Inc. Fayetteville, PA A-Annandale, Inc. Dumfries, VA Denville Line Painting, Inc. Rockaway, NJ Zone Striping, Inc. Glassboro, NJ Midlantic Marking, Inc. Gaithersburg, MD Traffic Lines, Inc Farmingdale, NJ MBE PARTICIPATION: PERFORMANCE SECURITY:BPW -6/12/1335 492D21415 Linestriping atVarious Locations inCaroline, Cecil, Kent, Queen Anne's &Talbot Counties (District 2) ADPICS NO.: 492D21415 This Contract consists oflinestriping atvarious locations inDistrict 2. Alpha Space Control Co., Inc. Fayetteville, PA $1,377,950 NTE 06/24/2013 -12/31/2015 Competitive Sealed Bidding $1,377,950 $1,539,000 $1,696,500 $1,895,500 $2,337,500 $2,355,000 0%(single element ofwork) Payment &Performance Bonds for100% ofthe award amount exist onthis contract211 ITEM: 13-M (Continued) BPW -06/12/1336 REMARKS: The Solicitation was advertised oneMaryland Marketplace and SHA's Intemet Web Page. One-hundred Seventy Five (175) contractors were notified forthis project oneMaryland Marketplace; Thirty-five (35) ofwhich were MDOT Certified MBE's. 100% ofthework will beperformed byaCertified Small Business Enterprise. This contract includes aprovision authorizing anextension foratotal period nolonger than one-third of the base term onthe original contract tospend funds remaining onthe contract asprovided inBoard Advisory 1995-1. FUND SOURCE: 100% Special Funds Budgeted toSHA APPROPRIATION CODE: J02B0102 RESIDENT BUSINESS: No MD TAX CLEARANCE: 13-1215-1001 BOARD OF PUBLIC WORKS ACTION -THE ABOVE REFERENCED ITEM WAS: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN 'THOUT DISCUS '-12 Norie Calvert 410-545-0433 ncalvert@hsa.state.md.us DEPARTMENT OF TRANSPORTATION ACTION AGENDA MAINTENANCE CONTRACT ITEM: 14-M STATE HIGHWAY ADMINISTRATION CONTRACT ID: CONTRACT DESCRIPTION: drawbridge inQueen Anne's County. AWARD: AMOUNT: TERM OF CONTRACT: PROCUREMENT METHOD:37 BPW -06/12/13 MBE PARTICIPATION: PERFORMANCE SECURITY:5271721416 Operation oftheKent Narrows Drawbridge inQueen Anne's County ADPICS NO.: 5271721416 This Contract consists oftheoperation oftheKent Narrows Chesapeake Pilot Training, Inc. Chestertown, MD $210,449 NTE 06/24/2013 -03/01/2016 Competitive Sealed Bidding (One Bid Received) 0% (single element ofwork) Payment &Performance Bonds for100% oftheaward amount exist onthis contract REMARKS: The Solicitation was advertised oneMaryland Marketplace and SHA's Internet Web Page. Three Hundred Forty Eight (348) contractors were notified forthis project oneMaryland Marketplace; One Hundred Fifteen (115) ofwhich were MDOT Certified MBE' s. 100% ofthework will beperformed byacertified Small Business Enterprise. There were two (2)plan purchasers forthis project. The other company was contacted bytheState Highway Administration and stated that they were unable tobiddue totheir current volume ofwork This contract includes aprovision authorizing anextension foratotal period nolonger than one-third of the base term onthe original contract tospend funds remaining onthe contract asprovided inBoard Advisory 1995-1. 2i3 ITEM: 14-M (Continued) FUND SOURCE: APPROPRIATION CODE: RESIDENT BUSINESS: MD TAX CLEARANCE:100% Special Funds Budgeted toSHA J02B0102 Yes 13-1081-0111BPW -06/12/1338 BOARD OF PUBLIC WORKS ACTION -THE ABOVE REFERENCED ITEM WAS: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN zi4 39 Norie Calvert 410-545-0433 ncalveJsha.state.md.us DEPARTMENT OFTRANSPORTATION ACTION AGENDA MAINTENANCE CONTRACTBPW -06/12/13 ITEM: 15-M STATE HIGHWAY ADMINISTRATION CONTRACT ID: 5272300416 Operation ofthePocomoke River Drawbridge (#2300400) in Worcester County ADPICS NO.: 5272300416 CONTRACT DESCRIPTION: drawbridge (#2300400) inWorcester County.This Contract consists oftheoperation ofthePocomoke River AWARD: Chesapeake Pilot Training, Inc. Chestertown, MD AMOUNT: $268,200 NTE TERM OFCONTRACT: 06/24/2013 -06/30/2016 PROCUREMENT METHOD: Competitive Sealed Bidding (One Bid Received) MBE PARTICIPATION: 0%(single element ofwork) PERFORMANCE SECURITY: Payment &Performance Bonds for100% oftheaward amount exist onthis contract REMARKS: The Solicitation was advertised oneMaryland Marketplace andSHA's lnternet Web Page. Three Hundred Forty Eight (348) contractors were notified forthis project oneMaryland Marketplace; One Hundred Fifteen (115) ofwhich were MDOT Certified MBE's. Chesapeake Pilot Training, Inc. was theonly plan purchaser forthis project. 100% ofthework will beperformed byacertified Small Business Enterprise. This contract includes aprovision authorizing anextension foratotal period nolonger than one-third ofthebase term ontheoriginal contract tospend funds remaining onthecontract asprovided inBoard Advisory 1995-1. FUNDSOURCE: 100% Special Funds Budgeted toSHA APPROPRIATION CODE: J02B0102 RESIDENT BUSINESS: Yes MD TAX CLEARANCE: 13-0996-0111 BOA,DFi/]WORKS ACTION -THE ABOVE REFERENCED ITEM WAS: DEFERRED DISAPPROVED WITH DISCUSSIONWITHDRAWN John Thornton (410) 385-4850 jthorntonmarylandports.com DEPARTMENT OFTRANSPORTATION ACTION AGENDA CONTRACT MODIFICATION: ITEM: 16-M-MOD MARYLAND PORT ADMINISTRATION CONTRACT ID: ORIGINAL CONTRACT APPROVED: ORIGINAL PROCUREMENT METHOD: CONTRACTOR: MODIFICATION: transporting nonhazardous soil. AMOUNT: ORIGINAL CONTRACT AMOUNT: REVISED CONTRACT AMOUNT: PERCENTAGE DECREASE: TERM: MBE PARTICIPATION: REMARKS:40 BPW -06/12/13 212016-S Hazardous andNonhazardous Waste Management ADPICS NO. CO295702 Item No. 6-M, DOT Agenda 8/1/12 Competitive Sealed Bidding (One BidReceived) ELK Transportation, Inc. Reading, PA Modification No. 1isacredit for$129,938 forareduction inprices for ($129,938) $9,936,108 $9,806,170 -1.31% (Modification No. 1) 9/22/12 -9/21/15 (Original) /15/13t -9/21/15 (Modification No. 1) 5%(MBE Compliance 0%) iThis contract provides forwaste management services forMPA, including transportation disposal, testing, andtreatment ofhazardous wastes (asdefined byfederal andMaryland state' aw) andnonhazardous wastes located onMPA pro ert The waste ma beinaliuid, sl ,slud ei py. y q urry aag rsolid form. The original bidincluded asingle lineitem fortransporting both hazardous an6 •" nonhazardous ,nonhazardous waste, requmng thecontractor tobidthesame price fortransporting - !. ,material asforhazardous! 41 ITEM: 16-M-MOD (Continued) BPW -06/12/13 '(revised)j This contract requires 5%MBE participation. Todate nopayments have been made totheMBE subcontractor because less than $31,000 ofthework has been assigned byMPA. The MBE subcontractor's gross share ofthat $31,000 ofwork todate would beworth $1,500 atmost (assuming theMBE sub could participate toafull 5%), aninsignificant amount. The contractor will start tomeet its MBE goal of5%assoon asMPA requires substantial removal ofchrome-contaminated soil from Dundalk Marine Terminal. FUND SOURCE: 100% Special Funds Budgeted toMPA APPROPRIATION CODE: J03D0001 and J03D0002 RESIDENT BUSINESS: Yes BOARD OF PUBLIC WORKS ACTION -THE ABOVE REFERENCED ITEM WAS: DISAPPROVED WITH DISCUSSIONITHDI.  DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW -6/12/13 CONSTRUCTION CONTRACT ITEM 1-C DEPARTMENT OFGENERAL SERVICES Statewide, Maryland CONTRACT NO. AND TITLE Project No. DGS-12-308-IQC Indefinite Quantity Contract toProvide Statewide Boiler Repairs &Related Work in theCentral Region, Eastern Region, Southern Region and Western Region; for Multiple Electrical Projects with Fees $200,000 orless. DESCRIPTION -Approval isrequested foranIndefinite Quantity Contract (IQC) toprovide statewide oncallservice fortherepair andrelated work for boiler services forvarious State agencies contracted through theMaryland Department ofGeneral Services infour (4)regions (eastern, central, southern andwestern), onanasneeded basis andprovide alllabor andmaterials forprojects ona fixed price basis inaccordance with pre-approved labor rates. The contracts will beeffective forthree (3)years plus time required forcompletion oftask orders issued prior tothecompletion date. Individual projects awarded under thisIQC may notexceed $200,000; however, theaggregate feeforthetotal number ofprojects awarded toany onefirm ineach region may notexceed $500,000. Individual task orders under this IQC will becompetitively bidamong allqualified firms. PROCUREMENT METHOD ALL QUALIFIED OFFERORS Denver-Elek Inc., Baltimore, MD FloTron, Hunt Valley, MD James P.Kruger &Assoc., Ellicott City, MD M&E Sales, Inc. Hanover, MD M&MWelding &Fabricators, Gaithersburg, MD Power &Combustion Inc., Baltimore, MDCompetitive Sealed Proposal 2i8 2 ...... DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW -6/12/13 CONSTRUCTION CONTRACT ITEM 1-C(Cont.) Awards byRegion/$500000.00 perregion Denver-Elek Inc., Baltimore, MD FloTron, Hunt Va!ley, MD James P.Kruger &Assoc., Ellicott City, MD M&E Sales, Hanover, MD M&MWelding &Fabricators, Gaithersburg, MD Power &Combustion Inc., Baltimore, MDCentral Eastern Southern Western X X X X X X X X X X X X X X X X X X X X X X AWARD PER REGION Total Amount forAll Regions$3,000,000 Aggregate forCentral Region $2,500,000 Aggregate forEastern Region $3,000,000 Aggregate forSouthern Region $2,500,000 Aggregate forWestern Region $11,000,000 Awards per Contractor, AllRegions Denver-Elek Inc., Baltimore, MD FloTron, Hunt Valley, MD James P.Kruger &Assoc., Ellicott City, MD M&ESales, Hanover, MD M&MWelding &Fabricators, Gaithersburg, MD Power &Combustion Inc., Baltimore, MDAmount $2,000,000.00 $2,000,000.00 $2,000,000.00 $2,000,000.00 $1,000,000.00 $2,000,000.00MD Tax Clearance 13-0953-1111 13-0954-1111 13-0955-0111 13-0956-0111 13-0957-1111 13-0958-1111ADPICS NOS. 001B3400587 001B3400588 001B3400589 001B3400590 001B3400591 001B3400592 Total Award perContractor $11,000,000.00 PERFORMANCE BOND FUND SOURCE MBE PARTICIPATION TERM100% fortask order amounts above $100,000 Various Sources Goal tobeestablished Project byProject 7/1/13 -6/30/16 (3years) 3 4' DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW -6/12/13 CONSTRUCTION CONTRACT ITEM 1-C(Cont.) REMARKS -A notice oftheavailability oftheRequest forProposal (RFP) was advertised on eMarylandMarketplaee (eMM) andtheDGS BidBoard onApril 27,2012. One hundred and eighty five (185) vendors were contacted through eMM forthis solicitation. Seven (7)firms submitted technical proposals bytheJune 1,2012. The Evaluation Committee convened onJune 7,2012 through August 27,2012 toevaluate the technical proposals oftheseven (7)firms. Each member oftheCommittee read andevaluated each proposal. Criteria considered intheevaluation process included: general competence based onevaluation ofresumes ofkeypersonnel proposed foreach firm; firm experience, experience asdemonstrated byproviding similar services onthree (3)representative projects; past performance bythefirm, company profile andannual sales volume. - OnOctober 5,2012, arequest forprice proposals was sent tothequalifying firms, with adue date ofOctober 25,2012. The Qualification Committee convened onNovember 7,2013 through February 1,2013 toreview theprice proposals andfive (5)firms were within themaximum allowable percentage. Two (2)firms were requested tocomplete aBest andFinal Officer (BAFO); with one firm tobeconsidered unacceptable foraward. This contract will allow DGS tomore rapidly respond tocritical repair needs atState facilities when theuseofcompetitive sealed bidding isnotpossible duetotime required or,when emergency conditions exist that may subject theState toinflated pricing. MBE Participation will beestablished byeach task order. RESIDENT BUSINESS Yes forall Board ofPublic Works Action -The above referenced Item was: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN WHOUT DISCUSS 4 DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW-6/12/13 MAINTENANCE CONTRACT ITEM 2-M DEPARTMENT OFGENERAL SERVICES CONTRACT NO. AND TITLEEllicott City District Court/Multi-Service Center Ellicott City, MD Janitorial Services; ADPICS NO. 001B4400020 DESCRIPTION Approval isrequested foracontract to provide alllabor, equipment, andsupplies necessary toperform daily, weekly, monthly, semi- annual, and annual janitorial services forapproximately 58,496 netcleanable sq.ft.attheEllicott City District Court/Multi-Service Center, 3451 Courthouse Drive, Ellicott City, Maryland 21043. PROCUREMENT METHOD BIDS OR PROPOSALS Nelson's Landscaping, Snowplowing &Cleaning Services, Woodstock, MD AWARDPreference Provider (Certified Sheltered Workshop) AMOUNT $418,369.85 Nelson's Landscaping, Snowplowing &Cleaning Services Woodstock, MD (MBE Cert. #07-313) TERM 7/1/2013-6/30/2018 AMOUNT $418,369.85 (5years) MBE PARTICIPATION -100% BIDBOND N/A PERFORMANCE BOND N/A PAYMENT BOND N/A 221 DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW -6/12/13 MAINTENANCE CONTRACT ITEM 2-M(Cont.) REMARKS The Nelson's Landscaping, Snowplowing & Cleaning Services isaCertified Sheltered Workshop under theMaryland Rehabilitation and Employment Program pursuant toCOMAR 21.11.05. Pricing forthis contract was approved by thePricing and Selection Committee onApril 30,2013. Housekeeping supplies insupport ofthis contract aretobepurchased from Blind Industries and Services ofMaryland (BISM) totheextend they areavailable. Nelson's Landscaping, Snowplowing &Cleaning Services istheincumbent contractor forthis service andhasbeen performing incompliance with theexisting contract standards. FUND SOURCE TAX COMPLIANCE NO. RESIDENT BUSINESSH00 33511 0813 (DGS Operating Funds) i3-1580-1110 Yes Board ofPublic Works Action -The above referenced Item was: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN 222 6 DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW -6/12/13 MAINTENANCE CONTRACT ITEM 3-M DEPARTMENT OFGENERAL SERVICES Shillman Building 500North Calvert Street Baltimore City, MD 21202 CONTRACT NO. AND TITLE ADPICS No: 001B4400018 Janitorial Services H00R3400074 DESCRIPTION BPW approval isrequested fortheaward ofthis contract to provide janitorial services fortheShillman Building (approximately 105,771 netcleanable sq.ft ),500North Calvert Street, foraperiod ofthree (3)years beginning July 1,2013 through June 30,2016. PROCUREMENT METHOD Preference Provider (Certified Sheltered Workshop) PROPOSALS Alliance, Inc. Baltimore, Maryland$407,822.19 AWARD Alliance, Inc. Baltimore, MD (MBE Cert. #01-430) TERM 7/1/13- 6/'30/z16 (3years) AMOUNT $407,822.16 MBE PARTICIPATION 100% (Preference Purchase) INCUMBENT SalTle PERFORMANCE BOND No 223 7 •DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW -6/12/13 MAINTENANCE CONTRACT ITEM 3-M (Cont.) FUND SOURCE H00 1433441 0813 H00 1533441 0813 H00 1633441 0813$135,940.73 $135,940.73 $135,940.73 REMARKS Alliance, Ine. isaCertified Sheltered Workshop andis to beawarded this contract in pursuant toCOMAR 21.11.05. Maryland Correctional Enterprises andBlind Industries and Services ofMaryland have relinquished their priority forthisprocurement. Pricing forthiscontract was approved bythePricing and Selection Committee onApril 18, 2013. Housekeeping supplies insupport ofthis contract aretobepurchased from Blind Industries and Services ofMaryland (BISM) totheextent they areavailable. •TAX COMPLIANCE NUMBER: 13-1423-1110 RESIDENT BUSINESS: Yes Board ofPublic Works Action -The above referenced Item was: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN 224 BPW -6/12/13 DEPARTMENT OFGENERAL SERVICES ACTION AGENDA MAINTENANCE CONTRACT ITEM 4-M DEPARTMENT OFNATURAL RESOURCES Point Lookout State Park St.Mary's County CONTRACT NO. AND TITLE Project No: P-065-132-010 Renovate Day Use Bath House DESCRIPTION This project consists ofthe contractor providing alllabor, equipment, materials, supplies, insurance, etc.necessary to renovate thebeach dayusebath house atPoint Lookout State Park, St.Mary's County, Maryland. PROCUREMENT METHOD Competitive Sealed Bids BIDS OR PROPOSALS Dennis Anderson Construction Corp., Waldorf, MD Total Contracting, Inc., Beltsville, MD The JGGarcete Company, Inc., Bladensburg, MD W.M. Davis, Inc., Leonardtown, MD. Trison Construction, Inc., College Park, MD SEDavis Construction, LLC, LaPlata, MD Hash Construction, Inc., LaPlata, MD Goel Services, Inc., Washington, DCAMOUNT $501,600.00 $561,070.00 $633,445.00 $687,480.00 $707,000.00 $734,593.00 $742,227.00 $806,249.00 AWARD Dennis Anderson Construction Corp., Waldorf, MD AMOUNT TERM MBE PARTICIPATION PERFORMANCE BOND$501,600.00 180Days from Notice toProceed 25% (Sub goal of7%African American-owned) 100% ofFull Contract Amount 225 9 DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW -6/12/13 MAINTENANCE CONTRACT ITEM 4-M (Com.) HIRING AGREEMENT ELIGIBLE • No REMARKS Anotice ofavailability ofa Invitation forBids (IFB) was posted ontheDGS Website, BidBoard and eMaryland Marketplace.com. Atotal ofeight bids were received. The lowbidder, Dennis Anderson Construction Corp. confirmed itsbid. The MBE goal of25% forthisproject was achieved. The Government estimate is$570,270.21. FUND SOURCES MCCBL 2012 ITEM 013 "PROVIDE FUNDS TOCONSTRUCT CAPITAL IMPROVEMENTS SUCH ASPLANNED MAINTENANCE AND REPAIR PROJECTS AT PUBLIC USE FACILITIES ON STATE-OWNED PROPERTY" RESIDENT BUSINESS MD TAX CLEARANCEYes 13-1187-0111 Board ofPublic Works Action -The above referenced Item was: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN T DISC% 10 BPW -6/12/13 DEPARTMENT OFGENERAL SERVICES ACTION AGENDA MAINTENANCE CONTRACT ITEM 5-M DEPARTMENT OFHEALTH AND MENTAL HYGIENERosewood Hospital Center Reisterstown, MD. CONTRACT NO. AND TITLE Guard Services ADPICS NO.: 001B3400535 CONTRACT DESCRIPTION Board ofPublic Works approval isrequested foracontract toprovide guard service fortheRosewood Hospital Center foraperiod ofone(1)year beginning July 1,2013 through June 30,2014, with two(2)oneyear renewaloptions atthesame costasthe firstyear award. PROCUREMENT METHOD Competitive Sealed Bidding BIDS Stronghold Security, LLC -Columbia, MD Twenty-Nine Sixteen Protective Guard Services - Timonium, MD KRContracting, Inc. -Hagerstown, MD Metropofitan Protective Services, Inc. -Lanham, MD Defensor Security, LLC -Alexandria, VA1 BTI Security -Rockville, MD Memphis Group -Upper Marlboro, MD Abacus Corporation -Baltimore, MD$705,128.16 $730,840.48 $737,996.16 $771,740.64 $779,343.20 $824,198.56 $912,288.88 $1,000,076.64 CONTRACTOR Stronghold Security, LLC Columbia, MD TERM OFCONTRACT 7/1/13 -6/30/14 (w2-1(one) year option renewals AWARD AMOUNT $234,914.00 (Base) $234,914.00 1styrrenewal $235,300.16 2"dyrrenewal $705A28.16 1! DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW -6/12/13 MAINTENANCE CONTRACT ITEM 5-M (Cont.) MBE PARTICIPATION 0% REMARKS The Contractor isresponsive andresponsible, andhasconfirmed itsbidprice. RESIDENT BUSINESS Yes TAX COMPLIANCE NO 13-1086-1110 Board ofPublic Works Action -The above referenced Item was: 'DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN OUT DISCUSSIO 228 12 DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW -6/12/13 MAINTENANCE CONTRACT ITEM 6-M DEPARTMENT OFGENERAL SERVICES Annapolis Public Buildings &Grounds Annapolis andCrownsville, MD CONTRACT NO. AND TITLE Fire Alarm/Suppressi0n Maintenance ADPICS No. 001B DESCRIPTION Approval isrequested foracontract to provide Fire Alarm/Suppression System Maintenance fortheAnnapolis andCrownsville facilities. PROCUREMENT METHOD Competitive Sealed Bidding BIDS OR PROPOSALS Advanced Fire Protection Systems, LLC Baltimore, MD Fireline Corporation, Baltimore, MD Baltimore, MD BFPE International Hanover, MDAMOUNT $228,300.00 $283,165.00 $283,248.88 AWARD Advanced Fire Protection Systems, LLC Baltimore, MD TERM 07/01/2013 -06/30/2016 (3Years W-2 One (1)year options) AMOUNT $228,300.00 Base $76,100.00 (1stOption) $76,100.00 (2ndOption) $380,500.00 Total 5Years MBE PARTICIPATION 5%Sub-Contractor 229 13 'DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW -6/12/13 MAINTENANCE CONTRACT ITEM 6-M (Cont.) REMARKS This solicitation was advertised asa Competitive Sealed Bidding Procurement with 5%ofMinority Business Enterprise Goal andbid oneMaryland Marketplace. Notice ofavailability was also posted ontheDGS BidBoard. Bids were opened on May 16,2013. Atotal offour (4)responses were received, including three (3) priced bids and one (1)no-bid. The recommended contractor, Advance Fire Protection Systems, LLC hasbeen determined a responsible bidder and thebidisresponsive. FUND SOURCE TAX COMPLIANCE NO. RESIDENT BUSINESSH00 33151 0812 (DGS Operating Funds) 13-1689-1110 Yes Board ofPublic Works Action -The above referenced Item was: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN 220 14 BPW -6/12/13 DEPARTMENT OFGENERAL SERVICES ACTION AGENDA MAINTENANCE CONTRACT ITEM 7-M DEPARTMENT OFPUBLIC SAFETY AND ORECTIONAL SERVICES CONTRACT NO. AND TITLEPolice andCorrectional Training Commission Project No. 001IT819104 BTI Security, Inc. ADPICS NO: 001B4400019 CONTRACT DESCRIPTION Provide unarmed uniformed guard services atthePolice andCorrectional Training Commission Sykesville, MDforaperiod ofthree (3) years beginning July 1,2013 through June 30,2016. - PROCUREMENT METHOD Negotiated Award After Unsatisfactory Competitive Sealed Bidding BIDS OR PROPOSALS Base Bid BTI Security, LLC Defensor Security, LLC Watkins Security, Inc. Admiral Security, LLC$295,803.78 $303,118.59 $310,254.99 $417,183.84 AWARD BTI Security, Inc. Silver Spring, MD TERM 07/1/13 -06/30/16 AMOUNT $295,803.78 MBE PARTICIPATION PERFORMANCE BOND HIRING AGREEMENT100%/10 Subcontracting Yes Yes INCUMBENT Defensor Security, LLC 231 15 DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW -6/12/13 MAINTENANCE CONTRACT ITEM 7-M (Cont.) REMARKS Anotice ofavailability ofanInvitation forBids (IFB) was posted onDGS Web Site, Bid Board, and eMaryland Marketplace.corn with a10%Minority Business Enterprise goal. Five bids were received forthebidopening onMarch 26,2013. All bids received inresponse totheInvitation ToBid exceeded theagency's budget with no additional funds topermit thepurchase andtoadjust quantities tocome within available funds. For this reason, allbids were rejected and thesolicitation was conducted asNegotiated Award After Unsatisfactory Competitive Sealed Bidding. OnApril 18,2013 four ofthefive bids were determined responsive and responsible and those bidders were invited tosubmit arevise bidunder revised specifications, which reduced thework hours. Ofthefour bids returned, one bidder declined tosubmit arevised bid, two bids again exceeded theagency's budget, and one bid came inwithin theagency's budget. The recommended contractor, BTI Security, Inc. hasbeen found responsive andresponsible and hasconfirmed their bid. FUNDSOURCE QOO 1427110 TAX COMPLIANCE NO RESIDENT BUSINESS13-1453-000 Yes Board ofPublic Works Action -The above referenced Item was: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN 232 16 DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW -6/12/13 EQUIPMENT CONTRACT ITEM 8-E MARYLAND DEPARTMENT OF •HEALTH AND MENTAL HYGIENEChief Medical Examiner's Office Baltimore, MD REFERENCE Inaccordance with provisions oftheState Finance andProcurement Article, Section 8-301, Annotated Code ofMaryland, theBoard of Public Works approval isrequested fortheuseofGeneral Obligation Bond funding forthe contract(s) noted below inthetotal amount of$138,090.00. (4items) DESCRIPTION Approval fortheaward to(A)CBG Biotech LTD forthepurchase ofone(1)Model 5gal. recycler-formasolve cart mounted solvent recycler which includes afive (5)year replacement program; andfortheaward to(B)Mortech Manufacturing forthe purchase ofoneModel 7005-4SS Body Racks, four (4)Model T3603 cadaver trays and (C)fifty-five (55) Model 600014-316 C-arm accessible autopsy carders with cadaver trays forx-ray use. CONTRACT NO. AND TITLE ADPICS# 001P3100107 (CBG Biotech) ADPICS# 001P3100113 (Mortech Man) ADPICS# 001P3100114 (Mortech Man) PROCUREMENT METHOD BIDS OR PROPOSALSMedical Equipment Competitive Sealed Bids AMOUNT CBG Biotech LTD -Columbus, OH $28,955.00 Mortech Manufacturing -Cranberry TWP, PA Webster andAssociates -Greensboro, NC$4,140.00 $5,700.00 Mortech Manufacturing -Cranberry TWP, PA $104,995.00 233 17 •DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW -6/12/13 EQUIPMENT CONTRACT ITEM 8-E (Cont.) AWARDS (A)CBG Biotech LTD Columbus, OH (B)Mortech Manufacturing Cranberry TWP, PAand (C)Mortech Manufacturing Cranberry TWP, PAand TOTAL THREE AWARDS MBE PARTICIPATION PERFORMANCE BOND$28,955.00 $4,140.00 • $104,99,5.00 $138,090.00 0% N/A REMARKS Anotice ofavailability ofaInvitation for Bids (IFB) was posted onDGS's Web Site, BidBoard and eMaryland Marketplace.com. Seven Hundred Sixty-Nine (769) vendors were solicited. Three (3)bids were received. FUNDSOURCE Item 021 MCCBL 2009 (Provide funds to Equip theNew Forensic Medical Center) RESIDENT BUSINESSES No •TAXCOMPLIANCENO 13-1585-0000 (CBG Bioteeh) 13-1693-0000 (Morteeh) Board ofPublic Works Action -The above referenced Item was: .) WITH DISCUSSIONDEFERRED WITHDRAWN UT DISCUSSIO 234 18 DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW -6/12/13 EQUIPMENT ITEM 9-E MARYLAND TRANSIT ADMINISTRATION (MTA) CONTRACT NO. AND TITLE ADPICS# 001P3100100 -One (1)Diesel Truck, Cab andChassis with Aerial Bucket & Rail Gear DESCRIPTION Board ofPublic Works approval isrequested forthe purchase of(A) one (1)Truck, CabandChassis with (B)Aerial Bucket &(C)Rail Gear PROCUREMENT METHOD BIDS OR PROPOSALS Western Star Trucks -Mardela Springs, MD Beltway International, LLC -Baltimore, MD AWARDS AMOUNT TERM MBE PARTICIPATION PERFORMANCE BOND HIRING AGREEMENT ELIGIBLECompetitiveSealed Bids $975,833.00 (three items) $1,169,777.00 (three items) Western Star Trucks -Mardela Springs, MD $349,046.00 (A)(1item only) -Western Star Trucks -Mardela Springs, MD) N/A -One Time Purchase 0% N/A N/A REMARKS The Department ofGeneral Services (DGS) advertised thissolicitation oneMaryland Marketplace onMarch 7,2013; thirty four (34) vendors were solicited. Atthetime ofbidopening (April 9at2p.m.), DGS received two(2)responses tothissolicitation. 235 19 BPW -6/12/13 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA EQUIPMENT ITEM 9-E (Cont.) REMARKS (Cont.) The Invitation toBid(ITB) consisted ofthree (3)line items, (A) one (1)Truck, Cab andChassis with (B)Aerial Bucket &(C)Rail Gear (A) One (1) Three (3)Man Line Body/Rotating Aerial Platform andRailgear (B): One (1)Three (3)Man Aerial Utility Line Vehicle with Railgear (C): One (1)Two (2)Man Aerial Utility Line Vehicle with Railgear Maryland Transit Administration (MTA) authorities reviewed product information submitted with the apparent low bidforItem (A), from Western Star Trucks ofDelmarva, ofMardela Springs, MD (Western Star) anddetermined that thetruck being offered met specifications. MTA authorities reviewed product information submitted with theapparent lowbidforLine Items (B) and(C), from Western Star anddetermined that theequipment being offered didnotmeet specifications forthefollowing reason: The specifications ealled fortherailgear (the mechanism bywhieh thetruck isable totravel onlight rail tracks) tobethat ofthemanufacturer Mitchell Equipment Corporation (Mitchell), oraState approved equal. The railgear offered byWestern Star ismanufactured byDiversified Metal Fabricators, Ine. (DMF), andwas determined tonotbeequal tothat ofMitchell. Furthermore, this fact was acknowledged after thebidopening bytherepresentative from Western Trucks, incorrespondence sent tothe Procurement Officer and MTA Authorities. After review oftheproduct information submitted bythesecond lowbidder- Beltway International Trucks, LLC, ofBaltimore, MD(Beitway), forLine Items (B)and(C)MTA authorities determined that thetrucks being offered didnotmeet specifications because Beltway wasalsoofferingDMG railgear. Based ontheabove, theProcurement Officer recommends award ofItem (A)toWestern Star, and rejection ofallbids forItems (B) and(C). FUND SOURCE 01J05 1310000H0104 1416 236' 20 DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW -6/12/13 EQUIPMENT .ITEM 9-E (Cont.) RESIDENT BUSINESSES TAX COMPLIANCE NOYes 13-1551 -1000 (Western Star) Board ofPublic Works Action -The above referenced Item was: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN IIII 237 21 DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW -6/12/13 EQUIPMENT LEASE ITEM 10-E Agency Contact: Albert Annan 410-767-0114 aannan@msde.state.md.us DEPARTMENT/PROGRAM Education (MSDE) Division ofRehabilitation Services CONTRACT ID R00B3400001; Leasing ofRe-locatable Classrooms fortheCharles H.Hickey Jr.School ADPICS #R00B3400001 CONTRACT DESCRIPTION Contract toprovide theleasing of18modular classrooms with 15,120 square feetofcombined space attheCharles H.Hickey Jr.School. The classrooms willease congestion inthefull-day educational program formale youth offenders in thedetained program (pre-adjudication) orawaiting placement (post-adjudication). AWARD ModSpace Corporation Rosedale, MD TERM 7/1/2013 -6/30/2018 AMOUNT $475,200.00 (5Years) PROCUREMENT METHOD BIDS ORPROPOSALS MBE PARTICIPATIONSole Source N/A None (See Requesting Agency Remarks below) INCUMBENT Same AGENCY REMARKS Bylegislative mandate (HB860) effective July 1,2004, MSDE assumed theoperation oftheEducational Program attheCharles H.Hickey, Jr.School (Hickey School), located inBaltimore County, Maryland, which isaState-owned facility operated bythe Department ofJuvenile Services (DJS) fortherehabilitation ofmale youth offenders. 238 22 BPW -6/12/13 DEPARTMENT OFGENERAL SERVICES ACTION AGENDA EQUIPMENT LEASE ITEM 10-E(Cont.) AGENCY REMARKS (Cont.) ........ The school space attheHickey School used bytheMSDE toconduct classes areinleased re- locatable buildings. The size ofthebuildings (15,120 square feet) was based onproviding instruction andsupport services for48to72students. Currently, thestudent population ranges between 56to72. Furthermore, about 50% ofthestudent population isspecial education. Students who often require special instruction for part oralloftheir class work onadaily basis, tomeet thelegal andeducational needs ofthese students, ithasbeen necessary tocontinue this program with theleasing ofthese classrooms. These classrooms were obtained from an intergovernmental cooperative purchasing agreement through anexisting Baltimore County Public Schools competitively bidcontract. Until permanent classrooms aremade available for theeducation program, theonly alternative istocontinue tolease the.modular classrooms to accommodate theeducation program oftheyouths Since this isalease with asingle Vendor, there arenoopportunities forMBE subcontracting goal. FUND SOURCE APPROP. CODE'100% General R00A0115 RESIDENT BUSINESS MD TAX CLEARANCEYes 13-0063-1011 Board ofPublic Works Action -The above referenced Item was: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN i_H.OUT DISCUSSION 239 23 DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW- 6/12/13 GENERAL MISCELLANEOUS ITEM 11-GM REFERENCE Inaccordance with provisions oftheState Finance andProcurement Article, Section 8-301, Annotated Code ofMaryland, theBoard of Public Works approval isrequested fortheuseofGeneral Obligation Bond funding forthe contract(s) noted below inthetotal amount of$39,876.00 (1item). A. Department ofGeneral Services MARYLAND DEPARTMENT OF HEALTH &MENTAL HYGIENEClifton TPerkins Hospital CONTRACT NO. AND TITLE Project No: MS-000-132-001 •Replace Shingle Roofs DESCRIPTION -This project will consist oftheremoval ofexisting shingle roof systems on theCommunity Forensic Bldg and Superintendents House, replacement ofanybaddecking, installation oficeandwater shield membrane andtheinstallation ofanew limited lifetime warranty roof shingle system with new gutters anddownspouts. PROCUREMENT METHOD Small Procurement AWARD AMOUNTDimensions Construction, Hyattsville, MD $39,876 PERFORMANCE BOND 100% ofFull Contract Amount FUND SOURCE MCCBL 2012 Item 007 "PROVIDE FUNDS FOR THE STATE CAPITAL FACILITES RENEWAL PROGRAM (STATEWIDE)" REMARKS: The Government estimate forthisjobwas $50,000.00; thecontract duration is 90days. Works Action -The above referenced Item was: DEFERRED 'APPROV DISAPPROVED WITHDRAWN WITH DISCUSSION OUT DISCUSS 240 " 24 DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW -6/12/13 GENERAL/MISCELLANEOUS ITEM 12-GM DESCRIPTION Inaccordance with provisions oftheState Finance and Procurement Article, Section 12-202, Annotated Code ofMaryland, Board of Public Works approval isrequested forthefollowing construction inspection expenditures related tothecapital improvement project identified below: Pro|eet Description Project No.:M-591-120-004 Inspection Services toConstruct New Readiness Center Dundalk Armory Baltimore County, MD TOTALAmount $84,656.32 $84,656.32Fund Source $63,492.24 -CA2013/Item 002(75%) Federal $21,164.08 -MCCBL 2012/Item O11 (25%) State REMARKS This isananticipated amount for construction inspection services, subject tonecessary extensions, intheevent theconstruction takes longer than expected tocomplete. Construction inspection services arerequired toensure compliance with therequirements oftheconstruction contract. Board ofPublic Works Action -The above referenced Item was: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN _!__THOUT DISCUSSIONN 241 25 BPW- 6/12/13 DEPARTMENT OFGENERAL SERVICES ACTION AGENDA TENANT LEASE ITEM 13-LT-MOD OFFICE OFTHE PUBLIC DEFENDER (Charles County Regional Office) Landlord Levin LaPlata Limited Partnership 1017 Duke Street Alexandria, Virginia 22314 Property Location 101Catalpa Drive, Suite 102A LaPlata, Maryland 20646 Svace Tyoe Office Duration 2Years Annual Rent $93,187.50Lease Type Extension Effective July 1,2013 Square Foot Rate Previous Sq.Ft.Rate$17.50 $20.00Square Feet 5,325 Utilities Responsibility Custodial Responsibility Previous Board Action(s)Lessor Lessor 02/23/94 -7-L, 05/22/02 -17- L,12/12/07 -9-LT Fund Source C80B0002 100% General Special Conditions 1.The lease provides 10use-in common parking spaces free ofcharge. 2.Tenant hastheright torenew this lease one(1)time forafive (5)year term subject to Board ofPublic Works approval. Remarks 1.The agency hasused this space since 1994 astheRegional Office ofthePublic Defender; thePublic Defender's mission istoprovide legal defense services tothose who cannot personally afford anattorney. .Through negotiations theDepartment ofGeneral Services secured arental cost savings of $26,625 over theextension term ofthelease byreducing theLandlord's stated renewal rental rate average by$2.50 pernusf. 3.This lease contains atermination forconvenience clause. 242

  • 26

DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW- 6/12/13 TENANT LEASE ITEM 13-LT-MOD This space was acquired bysole source inaccordance with theDGS Space Management Manual, Paragraph 6-605 E.,asauthorized byCOMAR 21.02.05.05. The Department ofGeneral Services, inconjunction with theusing Agency, recommends theapproval ofthis item. Board ofPublic Works Action -The above referenced Item was: DISAPPROVED ' WITH DISCUSSIONDEFERRED WITHDRAWN 243 27 BPW- 6/12/13 DEPARTMENT OFGENERAL SERVICES ACTION AGENDA TENANT LEASE ITEM 14-LT-OPT DEPARTMENT OFHUMAN RESOURCES (Social Services Administration) Garrett CountyOakland Landlord/Owner One-CCK, LLC 407 W.Rosemary Ln Falls Church, VA22046 Property Location 12578 Garrett Highway Oakland, MD 21550 Space Type Office/Client Contact Duration 10Years Annual Rent $218,798 AverageLease Type Renewal Square Feet 14,116 Effective July 1,2013 Square Foot Rate $15.50 Average Prey. Square Foot Rate $14.50 Eff. Square Foot Rate $18.50 Prey. Eft. Sq.Foot Rate $19.44 Utilities Responsibility Custodial Responsibility Previous Board Action(s)Tenant Tenant 04/02/08 -7-LT; 02/19/03 -9-LL; 12/17/97 -44-L; 10/27/93 - 2l-L; 04/29/92 -6-L; 04/29/90 -6-L; 07/13/98 -42-L; 01/28/87 - 13-L Fund Source Total39% GF, 61% FF-33.07.00.02 ABOJ 1351 - 44% GF, 56% FF-33.07.00.03 ABOJ 1351 - 16% GF, 84% FF-33.07.00.04 ABOJ 1351 - 56% GF, 44% FF- 33.07.00.05 ABOJ 1351 - 34% GF, 66% FF- 33.07.00.06 ABOJ 1351 -$57,304.00 $85,97O.50 $8,192.50 $28,652.00 $24,563.OO $204,682.00 firstyear Special Conditions . 2. 3.The lease contains escalations/de-escalations forreal estate taxes. The lease contains one(1)option renewal foraterm offive (5)years. The lease incorporates 39reserved and 15unreserved parking spaces free 0fcharge. 244 28 BPW -6/12/13 DEPARTMENT OFGENERAL SERVICES ACTION AGENDA TENANT LEASE ITEM Remarks14-LT-OPT (Cont.) 0This space hasbeen used since 1987 astheGarrett County Department ofSocial Services Office. This isadaily client contact office providing such functions asadult care, social, child support enforcement, andincome maintenance services. oThe square foot rate forthefirst five (5)years ofthelease term is$14.50 and $16.50 for thelastfive (5)years oftheterm resulting intheaverage annual rate of$15.50 pernet usable square foot. 3The lease contains atermination forconvenience clause. 4.Landlord will provide Lessee aschedule toreplace allT-12 lamps with T-8lamps, 28 watt bulbs with electronic ballast. 5.Landlord hasreplaced three (3)HVAC units andwill continue toreplace units asneeded. oThis space was acquired bysole source inaccordance with theDGS Space Management Manual, Paragraph 6-605 E.,asauthorized byCOMAR 21.02.05.05. The Department of General Services, inconjunction with theusing Agency, recommends theapproval ofthis item. Board ofPublic Works Action -The above referenced Item was: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN 245 29 DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW -6/12/13 REAL PROPERTY ITEM 15-RP DEPARTMENT OFPUBLIC SAFETY AND CORRECTIONAL SERVICES S/Eofintersection U.S. Route 1 andMD Route 175 3.0acres +/-Howard County File #00-8468 REFERENCE Approval isrequested totransfer 3.0 acres +/-ofland located atthesoutheast intersection ofU.S. Route 1andMD Route 175,' Howard County totheMaryland State Police (MSP). MSP isinneed oftheacreage foranew vehicle changeover lot. The existing changeover lotwill beused forthefuture construction ofa new Tactical Services garage. The Deed hasbeen approved bytheOffice oftheAttorney General. Title and Transfer agreements aresubject tolegal review. PROPERTY 3.0+/-acres GRANTOR State ofMaryland, totheuseofthe Department ofPublic Safety and Correctional Services GRANTEE REMARKSMaryland State Police . 2. .The Department ofPublic Safety andCorrectional Services recommends approval ofthis acquisition. The Clearinghouse conducted anintergovemmental review oftheproject under MD20100621-0581 andhasrecommended thetransfer oftheland totheMaryland State Police. This transfer will require noconsideration. licWorks Action -The above referenced Item was: DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION 3O DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW -6/12/13 CAPITAL GRANTS AND LOANS ITEM 16-CGL MARYLAND HIGHER EDUCATION COMMISSION RECOMMENDATION: That theBoard ofPublic Works authorize thatfunds beencumbered forthefollowing grant: Harford Community College Campus Parking andSiteImprovements -Design andConstruction Thecampus parking andsiteimprovements willimprove parking lotsurfacing, parking lotlighting, andvehicular circulation onthecampus. $357,000 Maryland Consolidated Capital Bond Loan of2009, Item #030, $5,883.40 Maryland Consolidated Capital Bond Loan of2010, Item #902, $351,116.60 CC-07-MC/09/10-427 MATCHING FUND: Harford Community College -$258,517 Cost sharing is58.0 %State share, 42.0% local share andisinaccordance with Section 11-1050) oftheEducation Article. BACKGROUND: Total Amount State Share Local Share Total Project $615,517 $357,000 $258,517 This Action $615,517 $357,000 $258,517 REMARKS : (1) This action isinaccordance with MHEC Construction andSpace Allocation regulations, COMAR 13B.07. (2) TheMaryland Higher Education Commission, theDepartment ofBudget and Management andtheDepartment ofGeneral Services recommend approval. Allcontracts willbeawarded byHarford Community College andsigned bylocal authorities. (3) TheComptroller may notdisburse State funds until after theComptroller verifies thatthe grant recipient hasexpended thematching fund andtherequired amount for reimbursement. orks Action -The above referenced Item was: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN W'ITHOUT DISCUSS, ION 247

  • 31

BPW -6/12/13 DEPARTMENT OFGENERAL SERVICES ACTION AGENDA CAPITAL GRANTS AND LOANS ITEM 17-CGL MARYLAND HIGHER EDUCATION COMMISSION RECOMMENDATION: That theBoard ofPublic Works authorize that funds beencumbered forthefollowing grant: Montgomery College Rockville -New Student Services Center -Design The new 125,000 GSF Student Services Center will provide one stop shopping for student andadministrative services including Admissions andRegistration, Financial Aid, Cashier, Student Development, Bookstore, Food Service, Provost, and School of Education. These functions anddepartments arescattered among nine different buildings currently. Bringing thefunctions together inonelocation will improve operational efficiencies forthestudents. $5,014,000 Maryland Consolidated Capital Bond Loan of2010, Item #902 CC-01-MC10-429 MATCHING FUND: Montgomery College -$5,014,000 Cost sharing is50.0 %State share, 50.0% local share and isinaccordance with Section 11-1050) oftheEducation Article. BACKGROUND: Total Amount (4) (3)State Share Local Share Total Project $10,028,000 $5,014;000 $5,014,000 This Action $10,028,000 $5,014,000 $5,014,000 REMARKS : (3) This action isinaccordance with MHEC Construction andSpace Allocation regulations, COMAR 13B.07. TheMaryland Higher Education Commission, theDepartment ofBudget and Management andtheDepartment ofGeneral Services recommend approval. Allcontracts willbeawarded byMontgomery College andsigned bylocal authorities. TheComptroller may notdisburse State funds until after theComptroller verifies thatthe grant recipient hasexpended thematching fund andtherequired amount for reimbursement. Board I OlSA OVEOWITH DISCUSSIONofPublic Works Action -The above referenced Item was: DEFERRED WITHDRAWN 248 32 BPW -6/12/13 DEPARTMENT OFGENERAL SERVICES ACTION AGENDA CAPITAL GRANTS AND LOANS ITEM 18-CGL MARYLAND HIGHER EDUCATION COMMISSION RECOMMENDATION: That theBoard ofPublic Works authorize that funds beencumbered for thefollowing grant: Montgomery College Germantown -Science andApplied Studies (SAS) Building Renovation/Addition - Design The renovation ofthe71,082 GSF Science andApplied Studies Building and construction ofa27,500 GSF addition will provide upgraded andmodernized classrooms, labs, offices, and support spaces forthePhysics, Engineering, and Mathematics departments. This will provide support forongoing workforce needs and will enhance the State's continued focus onscience, technology, engineering, and mathematics (STEM) education. $1,856,000 Maryland Consolidated Capital Bond Loan of2012, Item #019 CC-01-MC12-430 MATCHING FUND: Montgomery College -$1,856,000 Cost sharing is50.0 %State share, 50.0% local share andisinaccordance with Section 11-1050) oftheEducation Article. BACKGROUND: Total Amount State Share Local Share TotaIProject $3,712,000 $1,856,000 $1,856,000 This Action $3,712,000 $1,856,000 $1,856,000 REMARKS : 1. This action isinaccordance with MHEC Construction and Space Allocation regulations, COMAR 13B.07. 2. The Maryland Higher Education Commission, theDepartment ofBudget and Management andtheDepartment ofGeneral Services recommend approval. Allcontracts will beawarded byMontgomery College and signed bylocal authorities. 3. The Comptroller may notdisburse State funds until after theComptroller verifies that the grant recipient hasexpended thematching fund andtherequired amount for reimbursement. orks Action -The above referenced Item was: DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION "THOUT DISCUSS 249 33 BPW -6/12/13 DEPARTMENT OFGENERAL SERVICES ACTION AGENDA CAPITAL GRANTS AND LOANS ITEM 19-CGL DEPARTMENT OFHEALTH AND MENTAL HYGIENE NAME OFGRANTEE/BORROWER Supported Housing Developers, Inc. 1421 Madison Park Drive Glen Burnie, MD 21060 PROJECT NO. AND TITLE Project No.: MHA-CB-08807-05; Acquisition: 10Silverwood Circle #11 Annapolis, Maryland 21403 DESCRIPTION Approval isrequested for: 1.AState grant of$106,361.00 toassist Supported Housing Developers, Inc. inthecost of acquiring atwo-bedroom andtwo bathroom home at10Silverwood Circle #11,Annapolis, Maryland 21403. The home will provide housing fortwo persons with severe andpersistent mental illness. .AWaiver ofPriority Declaration andSubordination Agreement. Grantee hasbeen approved forafirst priority mortgage loan of$39,339.00 from Sandy Spring Bank toacquire 10silverwood Circle #11, Annapolis, Maryland 21403, contingent ontheDepartment of Health andMental Hygiene (DHMH) subordinating itsright ofrecovery totheSandy Spring Bank loan. APPRAISALS The contract price fortheproperty is$145,000.00. Two appraisals were obtained asfollows: $150,000.00 Jason D.Lewis, Treffer Appraisal Group, Arnold, MD $152,000.00 Frederick S.Lewis III,Tidewater Properties Appraisals, Queenstown, MD Based onareview ofthese appraisals, theDepartment ofGeneral Services, Real Estate Office approved afairmarket value of$150,000 State participation islimited tothelesser ofthevalue approved bytheDepartment ofGeneral Services oracquisition cost. AWARD AMOUNT $145,700.00" *Eligible project costs include $145,000.00 foracquisition and$700,00 forappraisals foratotal of$145,700.00. The State isparticipating in73% ofthetotal eligible project costs or $106,361.00. 250 34 BPW -6/12/13 DEPARTMENT OFGENERAL SERVICES ACTION AGENDA CAPITAL GRANTS AND LOANS .ITEM 19-CGL (Cont.) REMARKS Supported Housing Developers, Inc. isanonprofit organization incorporated in1994 that provides quality, low-cost housing units throughout Anne Arundel County toindividuals with severe andpersistent mental illness andco-occurring disorders. The Waiver ofPriority Declaration and Subordination Agreement hasbeen reviewed and approved forlegal sufficiency byanAssistant Attorney General fortheDepartment ofHealth andMental Hygiene. Inaccordance with Subtitle 6oftheHealth-General Article oftheAnnotated Code ofMaryland, theBoard's approval isfurther contingent upon theState's right ofrecovery being included in theDeed(s) orotherwise recorded among theLand Records ofAnne Arundel County. NoState funds will bedisbursed until thegrantee haspresented suitable evidence totheOffice of Comptroller that ithasexpended therequired matching funds forthis project. After thegrantee hasmet this requirement, allfuture invoices will besubmitted totheOffice ofComptroller, who will disburse theState portion inamounts equal totheinvoices submitted. FUND SOURCE $39,339.00 (27%) -Applicant's Share Mortgage Loan $106,361.00 (73%)- State's Share Maryland Consolidated Capital Bond Loan 2010 Community Health Facilities Funds Board ofPublic Works Action -The above referenced Item was: APPROVED DISAPPROVED DEFERRED WITH DISCUSSION WITHOUT DISCUSSION ?.5I 35 DEPARTMENT OFGENERAL SERVICES ACTION AGENDABPW -6/12/13 CAPITAL GRANTSANDLOANS ITEM 20-CGL DEPARTMENT OFHEALTH AND MENTAL HYGIENE NAME OFGRANTEE/BORROWER Supported Housing Developers, Inc. 1421 Madison Park Drive Glen Burnie, MD 21060 PROJECT NO. AND TITLE Project No.: MHA-CB-08807-04; Acquisition: 13Silverwood Circle #1 Annapolis, Maryland 21403 DESCRIPTION Approval isrequested for: iAState grant of$104,171.00 toassist Supported Housing Developers, Inc. inthecost of acquiring atwo-bedroom andtwo bathroom home at13Silverwood Circle #1Annapolis, Maryland. The home will provide housing fortwo persons with severe and persistent mental , illness. AWaiver ofPriority Declaration and Subordination Agreement. Grantee hasbeen approved forafirst priority mortgage loan of$38,529.00 from Sandy Spring Bank toacquire 13 Silverwood Circle #1,Annapolis, Maryland 21403, contingent ontheDepartment ofHealth and Mental Hygiene (DHMH) subordinating itsright ofrecovery totheSandy Spring Bank loan. APPRAISALS The contract price fortheproperty is$142,000.00. Two appraisals were obtained asfollows: $145,000.00 Jason D.Lewis, Treffer Appraisal Group, Arnold, MD $150,000.00 Frederick S.Lewis III,Tidewater Properties Appraisals, Queenstown, MD Based onareview ofthese appraisals, theDepartment ofGeneral Services, Real Estate Office approved afairmarket value of$145,000 State participation islimited tothelesser ofthevalue approved bytheDepartment ofGeneral Services oracquisition cost. AWARD AMOUNT $142,700.00' *Eligible project costs include $142,000.00 foracquisition and$700.00 forappraisals foratotal of$142,700.00. The State isparticipating in73% ofthetotal eligible project costs or $104,171.00. .36 BPW -6/12/13 DEPARTMENT OFGENERAL SERVICES ACTION AGENDA CAPITAL GRANTSAND LOANS ITEM •20-CGL (Cont.) REMARKS Supported Housing Developers, Inc. isanonprofit organization incorporated in1994 that provides quality, low-cost housing units throughout Anne Arundel County toindividuals with severe andpersistent mental illness andco-occurring disorders. The Waiver ofPriority Declaration andSubordination Agreement hasbeen reviewed and approved forlegal sufficiency byanAssistant Attorney General fortheDepartment ofHealth and Mental Hygiene. Inaccordance with Subtitle 6oftheHealth-General Article oftheAnnotated Code ofMaryland, theBoard's approval isfurther contingent upon theState's right ofrecovery being included in theDeed(s) orotherwise recorded among theLand Records ofAnne Arundel County. NoState funds will bedisbursed until thegrantee haspresented suitable evidence totheOffice of Comptroller that ithasexpended therequired matching funds forthisproject. After thegrantee hasmet this requirement, allfuture invoices will besubmitted totheOffice ofComptroller, who will disburse theState portion inamounts equal totheinvoices submitted. FUND SOURCE $38,529.00 (27%) -Applicant's Share Mortgage Loan $104,171.00 (73%) -State's Share Maryland Consolidated Capital Bond Loan 2010 Community Health Facilities Funds Board ofPublic Works Action -The above referenced Item was: DISAPPROVED WITH DISCUSSIONDEFERRED WITHDRAWN 37 DEPARTMENT OF GENERAL SERVICES ACTION AGENDABPW- 6/12/13 EQUIPMENT ITEM 21-E MARYLAND TRANSIT ADMINISTRATION (MTA) CONTRACT NO. AND TITLE ADPICS# 001P3100100 -One (1)Diesel. Truck, Cab and Chassis with Aerial Bucket & Rail Gear DESCRIPTION forthepurchase ofone (1)Truck, Cab and Chassis with Aerial Bucket &Rail GearBoard ofPublic Works approval isrequested PROCUREMENT METHOD BIDS OR PROPOSALS Western Star Trucks -Mardela Springs, MD Beltway International, LLC -Baltimore, MD AWARDS AMOUNT TERM MBE PARTICIPATION PERFORMANCE BOND HIRING AGREEMENT ELIGIBLECompetitive Sealed Bids $349,046.00 $373,046.00 Western Star Trucks -Mardela Springs, MD $349,046.00 (Line Item #1 One Time Purchase 0% N/Ao N/A REMARKS The Department ofGeneral Services (DGS) advertised this solicitation oneMaryland Marketplace onMarch 7,2013; thirty four (34) vendors were solicited. Atthetime ofbidopening (April 9at2p.m.), DGS received two (2)responses tothis solicitation. The Invitation toBid (ITB)consisted ofthree (3)line items, each aCatenary Truck, Cab and Chassis with Aerial Bucket Bodies: Line Item #1" One (1)Three (3)Man Line Body/Rotating Aerial Platform andRailgear Line Item #2: One (1)Three (3)Man Aerial Utility Line Vehicle with Railgear Line Item #3: one (1)Two (2)Man Aerial Utility Line Vehicle with Railgear .254 38 DEPARTMENT OF GENERAL SERVICES ACTION AGENDABPW -6/12/13 EQUIPMENT ITEM 21-E (Cont.) REMARKS (Cont) Maryland Transit Administration (MTA) authorities reviewed product information submitted with the apparent low bidforLine Item #1,from Western Star Trucks ofDelmarva, ofMardela Springs, MD (Western Star) and determined that thetrack being offered met specifications. MTA authorities reviewed product information submitted with theapparent low bidforLine Items #2and #3,from Western Star anddetermined that thetruck being offered didnotmeet specifications for the following reason: The specifications called fortherailgear (the mechanism bywhich thetruck isable totravel onlight rail tracks) tobethat ofthemanufacturer Mitchell Equipment Corporation (Mitchell), oraState approved equal. The railgear offered byWestern Star ismanufactured byDiversified Metal Fabricators, Inc. (DMF), and was determined tonotbeequal tothat ofMitchell. Furthermore, this fact was acknowledged after thebidopening bytherepresentative from Western Trucks, incorrespondence sent tothe Procurement Officer andMTA Authorities. After review oftheproduct information submitted bythesecond low bidder -Beltway International Trucks, LLC, ofBaltimore, MD (Beltway), forLine Items #2and#3,MTA authorities determined that thetrucks being offered didnotmeet specifications because Beltway was also offering DMG railgear. Based ontheabove, theProcurement Officer recommends award ofLine Item #1toWestern Star, and rejection ofallbids forLine Items #2and#3. FUND SOURCE RESIDENT BUSINESSES TAX COMPLIANCE NO01J05 1310000H0104 1416 Yes 13-1551-1000 (Western Star) Board ofPublic Works Action -The above referenced Item was: APPROVED DISAPPROVED DEFERRED WITH DISCUSSION WITHOUT DISCUSSION 255 There being nofurther business, themeeting ofJune 12,2013 was adjourned. Respectfully submitted, Sheila C.McDonald, Esq. Executive Secretary INDEX JUNE 12,2013 Agriculture, Department of Agricultural Cost Share Program ................................................................................................................ 4-8 Agricultural Land Preservation Foundation ............................................................................................ 139 Assessments &Taxation, Department of........................................................................................................ 108 Attorney General ................................................................................................................................................. 146 Aviation Administration ....... ............................................................................................................................. 141 Community Health Facility Centers ......................................................................................................... 250-253 Comptroller ................................................................................................................................................... 169-171 Developmental Disabilities Administration .......................................................................... :................... 51,149 Education, Department of........................................................................................................................... 167,238 Environment, Department of......................................................................................................................... 15-16 Environmental Trust, Maryland ......................................................................................................................... 39 Executive Department Boards &Commissions ................................................................................................................................ 151 Finan Center ........................................................................................................................................................... 45 General Services, Department of............................................................................................................... 218-224 Public Buildings &Grounds, Annapolis ................................................................................................... 229 Harford Community College ............................................................................................................................ 247 Health &Mental Hygiene, Department of................................................................................ 40-44,48,120,233 Community Health Facility Centers ................................................................................................... 250-253 Developmental Disabilities Administration ........................................................................................ 51,149 Finan Center .............................................................................................................................................. 45 Rosewood Center ................................................................................................................................... 227 Health Care Commission .............................................................................................................................. 36 Hospital Centers, State Perkins Hospital Center ....... ................................................................................................................. 240 Higher Education Commission, Maryland Community Colleges Harford Community College ............................................................................................................... 247 Montgomery College ...................................................................................................................... 248,249 Highway Administration ............................................................................................... 141,179,187-200,207-215 Historic Annapolis, Inc........................................................................................................................................... 9 Historical Trust, Maryland ........... ....................................................................................................................... 25 House ofCorrection, Maryland .......................................................................................................................... 26 Housing &Community Development .......................................................................................................... 17-20 Human Resources, Department of................................................................................................................... 112 Social Services Administration .................................................................................................. 54-94,124,244 Juvenile Services, Department of................................................................................................................. 98,133 Lottery, Maryland State ...................................................................................................................................... 172 Maryland Science Center ..................................................................................................................................... 11 Maryland Transit Administration .................................................................. 174,177,182-186,201-206,235,254 257 INDEX JUNE 12,2013 Maryland, University System of Maryland, University of Baltimore Campus .................................................................................................................................. 152 Baltimore County Campus ................................................................................................................... 154 College Park Campus ..................................................................................................................... 156-162 Maryland Zoo inBaltimore ................................................................................................................................. 10 Military Department ........................................................................................................................................... 241 Montgomery College ................................................................................................................................... 248,249 Morgan State University .......................................................................................................................... 21-24,137 Motor Vehicle Administration .......................................................................................................................... 141 Natural Resources, Department of Environmental Trust, Maryland ................................................................................................................... 39 Park Service ................................................................................................................................................... 225 Program Open Space ...................................................................................................................................... 38 Planning, Department of Historical Trust, Maryland ............................................................................................................................ 25 Police &Correctional Training Commission .................................................................................................. 231 Port Administration ............................................................................................................................................ 216 Property Tax Assessment Appeals Board ....................................................................................................... 138 Public Defender, Office ofthe.................................................. ......................................................................... 242 Public Safety &Correctional Services, Department of................................................. 95,127,163-166,175,246 Corrections, Division of House ofCorrection, Maryland ............................................................................................................. 26 Police &Correctional Training Commission ............................................................................................ 231 Public Works, Board of Grants: Historic Annapolis, Inc.............................................................................................................................. 9 Maryland Science Center ........................................................................................................................ 11 Maryland Zoo inBaltimore ..................................................................................................................... 10 Wetlands Administration ......................................................................................................................... 33-34 Rosewood Center ................................................................................................................................................ 227 St.Mary's College ofMaryland ..................................................................................................................... 27-30 Social Services Administration ........................................................................................................ 54-94,124,244 Stadium Authority, Maryland ............................................................................................................................. 32 State Police, Department of............................................................................................................................... 105 Transportation, Department of Aviation Administration ................................................................ ............................................................. 141 Highway Administration ............................................................... ............ :............ 141,179,187-200,207-215 Maryland Transit Administration ............................................................ 174,177,182-186,201-206,235,254 Motor Vehicle Administration .................................................................................................................... 141 Port Administration ..................................................................................................................................... 216 Transportation Authority, Maryland ........................................................................................................ 116 Treasurer, State Bonds .............................................................................................................................................................. 12 Wetlands Administration ............................................................................................................................... 33-34 258

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
Executive summary

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.

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.

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.
Suggested keywords
Residential Child CarePerformance StandardsChild Welfare ServicesRFP MarylandProposal Compliance
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.