Mark Krysiak (410) 631-1153
Angelo Perseghin (410) 631-1171 BPW –04/21/10
aperseghin@
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
CONSTRUCTION CONTRACT
ITEM: 1-C
MARYLAND PORT ADMINISTRATION
CONTRACT ID: 509924
Substructure Repairs - All Terminals
ADPICS NO. P509924
CONTRACT DESCRIPTION: This contract consists of furnishing materials and equipment and performing labor to complete substructure repairs at all MPA terminals.
AWARD: Marine Technologies, Inc.
Baltimore, Maryland
AMOUNT: $3,764,748.00
TERM: 290 Work Days from Notice to Proceed
PROCUREMENT METHOD: Competitive Sealed Bidding
BIDS:
Marine Technologies, Inc. $3,764,748.00
Baltimore, MD
Hydro-Marine Construction $4,827,903.80
West Hainesport, NJ
MBE PARTICIPATION: 8%
PERFORMANCE SECURITY: Performance and Payment Bond at 100% of the Contract Amount
REMARKS: The Engineer’s Estimate for this contract is $3,788,943.50.
This Solicitation was advertised in eMaryland Marketplace. Seventeen (17) contractors received bid packages; seven (7) of which were Maryland firms. Two (2) responsive and responsible bids were received.
Contract work includes fender system repairs and hardware; steel angle installation at the top of piles; underwater inspection; steel sheet pile bulkhead repairs; steel pipe pile repairs; timber pile repairs; provision of cathodic protection systems and all related work at all marine terminals.
ITEM: 1-C (Continued) BPW – 04/21/10
The MBE goal established for this contract was 6%. The contractor is exceeding this goal by 2%.
FUND SOURCE: 100% Special Funds Budgeted to MPA
APPROPRIATION CODE: J03D00002
RESIDENT BUSINESS: Yes
MD TAX CLEARANCE: 10-3898-0111
________________________________________________________________________
BOARD OF PUBLIC WORKS ACTION– THE ABOVE-REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
W. Stanley Lane (410) 767-3355 BPW – 4/21/10
slane1@
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
CONSTRUCTION CONTRACT
ITEM: 2-C
MARYLAND TRANSIT ADMINISTRATION:
CONTRACT ID: T-1247-0140
Bush Bus Division Electrical Switchgear and Distribution Upgrades
ADPICS NO. T12470140
CONTRACT DESCRIPTION: This Contract is for work for the installation of a new Primary and Secondary Selective Distribution System including one set of “main-tie-main” medium voltage switchgear, and two sets of “main-tie-main” low voltage switchgear.
AWARD: MBR Construction Services, Inc.
Hunt Valley, MD
TERM: 420 Calendar Days
AMOUNT: $4,166,000.00
PROCUREMENT METHOD: Competitive Sealed Bidding
BIDS:
MBR Construction Services, Inc. $ 4,166,000.00
Hunt Valley, MD
Enterprise Electric Co. $ 4,250,000.00
Baltimore, MD
The Chappy Corporation $ 4,269,000.00
Chelsea, MA
Intelect Corporation $4,736,582.96
Baltimore, MD
MBE PARTICIPATION: 27%
PERFORMANCE SECURITY: Performance Bond at 100% of Contract Amount
REMARKS: The Engineer's Estimate for this contract was $4,423,400.00.
ITEM: 2-C (Continued) BPW – 04/21/10
This Solicitation was advertised in eMM and on MTA’s Web Site. Eighty-two (82) firms received bid packages; Fifty-six (56) were Maryland firms. Five (5) bids were received; 1 bid was found non-responsive.
After a study of the existing electrical switchgear and substations providing electrical power to the Washington Boulevard complex, engineers have determined that the existing twenty year old equipment has become unreliable, requiring excessive maintenance to remain operable, and could eventually cause a catastrophic failure of this equipment, which would lead to a loss of power to the entire Bush Bus Division, MTA administrative offices, and bus maintenance areas. Also the usage of power at this facility is nearing the maximum available power for the facility with the current equipment.
This contract will replace the existing switch gear, which will improve reliability and increase overall electrical capacity. The upgrade of the main medium voltage switchgear and secondary substations will provide a Main-Tie-Main system at the medium voltage gear and at the secondary substations. This will allow the use of another BGE feeder to provide power to the entire site if one BGE feeder fails. Therefore the new system has a redundancy that the existing system lacks. The MTA’s Washington Boulevard complex is over 100 years old and the new installation will correct all electrical code violations, due to substandard equipment throughout the site.
FUND SOURCE: 100% Special Funds Budgeted to MTA
APPROPRIATION CODE: J05H0105
RESIDENT BUSINESS: Yes
MD TAX CLEARANCE: 10-3883-1111
___________________________________________________________________________
BOARD OF PUBLIC WORKS ACTION - THE ABOVE-REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
W. Stanley Lane (410) 767-3355 BPW – 04/21/10
slane1@
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
CONTRACT MODIFICATION (Construction)
ITEM: 3-C-MOD
MARYLAND TRANSIT ADMINISTRATION:
CONTRACT ID: T-1060-0140
South Lexington Market Metro Weatherization Treatment
ADPICS No.: CO256123
ORIGINAL CONTRACT APPROVED: Item 2-C, DOT Agenda 2/27/08
ORIGINAL PROCUREMENT METHOD: Competitive Sealed Bidding
CONTRACTOR: Bensky Construction Company
Baltimore, MD
MODIFICATION: Change Order No. 001 is a field change that compensates the contractor for the addition of the following new bid items to the unit price schedule:
South Lexington Market Metro Sta. Exit Closure ($ 42,495.00)
Close the south entrance/exit to the Lexington Market Station for the duration of the contract allowing the contractor to more effectively furnish and install the platform and mezzanine levels pedestrian barricades. This modification eliminated the need for pedestrian protections and any corresponding phasing costs.
Existing Escalator & Stair (Cheek) Wall Remedial Work $122,808.00
Remove all non-structural material from the tops of the concrete wall at the stair and escalator wall entrance to the Lexington Market Metro Station. The wall adjacent to the escalator shall be reconstructed with cast-in-place concrete, formwork and reinforced to restore the tops of the wall to their respective slopes and elevations before demolition. A glass panel wall was designed to sit atop existing structures. Upon investigating the structural integrity of the existing wall, it was decided that the structures were not strong enough to handle the loads of the new glass panel wall and revisions to the existing wall were designed and constructed.
Repainting of All Structural Steel & Light Fixtures $ 73,885.00
Clean and paint (“Camden” or dark green) the steel members of the tensile membrane structures which include the vertical steel support masts, all horizontal steel members and the proposed light fixtures within the structures. Facilities Engineering directed a color change after the steel had been fabricated and painted.
ITEM: 3-C-MOD (Continued) BPW – 04/21/10
Interim Bid Quantity Adjustment $ 97,705.28
The estimated quantities are adjusted to reflect actual quantities used in the contract. The bid quantities are estimates from the design drawings. The bid quantity adjustments reflect actual field measured quantities which take into account unforeseen conditions found during construction.
AMOUNT: $251,903.28
ORIGINAL CONTRACT AMOUNT: $3,930,506.00
REVISED CONTRACT AMOUNT: $4,182,409.28
PERCENTAGE INCREASE: 6.4%
ORIGINAL MBE PARTICIPATION 25%
TERM: 424 Calendar Days (Original)
115 Calendar Days (CO No.1)
FUND SOURCE: 100% Special Funds Budgeted to MTA
APPROPRIATION CODE: J05H0105
MD TAX CLEARANCE: 10-3504-0110
RESIDENT BUSINESS: Yes
BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION\
ITEM: 3-C-MOD (Continued) BPW – 04/21/10
ATTACHMENT I
Amount Term BPW/DCAR Reason
Date
Original Contract $3,930,506.00 424 Calendar Days 2/27/08
Modification #1 $251,903.28 115 Calendar Days 4/21/10 As stated in agenda
Item.
Revised Amount $4,182,409.28
W. Stanley Lane – 410-767-3355 BPW -- 04/21/10
slane1@
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
ARCHITECTURAL/ENGINEERING SERVICES
ITEM: 4-AE
MARYLAND TRANSIT ADMINISTRATION
CONTRACT IDS: MTA-1199 A, B & C
On-Call Structural Engineering Services
ADPICS NOS. TMTA1199A, TMTA1199B,
TMTA1199C
CONTRACT DESCRIPTION: These are three (3) of six (6) task order contracts that will provide structural engineering support services to the MTA’s Track and Structural Preservation Engineering Division.
PROCUREMENT METHOD: Maryland Architectural and Engineering
Services Act; recommendation approved by the
Transportation Professional Services Selection
Board on April 1, 2010.
AWARDS:
Gannett Fleming, Inc./KCI Technologies, Contract A
Inc. – Joint Venture
Baltimore, MD
Rummel, Klepper & Kahl, LLP Contract B
Baltimore, MD
The Wilson T. Ballard Company Contract C
Owings Mills, MD
TERM: Five (5) Years (ending April 2015)
AMOUNTS: $5,000,000.00 each
PROPOSALS:
Technical Proposal Technical NTE
Rating (Max=1740) Ranking Price
Gannett Fleming, Inc./KCI Technologies, 763 1 $5,000,000.00
Inc. – Joint Venture Contract A
Baltimore, MD
Rummel, Klepper & Kahl, LLP 752 2 $5,000,000.00
Baltimore, MD Contract B
ITEM: 4-AE (Continued) BPW -- 04/21/10
PROPOSALS: (Cont.)
Technical Proposal Technical NTE
Rating (Max=1740) Ranking Price
The Wilson T. Ballard Company 723 3 $5,000,000.00
Owings Mills, MD Contract C
Jacobs Engineering Group, Inc./Greenhorne 714 4 Contract D
& O’Mara, Inc. – Joint Venture
Baltimore, MD
Whitney Bailey Cox & Magnani, LLC/ 702 5 Contract E
AECOM USA, Inc. – Joint Venture
Baltimore, MD
Wallace Montgomery & Associates, LLP 694 6 Contract F
Towson, MD
URS Corporation 682 7 N/A
Hunt Valley, MD
Whitman, Requardt & Associates, LLP 668 8 N/A
Baltimore, MD
STV Incorporated 666 9 N/A
Baltimore, MD
Johnson, Mirmiran & Thompson 650 10 N/A
Baltimore, MD
DBE PARTICIPATION: 25%
PERFORMANCE SECURITY: N/A
REMARKS: The Solicitation was advertised in The Daily Record, eMaryland Marketplace, and on the SHA and MTA Web Sites. A total of ten (10) engineering consultant firms were sent Request for Proposals for these services. All are Maryland firms. Ten (10) technical proposals were received.
The Consultants will perform structural engineering services for a variety of projects related to light rail, heavy rail, commuter rail and bus facilities. Project tasks may include, but are not limited to the following: assessing the performance of certain MTA facilities to determine if modifications or rehabilitation/repairs are necessary; design of facility modifications, including alterations; improvements and rehabilitation of aerial structures; bridges; buildings and other miscellaneous work; performing in-depth inspection and evaluation of existing structures; preparation of reports and recommendations for related services such as schedules review; field inspection; testing of concrete, soils, aggregate, etc.; field inspection of aerial structure/bridges; and provide data required for computerized inventory program and updating data base and other related services as required.
ITEM: 4-AE (Continued) BPW -- 04/21/10
This contract includes a provision authorizing an extension for a reasonable, limited, and defined time to spend funds remaining on the contract as provided in Board Advisory 1995-1.
FUND SOURCE: Federal and Special Funds Budgeted to MTA
APPROPRIATION CODE: J05H0105
RESIDENT BUSINESSES: Yes
MD TAX CLEARANCE: Gannett Fleming, Inc./KCI 10-3365-1111
Technologies, Inc. – J.V.
Rummel, Klepper & Kahl, LLP 10-3803-1111
The Wilson T. Ballard Company 10-3804-0111
BOARD OF PUBLIC WORKS ACTION – THE ABOVE-REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
Robert P. Gay 410-545-0433 BPW -- 04/21/10
rgay@sha.state.md.us
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
ARCHITECTURAL/ENGINEERING SERVICES
ITEM: 5-AE
STATE HIGHWAY ADMINISTRATION
CONTRACT ID: BCS 2008-13 A
Traffic Engineering Services, District 3
ADPICS NO.: SBCS0813A
CONTRACT DESCRIPTION: This is one (1) open-end task order contract for Traffic
Engineering Services, District 3.
PROCUREMENT METHOD: Maryland Architectural and Engineering Services Act; recommendation approved by the Transportation Professional Services Selection Board on April 1, 2009.
AWARDS: Greenhorne & O’Mara, Inc
Baltimore, MD
AMOUNT: $1,000,000.00
TERM: Five (5) Years (ending April 1, 2015)
DBE PARTICIPATION: 21%
PROPOSALS:
Technical Proposal Technical NTE
Rating (Max 680) Ranking Price
Greenhorne & O’Mara, Inc. 453 1 $1,000,000.00
Baltimore, MD
A.Morton Thomas 433 2 N/A
Baltimore, MD
Urban Engineers 392 3 N/A
Owings Mills, MD
Wilbur Smith Associates 364 4 N/A
Baltimore, MD
Vanasse, Hangen, Brustlin, Inc 353 5 N/A
Silver Spring, MD
ITEM: 5-AE (Continued) BPW -- 04/21/10
REMARKS: The solicitation was advertised in The Daily Record, eMaryland Market Place and SHA web page. A total of five (5) engineering consultant firms submitted technical proposals for this project, all of which are Maryland firms. The Consultant will perform various traffic engineering studies, traffic engineering design, complete design work or provide back-up engineering expertise for specific problems as applicable for each project assignment, all in connection with the project.
This contract includes a provision authorizing an extension for a reasonable, limited and defined time to spend funds remaining on the contract as provided in Board Advisory 1995-1.
FUND SOURCE: Federal and Special Funds budgeted to SHA
APPROPRIATION CODE: B0101
MD TAX CLEARANCE: 10-3929-1111
RESIDENT BUSINESS: Yes
______
BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
Robert P. Gay 410-545-0433 BPW – 04/21/10
rgay@sha.state.md.us
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
ARCHITECTURAL/ENGINEERING SERVICES
ITEM: 6-AE
STATE HIGHWAY ADMINISTRATION
CONTRACT ID: BCS 2009-03 A, F & J
Bridge Design Services, Statewide
ADPICS NOS. SBCS0903A; SBCS0903F
&SBCS0903J
CONTRACT DESCRIPTION: These are three (3) of ten (10) open-end contracts to provide
various engineering and design services for bridges and incidental structures, Statewide. Project
assignments will be for State, County and local jurisdiction bridges.
PROCUREMENT METHOD: Maryland Architectural and Engineering Services Act; recommendation approved by the Transportation Professional Services Selection Board on April 1, 2010.
AWARD:
Wallace, Montgomery & Associates, LLP Contract A
Towson, Maryland
KCI Technologies, Inc. /
Gannett Fleming, Inc. Contract F
Sparks, Maryland
Nolan Associates, Inc. Contract J
Ellicott City, Maryland
AMOUNT: $4,000,000.00
TERM: Five (5) Years (ending April 1, 2015)
DBE PARTICIPATION: 25%
PROPOSALS: Technical Proposal Technical NTE
Rating (Max 710) Ranking Price
Wallace, Montgomery & Associates, LLP 505 1 $4,000,000.00
Towson, MD
Johnson, Mirmiran & Thompson, Inc. 504 2 Contract B
Sparks, MD
ITEM: 6-AE (Continued) BPW – 04/21/10
PROPOSALS: Technical Proposal Technical NTE
Rating (Max 710) Ranking Price
Rummel, Klepper & Kahl, LLP 478 3 Contract C
Baltimore, MD
Whitman, Requardt & Associates, LLP 477 4 Contract D
Baltimore, MD
The Wilson T. Ballard Company 455 5 Contract E
Owings Mills, MD
KCI Technologies, Inc./
Gannett Fleming, Inc. 453 6 $4,000,000.00
Sparks, MD
Whitney, Bailey, Cox & Magnani, LLC /
AECOM USA, Inc. 447 7 Contract G
Baltimore, MD
Brudis & Associates, Inc. 444 8 Contract H
Columbia, MD
URS Corporation 442 9 Contract I
Hunt Valley, MD
Nolan Associates, Inc. 437 10 $4,000,000.00
Ellicott City, MD
Greenhorne & O’Mara, Inc. 433 11 N/A
Laurel, MD
Michael Baker Jr. Inc. /
Kennedy, Porter & Associates, Inc. 428 12 N/A
Linthicum, MD
Century Engineering, Inc. 428 13 N/A
Hunt Valley, MD
Jacobs Engineering Group, Inc./
Wilbur Smith Associates 421 14 N/A
Baltimore, MD
STV Incorporated/PB Americas, Inc. 418 15 N/A
Baltimore, MD
T.Y. Lin International 398 16 N/A
Alexandria, VA
ITEM: 6-AE (Continued) BPW – 04/21/10
PROPOSALS: Technical Proposal Technical NTE
Rating (Max 710) Ranking Price
TranSystems 395 17 N/A
Langhorne, PA
Dewberry & Davis LLC 395 18 N/A
Baltimore, MD
REMARKS: The Solicitation was advertised in The Daily Record, eMaryland Marketplace and SHA Web Page. A total of eighteen (18) engineering consultant firms submitted technical proposals for this project, sixteen (16) of which are Maryland firms.
The Consultant shall perform all facets of engineering and design services as it relates to the design of
new bridges and/or modification/rehabilitation of existing bridges and incidental structures;
development and review of designs, details and contract documents which may include structures,
approach roadway work, traffic control plans, lighting and signalization. The scope of work may
include new or replacement structures, deck replacement on bridges, box culverts, retaining walls,
moveable bridges and bridge widening.
This contract includes a provision authorizing an extension for a reasonable, limited and defined time to spend funds remaining on the contract as provided in Board Advisory 1995-1.
FUND SOURCE: Federal and Special Funds budgeted to SHA
APPROPRIATION CODE: B0101
MD TAX CLEARANCE: Wallace, Montgomery & Associates, LLP 10-3895-1111 KCI Technologies, Inc. /
Gannett Fleming, Inc. 10-3897-0001
Nolan Associates, Inc. 10-3896-0111
RESIDENT BUSINESSES: Yes
BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
Robert P. Gay 410-545-0433 BPW -- 04/21/10
rgay@sha.state.md.us
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
ARCHITECTURAL/ENGINEERING SERVICES
ITEM: 7-AE
STATE HIGHWAY ADMINISTRATION
CONTRACT ID: BCS 2009-05 B
Underwater Bridge inspection Services
ADPICS NO.: SBCS0905B
CONTRACT DESCRIPTION: This is the last of three (3) open-end task order contracts for
underwater bridge inspection and evaluation services for the Structures Inspection and Preservation
Division.
PROCUREMENT METHOD: Maryland Architectural and Engineering Services Act; recommendation approved by the Transportation Professional Services Selection Board on April 1, 2010.
AWARD: The LPA Group Incorporated/
Alpha Corporation
Owings Mills, MD
AMOUNT: $1,000,000.00
TERM: Five (5) Years (ending April 1, 2015)
DBE PARTICIPATION: 25%
PROPOSALS:
Technical Proposal Technical NTE
Rating (Max 660) Ranking Price
Northeast Engineering, Inc. 482 1 Contract A
Baltimore, Maryland BPW Approval
1/20/10
The LPA Group, Inc./
Alpha Corporation 477 2 $1,000,000.00
Baltimore, Maryland
URS Corporation 476 3 Contract C
Hunt Valley, Maryland BPW Approval
1/20/10
STV Incorporated 467 4 N/A
Baltimore, MD
ITEM: 7-AE (Continued) BPW -- 04/21/10
Technical Proposal Technical NTE
Rating (Max 660) Ranking Price
Wallace, Montgomery & Associates, LLP 466 5 N/A
Towson, MD
Whitman, Requardt & Associates, LLP 457 6 N/A
Baltimore, MD
KCI Technologies, Inc. 453 7 N/A
Hunt Valley, MD
Stearns Engineering Company, P.A. 398 8 N/A
Rockville, MD
REMARKS: The Solicitation was advertised in The Daily Record, eMaryland Market Place and
SHA web page. A total of eight (8) engineering consultant firms submitted Technical Proposals for this project, all of which are Maryland firms.
The Consultant shall provide the required underwater inspection personnel and perform routine and/or emergency underwater inspection and analysis services of substructure and foundation elements of designated bridges, statewide.
The goal established for this contract was 20%. The contractor is exceeding the goal by 5%.
This contract includes a provision authorizing an extension for a reasonable, limited and defined time to spend funds remaining on the contract as provided in Board Advisory 1995-1.
FUND SOURCE: Federal and Special Funds Budgeted to SHA
APPROPRIATION CODE: B0101
MD TAX CLEARANCE: 10-4001-1111
RESIDENT BUSINESSES: Yes
_____
BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
Robert P. Gay 410-545-0433 BPW – 04/21/10
rgay@sha.state.md.us
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
ARCHITECTURAL/ENGINEERING SERVICES
ITEM: 8-AE
STATE HIGHWAY ADMINISTRATION
CONTRACT ID: BCS 2007-13 A
Architectural and Engineering Services for
the Office of Maintenance, Statewide
ADPICS NO.: SBCS0713A
CONTRACT DESCRIPTION: This is the second of the three (3) open - end task order
contracts to provide Architectural and Engineering Services for the Office of Maintenance, Statewide.
PROCUREMENT METHOD: Maryland Architectural and Engineering Services Act; recommendation approved by the Transportation Professional Services Selection Board on April 1, 2010.
AWARD: Johnson, Mirmiran & Thompson, Inc./
Hord Coplan Macht
Sparks, Maryland
AMOUNT: $6,000,000.00
TERM: Five (5) Years (ending April 1, 2015)
MBE PARTICIPATION: 25%
PROPOSALS: Technical Proposal Technical NTE
Rating (Max 760) Ranking Price
Johnson, Mirmiran & Thompson, Inc./
Hord Coplan Macht 525 1 $6,000,000.00
Sparks, Maryland
URS Corporation 486 2 Contract B
Hunt Valley, Maryland BPW Approval
2/24/10
Whitman, Requardt and Associates, LLP 478 3 Contract C
Baltimore, Maryland
Whitney, Bailey, Cox & Magnani, LLC 468 4 N/A
Baltimore, Maryland
ITEM: 8-AE (Continued) BPW – 04/21/10
PROPOSALS: Technical Proposal Technical NTE
Rating (Max 760) Ranking Price
AS Architects, Inc. 434 5 N/A
Linthicum, Maryland
ATI, Inc. 430 6 N/A
Columbia, Maryland
Gaudreau, Inc. 285 7 N/A
Baltimore, Maryland
REMARKS: The Solicitation was advertised in The Daily Record, eMaryland Marketplace and SHA Web Page. A total of seven (7) engineering consultant firms submitted technical proposals for this project, all of which are Maryland firms.
The Consultant shall perform architectural, civil, mechanical, environmental and electrical engineering
design services for preparation of plans, specifications and estimates for advertisement and construction
of various SHA facility projects. The Consultant shall be responsible for shop drawing review and post
award services.
This contract includes a provision authorizing an extension for a reasonable, limited and defined time to spend funds remaining on the contract as provided in Board Advisory 1995-1.
FUND SOURCE: 100% Special Funds Budgeted to SHA
APPROPRIATION CODE: B0101
MD TAX CLEARANCE: 10-3610-1111
RESIDENT BUSINESS: Yes
BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
Robert P. Gay 410-545-0433 BPW –- 04/21/10
rgay@sha.state.md.us
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
MAINTENANCE CONTRACT
ITEM: 9-M
STATE HIGHWAY ADMINISTRATION
CONTRACT ID: MO2496114
Landscape & Turf Maintenance at Various Locations in Montgomery County
ADPICS NO. MO2496114
CONTRACT DESCRIPTION: This Contract consists of landscape & turf maintenance at various locations in Montgomery County.
AWARD: The Kalika Construction Group USA, LLC
Towson, MD
AMOUNT: $439,138.00 NTE
TERM OF CONTRACT: May 3, 2010 through October 30, 2012
PROCUREMENT METHOD: Competitive Sealed Bidding
(Small Business Reserve)
BIDS:
The Kalika Construction Group $439,138.00
USA, LLC
Towson, MD
Poole Landscaping, Inc. $442,896.00
Frederick, MD
Lorenz Lawn & Landscape $779,496.00
Baltimore, MD
MBE PARTICIPATION: 0% (single element of work)
PERFORMANCE SECURITY: None
REMARKS: The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page. Two-hundred forty five (245) contractors were notified for this project on eMaryland Marketplace; Forty two (42) of which were MDOT Certified MBE’s.
All bids are a result of Contractor submitted unit prices or labor rates extended by SHA estimated quantities.
ITEM: 9-M (Continued) BPW – 04/21/10
100% of the work will be performed by a Certified Small Business Enterprise
FUND SOURCE: 100% Special Funds Budgeted to SHA
APPROPRIATION CODE: J02B0102
RESIDENT BUSINESS: Yes
MD TAX CLEARANCE: 10-3616-0111
__________________________________________________________________________________
BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
Robert P. Gay 410-545-0433 BPW – 04/21/10 rgay@sha.state.md.us
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
MAINTENANCE CONTRACT
ITEM: 10-M
STATE HIGHWAY ADMINISTRATION
CONTRACT ID: 5492A51411SB
Providing Highway Maintenance Contract Support for the Administration’s Annapolis Shop Located in Anne Arundel County
ADPICS NO. 5492A51411
CONTRACT DESCRIPTION: This Contract consists of providing highway maintenance contract support for the SHA’s Annapolis Shop located in Anne Arundel County.
AWARD: Thomas Jones / Contractor, Inc.
Fort Washington, MD
AMOUNT: $661,700.00 NTE
TERM OF CONTRACT: May 3, 2010 through December 31, 2011
PROCUREMENT METHOD: Competitive Sealed Bidding
(Small Business Reserve)
BIDS:
Thomas Jones / Contractor, Inc. $661,700.00
Fort Washington, MD
Earn Contractors $673,140.00
Gaithersburg, MD
Colossal Contractors, Inc. $676,900.00
Burtonsville, MD
Green Thumb Landscaping, Inc. $742,000.00
Columbia, MD
H. F. Huber & Son, Inc. $746,336.00
Reisterstown, MD
Kinion, LLC $809,600.00
Columbia, MD
ITEM: 10-M (Continued) BPW – 04/21/10
MBE PARTICIPATION: 100%
PERFORMANCE SECURITY: None
REMARKS: The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page. Sixty-five (65) contractors were notified for this project on eMaryland Marketplace; Four (4) of which were MDOT Certified MBE’s.
All bids are a result of Contractor submitted unit prices or labor rates extended by SHA estimated quantities.
The MBE Goal for this contract was established at 15%. The contractor has exceeded that goal and 100% of the work will be performed by a Certified Minority Business Enterprise / Small Business Enterprise.
FUND SOURCE: 100% Special Funds Budgeted to SHA
APPROPRIATION CODE: J02B0102
RESIDENT BUSINESS: Yes
MD TAX CLEARANCE: 10-3906-0111
__________________________________________________________________________________
BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
Robert P. Gay 410-545-0433 BPW – 04/21/10 rgay@sha.state.md.us
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
MAINTENANCE CONTRACT
ITEM: 11-M
STATE HIGHWAY ADMINISTRATION
CONTRACT ID: 5492G51411
Providing Highway Maintenance Contract Support for the Administration’s Glen Burnie Shop located in Northern Anne Arundel County
ADPICS NO. 5492G51411
CONTRACT DESCRIPTION: This Contract consists of providing highway maintenance contract support for the administration’s Glen Burnie shop located in Northern Anne Arundel County.
AWARD: E.A.R.N Contractors, Inc.
Gaithersburg, MD
AMOUNT: $808,840.00
TERM OF CONTRACT: May 3, 2010 through December 31, 2011
PROCUREMENT METHOD: Competitive Sealed Bidding
(Small Business Reserve)
BIDS:
E.A.R.N Contractors, Inc. $808,840.00
Gaithersburg, MD
Colossal Contractors, Inc. $814,680.00
Burtonsville, MD
H. F. Huber & Son, Inc. $817,336.00
Reisterstown, MD
Thomas Jones / Contractor, Inc $817,600.00
Fort Washington, MD
Abacus Corporation $888,264.00
Baltimore, MD
System Development Maintenance $928,560.00
& Construction, Inc.
Rosedale, MD
ITEM: 11-M (Continued) BPW – 04/21/10
Green Thumb Landscaping, Inc. $934,400.00
Columbia, MD
Consolidated Services, Inc. $936,600.00
Abingdon, MD
Kinion, LLC $990,240.00
Columbia, MD
Brawner Builders, Inc. $2,624,000.00
Hunt Valley, MD
MBE PARTICIPATION: 15%
PERFORMANCE SECURITY: None
REMARKS: The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page. Sixty-five (65) contractors were notified for this project on eMaryland Marketplace; Four (4) of which were MDOT Certified MBE’s.
All bids are a result of Contractor submitted unit prices or labor rates extended by SHA estimated quantities.
100% of the work will be performed by a Certified Small Business Enterprise.
FUND SOURCE: 100% Special Funds Budgeted to SHA
APPROPRIATION CODE: J02B0102
RESIDENT BUSINESS: Yes
MD TAX CLEARANCE: 10-3686-0111
__________________________________________________________________________________
BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
Robert Gay – 410-545-0433 BPW - 04/21/10
rgay@sha.state.md.us
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
REAL PROPERTY CONVEYANCE
ITEM: 12-RP MMC# 10-2268
STATE HIGHWAY ADMINISTRATION: Located at the intersection of Chesapeake Avenue and Paxton Street, west of US 220, between I-68 and US 40 in Allegany County, MD
EXPLANATION: In accordance with COMAR 14.24.05, approval is requested to dispose of a parcel of land, as described, which is excess to the needs of SHA.
The property to be conveyed consists of + 0.17 acres and is being conveyed at the appraised value to the lone adjoining owner as part of a right of way transaction.
SPECIAL CONDITIONS: None
GRANTOR: State of Maryland, State Highway Administration
GRANTEE: Paul T Carr and Barbara A Carr as tenants by the
entirety
CONSIDERATION: Parcel of land to be conveyed to SHA valued at
$8600
APPRAISED VALUE: Land to be conveyed to SHA
$8,600 Bob Moore, staff appraiser.
Reviewed and approved by Harry Bowman, Review Appraiser
Land to be conveyed to Grantee
$8,600 Kent Kesecker, fee appraiser. Reviewed and Approved by Harry Bowman, Review Appraiser
REMARKS: Approval of conveyance is requested in accordance with the Section 8-309 F(1) (i)of the Transportation Article, Annotated Code of Maryland.
SHA needed to acquire property appraised at $8,600 from Mr. and Mrs. Paul Carr as part of the MD 135B road project. In lieu of financial compensation, the SHA, subject to BPW approval, has agreed to convey the subject property also valued at $8,600.
SHA is concurrently requesting permission to dispose and execution of the Deed.
The Deed has been forwarded to the Executive Secretary, Board of Public Works for execution.
_________________________________________________________________________________
BOARD OF PUBLIC WORKS ACTION - THE ABOVE-REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
Robert Gay – 410-545-0433 BPW -- 04/21/10 Rgay@sha.state.md.us
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
REAL PROPERTY CONVEYANCE
ITEM: 13-RP MMC#10-2269
STATE HIGHWAY ADMINISTRATION: This property is located on the south side of Queens Point Rd. @ Chesapeake Ave. East in McCoole, Allegany County Maryland
EXPLANATION: In accordance with COMAR 14.24.05, approval is requested to dispose of a parcel of land, as described which is excess to the needs of the State Highway Administration.
The property to be conveyed consists of + 0.3071 acres in fee to Allegany County Sanitary District, Inc.
SPECIAL CONDITIONS: None
GRANTOR: State of Maryland, State Highway
Administration
GRANTEE: Allegany County Sanitary District, Inc.
CONSIDERATION: Parcel of land to be conveyed to SHA valued at $10,500
APPRAISED VALUE: Land to be conveyed to SHA
$10,500 Kent Kesecker, fee appraiser. Reviewed and Approved by Harry Bowman, Review Appraiser
Land to be conveyed to Grantee
$17,250 Terrence Ellsworth, staff appraiser. Reviewed and Approved by Harry Bowman, Review Appraiser
REMARKS: For the Keyser-McCoole Bridge project on US 220 over Potomac, SHA needed to
acquire a .078+ acre parcel of land that contained an Allegany County Sanitary District sewage pumping
station. In lieu of financial compensation, it was agreed subject to BPW approval, that SHA would
convey the nearby subject 0.3071+ acre parcel to the Sanitary District. This parcel which is in close
proximity, would allow a new pumping station to reconnect to the existing sewage infrastructure.
Typically when land is used as reimbursement, SHA or the Grantee would be required to provide
compensation for differences in the appraised values. However, since the bridge project was causing the
acquisition and relocation of the public utility, SHA determined that the differences in the value of the
two (2) properties would be viewed as a fair and reasonable administrative settlement.
Approval of conveyance is requested in accordance with Section 8-309 of the Transportation Article,
Annotated Code of Maryland.
ITEM: 13-RP (Continued) BPW – 04/21/10
SHA is currently requesting permission to dispose and execution of the deed.
The deed has been forwarded to the Executive Secretary, Board of Public Works for execution.
BOARD OF PUBLIC WORKS ACTION - THE ABOVE-REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
Suzette Moore - (410) 859-7792 BPW - 04/21/10
smoore2@
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
GENERAL/MISCELLANEOUS:
ITEM: 14-GM
MARYLAND AVIATION ADMINISTRATION:
CONTRACT ID SAA-LC-29
Supplement No. 5
NATURE OF REQUEST: Modification to lease agreement to establish, operate and maintain an On-Airport Hotel at BWI Marshall Airport, to reestablish counter space by the Hotel in the Airport terminal building.
CONTRACTOR: Four Points Sheraton BWI Airport
BWI Marshall Airport, Maryland
REVENUE: In addition to the rental rates and concession fees that are set forth in the Contract, Contractor shall pay the rate for retail shop space as set forth in BWI Tenant Directive 401.1 for the assigned counter areas. The current rental rate as set forth in the Tenant Directive for retail space is $109.00 per square foot per annum. The actual square footage of the counter space will be established upon approval of the Contractor’s design plans by the Administration.
DURATION: Commencing May 1, 2010, for the duration of the contract term; through November 30, 2013.
DBE PARTICIPATION: None
REMARKS: Contractor had been assigned counter space in the Airport Terminal Building to serve the travelling public by way of a Supplement No. 3 to the Contract. However, contractor relinquished its counter space at BWI Marshall effective March 1, 1998, by way of a letter dated January 29, 1998, which Administration acknowledged and confirmed by a letter dated April 1, 1998. Contractor wishes to reestablish its counter space, now with two (2) sites, to better serve the travelling public.
MD TAX CLEARANCE: 10-3541-1111
RESIDENT BUSINESS: Yes
BOARD OF PUBLIC WORKS ACTION - THE ABOVE-REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
Suzette Moore - (410) 859-7792 BPW -- 04/21/10
smoore2@
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
GENERAL/MISCELLANEOUS:
ITEM: 15-GM-MOD
MARYLAND AVIATION ADMINISTRATION:
CONTRACT ID: MAA-LC-03-007
Supplement No. 2
NATURE OF REQUEST: Request to 1) ratify MAA’s lease and concession contract extension from October 6, 2008 until May 5, 2010; and 2) approve the lease and concession contract extension for an additional 6 months until November 4, 2010. This is a lease and concession agreement to operate a scheduled shared ride ground transportation service between BWI Marshall and specific locations in Maryland, the District of Columbia and Northern Virginia.
CONTRACTOR: Shuttle Express, Inc. d/b/a
Super Shuttle Baltimore
BWI Airport, Maryland 21240
ORIGINAL CONTRACT APPROVED: DOT Item 06-GM (05/05/2004)
ORIGINAL TERM: May 6, 2004– May 5, 2008 (four-year initial term plus option by MAA to extend contract for an additional four year renewal term. MAA elected not to extend for the additional four year term)
MODIFIED TERM: May 6, 2008–May 5, 2010 (retroactive)
May 6, 2010 –November 5, 2010 (MAA may terminate upon 30 days written notice)
REVENUE: 15% of gross revenues derived from concessionaire’s operations originating at the Airport. Based on twelve (12) months recent revenues to MAA (i.e., March 2009-February 2010) of $887,889, it is estimated that revenues for the six (6) month extension period will exceed $440,000. In addition, concessionaire leases two office areas in the terminal building that would account for an additional $33,463 in revenue to the State for the six (6) month extension period.
DBE PARTICIPATION: 15%
REMARKS: Through this Lease and Concession agreement, MAA permits the Concessionaire to use State property to operate shared-ride ground transportation services between BWI Marshall and specific locations in Maryland, the District of Columbia and Virginia. This type of revenue-producing contract at a transportation facility is exempt from the State Procurement Law. See State Finance and Procurement Article, Section 11-202(3); COMAR 21.01.03.03.B(1)(d). However, the agreement must be approved by the Board of Public Works because the agreement constitutes a disposal of State property under State Finance and Procurement Article, Section 10-305.
ITEM: 15-GM-MOD (continued) BPW -- 04/21/10
When the term as approved by the Board expired on May 5, 2008, MAA should have sought Board approval to extend the lease and concession agreement. Instead, MAA extended it without Board approval. Consequently, MAA now recommends that the Board ratify MAA’s extension through May 5, 2010.
A solicitation for the scheduled shared ride ground transportation service was issued January 15, 2009 with initial technical information due from Bidders on March 4, 2009. MAA received a letter styled as a bid protest, for which it prepared a response rejecting bidder’s claims. No appeal was taken to the Circuit Court. The evaluation process to award a contract to a selected bidder has begun and is still ongoing. It is expected that award of a contract will be made within the next few months. Therefore, it is MAA’s desire to extend the current lease and concession contract term, commencing May 6, 2010 for six months, until November 5, 2010. MAA may terminate this extension upon thirty days’ notice. MAA expects the new contract award will occur during the six (6) months’ extension.
MD TAX CLEARANCE: 10-3932-0001
RESIDENT BUSINESS: Yes
BOARD OF PUBLIC WORKS ACTION - THE ABOVE-REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
................
................
In order to avoid copyright disputes, this page is only a partial summary.
To fulfill the demand for quickly locating and searching documents.
It is intelligent file search solution for home and business.