Joseph Nessel - (410) 859-7726



Suzette Moore- (410) 859-7792 BPW - 09/22/10

smoore2@

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

CONSTRUCTION CONTRACT:

ITEM: 1-C

MARYLAND AVIATION ADMINISTRATION:

CONTRACT ID: MAA-CO-10-004

Sanitary Sewer Pipe Replacement at Baggage Claim

No. 10 at BWI Marshall Airport

ADPICS NO. MAACO10004

CONTRACT DESCRIPTION: This contract provides for removal and installation of a new

six-inch sanitary sewer line. Work includes excavation, backfill pavement repairs, piping repairs,

maintenance of traffic, temporary pumping bypass of sanitary sewage, and testing and acceptance of

sanitary piping systems.

AWARD: Baltimore Contractors, Inc. Baltimore, MD

TERM OF CONTRACT: 120 Calendar Days

AMOUNT: $255,366.00

PROCUREMENT METHOD: Competitive Sealed Bidding

BIDS:

Baltimore Contractors, Inc. $255,366.00

Baltimore, MD

Stella May Contracting, Inc. $260,855.74

Edgewood, MD

Certified Maintenance Company $327,090.00

Huntington, MD

MBE PARTICPATION: 24%

PERFORMANCE SECURITY: Performance and Payment Bonds at 100% of

Contract Amount Exists

REMARKS: The Engineer’s Estimate was $357,672.00. The work is required due to the failure of

the existing cast iron sewer pipe laid in 1948.

ITEM: 1-C (Continued) BPW- 09/22/10

This Solicitation was advertised on eMarylandMarketplace and the MAA Website. A total of eleven

(11) sets of specifications were sold and three (3) bids received.

A protest was received on February 22, 2010. The protest was denied on April 7, 2010. The protester

submitted an appeal to the MSBCA on April 19, 2010. The MSBCA denied the protest on June 30,

2010.

The MBE goal established for this contract was 16%; however the Contractor will be exceeding the goal by 8%. Baltimore Contractors, Inc. is a Certified Small Business.

FUND SOURCE: 100% Special Funds Budgeted to MAA

APPROPRIATION CODE: J0610002

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-5152-1111

________________________________________________________________________________

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APPROVED DISAPPROVED DEFERRED WITHDRAWN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 – 09/22/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

CONTRACT MODIFICATION: (Construction)

ITEM: 2-C-MOD

STATE HIGHWAY ADMINISTRATION:

CONTRACT ID: AT6155129

Construction of a New Office of Materials and Technology Consolidated Laboratory and Office of Construction Facility in Anne Arundel County

ADPICS NO. AT6155129

CONTRACT APPROVED: Item 6-C, DOT Agenda 4/19/06

ORIGINAL PROCUREMENT METHOD: Competitive Sealed Proposal

CONTRACTOR: Forrester Construction Company

Rockville, MD

MODIFICATION: Modification No. 2 provides funding to compensate the Contractor for additional electrical and plumbing work, asphalt index increase, revised fog system for moisture room, purchase of additional humidifier canisters and lab dishwasher requested by SHA.

AMOUNT: $77,726.08

ORIGINAL CONTRACT AMOUNT: $24,881,696.00

REVISED CONTRACT AMOUNT: $25,236,414.08

PERCENTAGE INCREASE: 0.31% (Modification No. 3)

1.43% (Overall)

ORIGINAL TERM: 5/1/06 - 3/1/08

MBE PARTICIPATION: 25%

REMARKS: This is an ongoing construction project; therefore the contract completion date has not

been modified, as any liquidated damages that are ultimately assessed would begin on the original

contract completion date. SHA has been negotiating with the Contractor to resolve issues related to the

HVAC performance requirements specified in the RFP as related to humidity levels, air temperatures

and air balancing. The American Society for Testing and Materials requires adherence to these specifications.

ITEM: 2-C-MOD (Continued) BPW – 09/22/10

FUND SOURCE: 100% Special Funds Budgeted to SHA

APPROPRIATION CODE: J02B0101

MD TAX CLEARANCE: 10-5440-1111

RESIDENT BUSINESS: Yes

________________________________________________________________________

BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

|ATTACHMENT I |

| |Amount |Term |BPW |Reason |

| | | |Date | |

|Original Contract |$24,881,696.00 |5/1/06 - 3/1/08 |4/19/06 | |

| | | | | |

|Modification No. 1 |$276,992.00 |5/1/06 – 3/1/08 |12/12/07 |Provide funding for items |

| | | | |required by MDE & requested by |

| | | | |SHA |

|Modification No. 2 |$77,726.08 | 5/1/06 – 3/1/08 |9/22/10 |Provide funding for items |

| | | | |required by SHA. If approved by |

| | | | |the BPW, the contract date will |

| | | | |be adjusted in FMIS for payment |

| | | | |purposes only. The completion |

| | | | |date for contractual purposes is |

| | | | |still 3/1/08 |

|TOTAL |$25,236,414.08 | | | |

Doug Hutcheson (410) 537-7825 BPW – 09/22/10

dhutcheson@mdta.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

ARCHITECTURAL/ENGINEERING SERVICES:

ITEM: 3-AE

MARYLAND TRANSPORTATION AUTHORITY:

CONTRACT ID: MDTA 2010-01 A, B & C

Physical On-Site Condition Inspection of Maryland

Transportation Authority (MDTA) Facilities

DESCRIPTION: These are three (3) task order based contracts, which will provide physical on-site condition inspection of Maryland Transportation Authority facilities over a four (4) year period.

PROCUREMENT METHOD: Maryland and Architectural and Engineering

Services Act; recommendation approved by the

Transportation Professional Services Selection

Board on September 02, 2010

AWARD:

Rummel, Klepper & Kahl, LLP/ Contract A

Modjeski & Masters, Inc.

Baltimore, Maryland

Greenhorne & O’Mara, Inc./ Contract B

Ammann & Whitney

Consulting Engineering, P.C./

Pennoni Associates, Inc., JV

Baltimore, Maryland

Hardesty & Hanover, LLP/ Contract C

AECOM Technical Services, Inc./

Whitman, Requardt & Assocs., LLP, JV

Annapolis, Maryland

TERM: Four (4) years (ending September 2014)

AMOUNT: $15,000,000.00 each

MBE PARTICIPATION: 30%

ITEM: 3-AE (Continued) BPW – 09/22/10

PROPOSALS: Technical Proposal Technical NTE

Rating Rating Price

Rummel, Klepper & Kahl, LLP/ 1,088 1 $15,000,000

Modjeski & Masters, Inc., JV (Contract A)

Baltimore, MD

Greenhorne & O’Mara, Inc./ 1,065 2 $15,000,000

Ammann & Whitney Consulting/ (Contract B)

Engineering, P.C./

Pennoni Associates, JV

Baltimore, MD

Hardesty & Hanover, LLP/ 1,052 3 $15,000,000

AECOM Technical Services, Inc./ (Contract C)

Whitman, Requardt & Associates, LLP, JV

Annapolis, MD

KCI Technologies, Inc./ 1,017 4 N/A

Gannett Fleming, Inc., JV

Hunt Valley, MD

Johnson, Mirmiran & Thompson, Inc./ 1,018 5 N/A

Whitney, Bailey, Cox & Magnani/

Century Engineering, Inc., JV

Sparks, MD

PB Americas/ 994 6 N/A

STV Incorporated, JV

Baltimore, MD

REMARKS: This Solicitation was advertised in The Daily Record and eMaryland Marketplace. A total of six (6) engineering consultant firms submitted technical proposals for this project, all of which are Maryland firms. Price proposals were solicited and received from the top three (3) ranked firms. The three (3) firms that were not selected were debriefed.

The inspections will consist of performing yearly condition inspection of all structures, roadways, drawbridges (2), tunnels and tunnel ventilation buildings, mechanical and electrical systems, drainage structures, toll plazas, buildings, and all other ancillary highway structures. The level of inspection required will vary by year. Typically, hands on inspections, including non-destructive testing (NDT), will be required every two (2) years with visual inspections being performed in the off years. Underwater inspections will be typically performed on a four (4) year cycle. The Consultant will provide maintenance of traffic as required to perform the inspections and miscellaneous design and/or consultation services.

ITEM: 3-AE (Continued) BPW – 09/22/10

The consultants shall perform all services in accordance with the solicitation for the Project. The work areas are: Harry W. Nice Bridge, Thomas J. Hatem Memorial Bridge, William Preston Lane Jr. Memorial Bridge, Baltimore Harbor Tunnel Thruway, Fort McHenry Tunnel, Francis Scott Key Bridge, Seagirt Marine Terminal, Point Breeze, Inter County Connector (ICC) and John F. Kennedy Memorial Highway, Point Breeze Complex and any new facilities the MDTA may acquire or construct in the future.

We further note that in accordance with BPW Advisory No. 1995-01 the original contracts contain a provision authorizing no-cost extensions.

FUND SOURCE: 100% Toll Revenue

APPROPRIATION CODE: 29.10.02.01

MD TAX CLEARANCE: Rummel, Klepper & Kahl, LLP / 10-5048-0001

Modjeski & Masters, Inc. JV

Greenhorne & O’Mara, Inc. / 10-5047-0001

Ammann & Whitney Consulting

Engineers, P.C./ Pennoni Associates, Inc.

Hardesty & Hanover, LLP / 10-5082-0111

AECOM Technical Services, Inc. /

Whitman, Requardt & Associates, LLP

RESIDENT BUSINESSES: Yes

________________________________________________________________________

BOARD OF PUBLIC WORKS ACTION-THE ABOVE-REFERENCE ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

Robert P. Gay 410-545-0433 BPW – 09/22/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

ARCHITECTURAL/ENGINEERING SERVICES

ITEM: 4-AE

STATE HIGHWAY ADMINISTRATION:

CONTRACT ID: BCS 2007-13 C

Architectural and Engineering Services for the

Office of Maintenance, Statewide

ADPICS NO.: SBCS0713C

CONTRACT DESCRIPTION: This is the last of three (3) open-end task order contracts to

provide Architectural and Engineering Services for the Office of Maintenance, Facilities

Management Division, Statewide.

PROCUREMENT METHOD: Maryland Architectural and Engineering Services Act; recommendation approved by the Transportation Professional Services Selection Board on September 2, 2010.

AWARD: Whitman, Requardt and Associates, LLP Baltimore, Maryland

AMOUNT: $6,000,000.00

TERM: Five (5) Years (ending September 1, 2015)

MBE PARTICIPATION: 25%

PROPOSALS: Technical Proposal Technical NTE

Rating (Max 760) Ranking Price

Johnson, Mirmiran & Thompson, Inc./

Hord Coplan Macht 525 1 Contract A

Sparks, Maryland $6,000,000.00

BPW Approval

4/21/10

URS Corporation 486 2 Contract B

Hunt Valley, Maryland $6,000,000.00

BPW Approval

2/24/10

Whitman, Requardt and Associates, LLP 478 3 $6,000,000.00

Baltimore, Maryland (Contract C)

ITEM: 4-AE (Continued) BPW – 09/22/10

PROPOSALS (Cont’d): Technical Proposal Technical NTE

Rating (Max 760) Ranking Price

Whitney, Bailey, Cox & Magnani, LLC 468 4 N/A

Baltimore, Maryland

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: This 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 and 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: 10-5254-1111

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 – 9/22/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

ARCHITECTURAL/ENGINEERING SERVICES

ITEM: 5-AE

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: BCS 2007-18 C & E

Highway Noise Analysis and Sound Barrier Design

Services, Statewide

ADPICS NO(s).: SBCS0718C & SBCS0718E

CONTRACT DESCRIPTION: These are two (2) of six (6) open-end task order contracts to

provide highway noise analysis and sound barrier design services, Statewide, for the Community Design

Division (CDD) of the Office of Highway Development (OHD).

PROCUREMENT METHOD: Maryland Architectural and Engineering Services Act; recommendation approved by the Transportation Professional Services Selection Board on September 2, 2010.

AWARD:

McCormick Taylor, Inc./

AECOM USA, Inc. , JV Contract C

Baltimore, MD

The Wilson T. Ballard Company, Inc. Contract E

Owings Mills, MD

AMOUNT: $2,000,000.00 each

TERM: Five (5) Years (ending September 1, 2015)

MBE PARTICIPATION: 25%

PROPOSALS: Technical Proposal Technical NTE

Rating (Max 500) Ranking Price

Wallace, Montgomery & Associates, LLP 326 1 Contract A

Towson, MD

Johnson, Mirmiran & Thompson, Inc. 322 2 Contract B

Sparks, MD

ITEM: 5-AE (Continued) BPW – 09/22/10

PROPOSALS: Technical Proposal Technical NTE

Rating (Max 500) Ranking Price

McCormick Taylor, Inc. /

AECOM USA, Inc., JV 319 3 $2,000,000.00

Baltimore, MD (Contract C)

Rummel, Klepper & Kahl, LLP 316 4 Contract D

Baltimore, MD

The Wilson T. Ballard Company 312 5 $2,000,000.00

Owings Mills, MD (Contract E)

Whitman, Requardt & Associates, LLP 307 6 Contract F

Baltimore, MD

Century Engineering, Inc. 291 7 N/A

Hunt Valley, MD

URS Corporation 290 8 N/A

Hunt Valley, MD

KCI Technologies, Inc. 285 9 N/A

Sparks, MD

A.D. Marble & Company/

Whitney, Bailey, Cox & Magnani, LLC, JV 272 10 N/A

Owings Mills, MD

Brudis & Associates, Inc. /

Gannett Fleming, Inc., JV 267 11 N/A

Columbia, MD

REMARKS: This Solicitation was advertised in The Daily Record, eMaryland Marketplace and SHA Web Page. A total of eleven (11) engineering consultant firms submitted technical proposals for this project, all of which are Maryland firms.

The Consultant shall perform noise analysis, vibration analysis and sound barrier design services, which

will include, but not be limited to: noise level monitoring, sound barrier analysis and design, structural

engineering, traffic engineering, utility design, drainage design, erosion and sediment control, landscape

architecture design, graphic presentations, report preparation and drafting.

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

ITEM: 5-AE (Continued) BPW – 09/22/10

MD TAX CLEARANCES: McCormick Taylor, Inc./

AECOM USA, Inc. 10-5397-0000 The Wilson T. Ballard Company, Inc. 10-5258-0111

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 – 09/22/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

ARCHITECTURAL/ENGINEERING SERVICES

ITEM: 6-AE

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: BCS 2008-13B

Traffic Engineering Services, Baltimore & Harford

Counties (District 4) Traffic

ADPICS NO: SBCS0813B

CONTRACT DESCRIPTION: This is the second and final open-end task order contract

to provide traffic engineering services for District 4 Traffic.

PROCUREMENT METHOD: Maryland Architectural and Engineering Services Act; recommendation approved by the Transportation Professional Services Selection Board on September 2, 2010.

AWARD: Johnson, Mirmiran & Thompson, Inc.

Baltimore, Maryland

AMOUNT: $1,000,000.00

TERM: Five (5) Years (ending August 1, 2015)

DBE PARTICIPATION: 23%

PROPOSALS:

Technical Proposal Technical NTE

Rating (Max 690) Ranking Price

Johnson, Mirmiran & Thompson, Inc 539 1 $1,000,000.00

Sparks, MD (Contract B)

Wallace, Montgomery and Associates, LLP 538 2 Contract C

Towson, MD $1,000,000.00

BPW Approval

08/11/10

Whitman, Requardt & Associates, LLP 520 3 N/A

Baltimore MD

STV Incorporated 513 4 N/A

Baltimore, MD

ITEM: 6-AE (Continued) BPW – 09/22/10

PROPOSALS (Cont’d):

Technical Proposal Technical NTE

Rating (Max 690) Ranking Price

Century Engineering, Inc. 484 5 N/A

Hunt Valley, MD

PB Americas, Inc. 480 6 N/A

Baltimore, MD

The Traffic Group, Inc. 466 7 N/A

Baltimore, MD

URS Corporation 436 8 N/A

Hunt Valley, MD

The RBA Group 411 9 N/A

Columbia, MD

REMARKS: This Solicitation was advertised in The Daily Record, eMaryland Marketplace and SHA web page. A total of nine (9) engineering consultant firms submitted technical proposals for this project, of which all are Maryland firms.

The Consultant shall perform various traffic engineering studies, analysis, or design services as applicable to

the project assignments made by the District. Services furnished by the Consultant may be for the

accomplishment of the Highway Administration’s Candidate Safety Improvement, Congested Intersection

Improvement, and Quick Action Projects Programs. The Consultant may also be required to provide on

site-support staff.

The goal established for this contract was 21%. The Contractor is exceeding the goal by 2%.

Contract A is for traffic engineering services in District 3, which was approved by BPW on 4/21/10 in the amount of $1,000,000.00.

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: 10-4321-1111

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 – 09/22/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

ARCHITECTURAL/ENGINEERING SERVICES

ITEM: 7-AE

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: BCS 2009-03 B

Bridge Design Services, Statewide

ADPICS NO: SBCS0903B

CONTRACT DESCRIPTION: This is last 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 September 2, 2010.

AWARD: Johnson, Mirmiran & Thompson, Inc.

Sparks, Maryland

AMOUNT: $4,000,000.00

TERM: Five (5) Years (ending September 1, 2015)

MBE PARTICIPATION: 25%

PROPOSALS: Technical Proposal Technical NTE

Rating (Max 710) Ranking Price

Wallace, Montgomery & Associates, LLP 505 1 Contract A

Towson, MD $4,000,000.00

BPW Approval

04/21/10

Johnson, Mirmiran & Thompson, Inc. 504 2 $4,000,000.00

Sparks, MD (Contract B)

Rummel, Klepper & Kahl, LLP 478 3 Contract C

Baltimore, MD $4,000,000.00

BPW Approval

07/07/10

ITEM: 7-AE (Continued) BPW – 09/22/10

PROPOSALS (Cont’d): Technical Proposal Technical NTE

Rating (Max 710) Ranking Price

Whitman, Requardt & Associates, LLP 477 4 Contract D

Baltimore, MD $4,000,000.00

BPW Approval

07/28/10

The Wilson T. Ballard Company 455 5 Contract E

Owings Mills, MD $4,000,000.00

BPW Approval

07/07/10

KCI Technologies, Inc./

Gannett Fleming, Inc. 453 6 Contract F

Sparks, MD $4,000,000.00

BPW Approval

04/21/10

Whitney, Bailey, Cox & Magnani, LLC /

AECOM USA, Inc. 447 7 Contract G

Baltimore, MD $4,000,000.00

BPW Approval

05/19/10

Brudis & Associates, Inc. 444 8 Contract H

Columbia, MD $4,000,000.00

BPW Approval

05/19/10

URS Corporation 442 9 Contract I

Hunt Valley, MD $4,000,000.00

BPW Approval

08/11/10

Nolan Associates, Inc. 437 10 Contract J

Ellicott City, MD $4,000,000.00

BPW Approval

04/21/10

Greenhorne & O’Mara, Inc. 433 11 N/A

Laurel, MD

Michael Baker Jr. Inc. /

Kennedy, Porter & Associates, Inc. 428 12 N/A

Linthicum, MD

ITEM: 7-AE (Continued) BPW – 09/22/10

PROPOSALS (Cont’d): Technical Proposal Technical NTE

Rating (Max 710) Ranking Price

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

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: 10-5196-1111

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 -- 09/22/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

ARCHITECTURAL/ENGINEERING SERVICES

ITEM: 8-AE

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: BCS 2009-11 A & C

Field Survey Services, Statewide

ADPICS NOS.: SBCS0911A & SBCS0911C

CONTRACT DESCRIPTION: These are two (2) of six (6) open-end task order contracts

for field survey services, Statewide.

PROCUREMENT METHOD: Maryland Architectural and Engineering Services Act; recommendation approved by the Transportation Professional Services Selection Board on September 2, 2010.

AWARD:

Wallace, Montgomery & Associates LLP Contract A

Towson, MD

STV Incorporated Contract C

Baltimore, MD

AMOUNT: $2,000,000.00

TERM: Five (5) Years (ending September 1, 2015)

DBE PARTICIPATION: 27%

PROPOSALS:

Technical Proposal Technical NTE

Rating (Max 570) Ranking Price

Wallace, Montgomery & Associates, LLP 386 1 $2,000,000.00

Towson, Maryland (Contract A)

Johnson, Mirmiran & Thompson, Inc. 379 2 Contract B

Sparks, Maryland

STV Incorporated 362 3 $2,000,000.00

Baltimore, Maryland (Contract C)

AB Consultants, Inc. 361 4 Contract D

Baltimore, MD

ITEM: 8-AE (Continued) BPW -- 09/22/10

PROPOSALS (Cont’d):

Technical Proposal Technical NTE

Rating (Max 570) Ranking Price

A. Morton Thomas & Associates, Inc. 359 5 Contract E

Rockville, MD

Whitman, Requardt & Associates, LLP 354 6 Contract F

Baltimore, MD

Dewberry & Davis, LLC 300 7 N/A

Baltimore, MD

The Wilson T. Ballard Company 274 8 N/A

Owings Mills, MD

Greenman-Pedersen, Inc. 265 9 N/A

Annapolis Junction, MD

KCI Technologies, Inc. 262 10 N/A

Sparks, MD

EBA Engineering, Inc./

O’Connell & Lawrence, Inc. 252 11 N/A

Baltimore, MD

Century Engineering, Inc. 250 12 N/A

Hunt Valley, MD

Rummel, Klepper & Kahl, LLP 230 13 N/A

Baltimore, MD

Development Facilitators, Inc. 227 14 N/A

Millersville, MD

URS Corporation 220 15 N/A

Hunt Valley, MD

Whitney, Bailey, Cox & Magnani, LLC 219 16 N/A

Baltimore, MD

Loiederman Soltesz Associates, Inc. 212 17 N/A

Rockville, MD

Triad Engineering, Inc. 194 18 N/A

Hagerstown, MD

ITEM: 8-AE (Continued) BPW -- 09/22/10

REMARKS: This Solicitation was advertised in The Daily Record, eMaryland Market Place and SHA web page. A total of eighteen (18) engineering consultant firms submitted Technical Proposals for this project, all of which are Maryland firms.

The Consultants shall provide various field survey services, statewide, for each 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: Wallace, Montgomery & Associates, LLP 10-5245-1111 STV Incorporated 10-5246-1110

RESIDENT BUSINESSES: 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 - 09/22/10

smoore2@

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT:

ITEM: 9-M

MARYLAND AVIATION ADMINISTRATION:

CONTRACT ID: MAA-MC-10-002

Inspection, Repair and Maintenance of High

Voltage System Distribution at BWI Thurgood

Marshall and Martin State Airports

ADPICS NO. MAAMC10002

CONTRACT DESCRIPTION: This contract provides inspection, testing, maintenance and repairs

of all equipment including but not limited to 34.5 KV, 13.8 KV and 480V transformers, switchgears,

Automatic Transfer Switches, Distribution Systems, switching between double ended Substations and

generators up to 750 KW in accordance with the manufacturer’s recommendations and the National

Electrical Testing Association (NETA).

AWARD: Harford Electrical Testing Co., Inc. Joppa, MD

TERM OF CONTRACT: Three (3) Years with Notice to Proceed

with two (2) two (2) year renewal options

AMOUNT: $1,684,920.00 NTE (3 Years)

$1,145,745.60 NTE (cost of two-year option incl. 2%CPI)

$2,830,665.60 NTE (aggregate value including two-year

renewal option)

PROCUREMENT METHOD: Competitive Sealed Bidding (Multi-Step)

BIDS:

Harford Electrical Testing Co., Inc. $1,684,920.00

Joppa, MD

Reuter Hanney , Inc. $1,931,640.00

Belcamp, MD

Potomac Testing, Inc. $2,158,310.00

Crofton, MD

MBE PARTICPATION: 0% (single element of work)

ITEM: 9-M (Continued) BPW- 09/22/10

PERFORMANCE SECURITY: Performance and Payment Bonds at 100% of

Contract Amount Exists

REMARKS: This Solicitation was advertised on eMarylandMarketplace and the MAA Website. A

total of nine (9) firms purchased plans and specifications. Three (3) bids were received. The MBE goal

established for this contract was 0% because this is specialized work which requires National

Electrical Testing Association (NETA) Certification.

FUND SOURCE: 100% Special Funds Budgeted to MAA

APPROPRIATION CODE: JO610003

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-5280-0111

________________________________________________________________________________

BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

Suzette Moore- (410) 859-7792 BPW - 09/22/10

smoore2@

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT:

ITEM: 10-M

MARYLAND AVIATION ADMINISTRATION:

CONTRACT ID: MAA-MC-11-004

Security Guard Services at BWI Thurgood Marshall Airport

ADPICS NO. MAAMC11004

CONTRACT DESCRIPTION: This contract provides professional, reliable and effective security

guard services at BWI Thurgood Marshall Airport (BWI) to assist the Administration in maintaining

compliance with the TSR Part 1542, and security directives issued by TSA during the term of the

contract. The security guards are to be fully trained to cover all the security posts at all times.

AWARD: AKAL Security, Inc. Espanola, NM

TERM OF CONTRACT: Three (3) Years

(December 1, 2010- November 30, 2013),

with two (2) two (2) year renewal options

AMOUNT: $14,058,576.60 NTE (3 Years)

$ 9,559,832.10 NTE (cost of two-year option incl. 2%CPI) $23,618,408.70 NTE (aggregate value including two-year

renewal option)

PROCUREMENT METHOD: Competitive Sealed Bidding (Multi-Step)

BIDS:

AKAL Security, Inc. $14,058,576.60

Espanola, NM

Healthcare Security Services, Inc. $15,592,959.00

Denver, CO

FJC Security Services, Inc. $19,741,896.58

Floral Park, NY

MBE PARTICPATION: 25%

PERFORMANCE SECURITY: Performance and Payment Bonds at 100% of

Contract Amount Exists

ITEM: 10-M (Continued) BPW- 09/22/10

REMARKS: This Solicitation was advertised on eMarylandMarketplace and the MAA Website. A

total of twenty-seven (27) firms purchased plans and specifications. Three (3) bids were received.

A protest was received on June 22, 2010 from a company that submitted a technical proposal and was denied on July 6, 2010. The protester did not file an appeal to the MSBCA. A second protest was received on July 8, 2010 and its protest was denied on July 30, 2010. This protester did not file an appeal to the MSBCA.

FUND SOURCE: 100% Special Funds Budgeted to MAA

APPROPRIATION CODE: JO610003

RESIDENT BUSINESS: No

MD TAX CLEARANCE: 10-5320-0111

________________________________________________________________________________

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 -- 09/22/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 11-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: 4260671412

Application of Herbicide and Plant Growth Regulators to Roadside Vegetation and Soil at Various Locations in Carroll County

ADPICS NO. 4260671412

CONTRACT DESCRIPTION: This Contract consists of the application of herbicide and plant growth regulators to roadside vegetation and soil at various locations in Carroll County.

AWARD: Green Care, LLC

Jessup, MD

AMOUNT: $232,500.00

TERM OF CONTRACT: October 4, 2010 through November 1, 2012

PROCUREMENT METHOD: Competitive Sealed Bidding

BIDS:

Green Care, LLC $232,500.00

Jessup, MD

Rock Hill Lawn & Landscape, LLC $267,720.00

Pasadena, MD

Trugreen Limited Partnership $307,800.00

Upper Marlboro, MD

Asplundh Tree Expert Co. $322,283.25

Odenton, MD

Evergreen Services, Inc. $332,250.00

Greenbelt, MD

Angel Systems, Inc. $487,500.00

Great Mills, MD

DeAngelo Brothers, Inc. $806,562.00

Hazelton, PA

ITEM: 11-M (Continued) BPW – 09/22/10

MBE PARTICIPATION: 0% (single element of work)

PERFORMANCE SECURITY: None

REMARKS: The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page. One hundred thirteen (113) contractors were notified for this project on eMaryland Marketplace; Thirteen (13) 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.

This contract includes a provision authorizing an extension for a reasonable, limited and defined time to spend funds remaining on contract as provided in Board Advisory 1995-1.

FUND SOURCE: 100% Special Funds Budgeted to SHA

APPROPRIATION CODE: J02B0102

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-5145-0000

__________________________________________________________________________________

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 -- 09/22/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 12-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: 4291371412

Brush & Tree Cutting and Stump Removal at Various Locations in Howard County

ADPICS NO. 4291371412

CONTRACT DESCRIPTION: This Contract consists of the brush & tree cutting and stump removal at various locations in Howard County.

AWARD: Excel Tree Expert Co., Inc.

Jessup, MD

AMOUNT: $327,225.00 NTE

TERM OF CONTRACT: October 4, 2010 through December 31, 2012

PROCUREMENT METHOD: Competitive Sealed Bidding

BIDS:

Excel Tree Expert Co., Inc. $327,225.00

Jessup, MD

Greenskeeper Environmental, LLC $339,300.00

Ashton, MD

Asplundh Tree Expert Co. $344,108.00

Odenton, MD

Pittman’s Tree & Landscaping, Inc. $406,206.00

Front Royal, VA

MBE PARTICIPATION: 3%

PERFORMANCE SECURITY: Payment and Performance Bonds for 100% of the award amount exist for this contract

REMARKS: The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page.

Eighty seven (87) contractors were notified for this project on eMaryland Marketplace; Nine (9) of

which were MDOT certified MBE’s.

ITEM: 12-M (Continued) BPW – 09/22/10

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.

This contract includes a provision authorizing an extension for a reasonable, limited and defined time to spend funds remaining on contract as provided in Board Advisory 1995-1.

FUND SOURCE: 100% Special Funds Budgeted to SHA

APPROPRIATION CODE: J02B0102

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-5146-0111

__________________________________________________________________________________

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 -- 09/22/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 13-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: 4291421412

Brush & Tree Cutting and Stump Removal at Various Locations in Kent County

ADPICS NO. 4291421412

CONTRACT DESCRIPTION: This Contract consists of the brush & tree cutting and stump removal at various locations in Kent County.

AWARD: Asplundh Tree Expert Co.

Odenton, MD

AMOUNT: $369,639.60 NTE

TERM OF CONTRACT: October 4, 2010 through December 31, 2012

PROCUREMENT METHOD: Competitive Sealed Bidding

BIDS:

Asplundh Tree Expert Co. $369,639.60

Odenton, MD

Pittman’s Tree & Landscaping, Inc. $474,082.08

Front Royal, VA

MBE PARTICIPATION: 0% (single element of work)

PERFORMANCE SECURITY: Payment and Performance Bonds for 100% of the award amount exist for this contract

REMARKS: The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page.

Eighty seven (87) contractors were notified for this project on eMaryland Marketplace; Nine (9) 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: 13-M (Continued) BPW – 09/22/10

This contract includes a provision authorizing an extension for a reasonable, limited and defined time to spend funds remaining on contract as provided in Board Advisory 1995-1.

FUND SOURCE: 100% Special Funds Budgeted to SHA

APPROPRIATION CODE: J02B0102

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-5179-0111

__________________________________________________________________________________

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 -- 09/22/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 14-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: 5261371415

Asset Management Contract for the I-95 North and Southbound Rest Areas in Howard County

ADPICS NO. 5261371415

CONTRACT DESCRIPTION: This Contract consists of the asset management for the I-95 north and southbound rest areas in Howard County. The Contractor will be responsible for all labor, supervision, tools, materials, equipment, janitorial services, grounds maintenance and general servicing of the electrical, mechanical and HVAC components required at the rest areas.

AWARD: H. D. Myles

Church Hill, MD

AMOUNT: $4,825,381.67 NTE

TERM OF CONTRACT: September 13, 2010 through June 30, 2015

PROCUREMENT METHOD: Competitive Sealed Bidding

BIDS:

H. D. Myles $4,825,381.67

Church Hill, MD

Abacus Corporation $5,288,908.20

Baltimore, MD

Consolidated Constr. & Engr. Inc. $6,867,000.00

Laurel, MD

Green Thumb Landscaping, Inc. $6,900,000.00

Columbia, MD

MBE PARTICIPATION: 32%

PERFORMANCE SECURITY: Payment and Performance Bonds for 100% of the award amount exist for this contract

ITEM: 14-M (Continued) BPW – 09/22/10

REMARKS: The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page. Four hundred eighty six (486) contractors were notified for this project on eMaryland Marketplace; One Hundred seventeen (117) 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.

This contract includes a provision authorizing an extension for a reasonable, limited and defined time to spend funds remaining on contract as provided in Board Advisory 1995-1.

The MBE Goal established for this contract was 30%, however the Contractor is exceeding the goal by 2.02%

This contract was previously submitted and withdrawn as Item 19-M on the 9/1/10 DOT Agenda.

FUND SOURCE: 100% Special Funds Budgeted to SHA

APPROPRIATION CODE: J02B0102

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-4340-0000

______________________________________________________________________________

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 -- 09/22/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 15-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: 5491371412

Highway Maintenance Contract Support for the Administration’s Maintenance Shops located in Howard County

ADPICS NO. 5491371412

CONTRACT DESCRIPTION: This Contract consists of providing highway maintenance contract support for the Administration’s maintenance shops located in Howard County.

AWARD: E.A.R.N. Contractors, Inc.

Gaithersburg, MD

AMOUNT: $1,063,200.00 NTE

TERM OF CONTRACT: October 4, 2010 through December 31, 2012

PROCUREMENT METHOD: Competitive Sealed Bidding

BIDS:

E.A.R.N. Contractors, Inc. $1,063,200.00

Gaithersburg, MD

BWWS, Inc. $1,074,400.00

Baltimore, MD

Thomas Jones/Contractor, Inc. $1,077,600.00

Fort Washington, MD

Tote-It, Inc. $1,084,000.00

Baltimore, MD

Colossal Contractors, Inc. $1,116,000.00

Burtonsville, MD

Matrix Business Solutions, LLC $1,139,000.00

Waldorf, MD

Green Thumb Landscaping, Inc. $1,200,000.00

Columbia, MD

ITEM: 15-M (Continued) BPW – 09/22/10

BIDS (Cont’d):

Abacus Corporation $1,324,000.00

Baltimore, MD

MICA of VA, Inc. $3,360,000.00

Brandy Station, VA

MBE PARTICIPATION: 100%

PERFORMANCE SECURITY: None

REMARKS: The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page. One-hundred seventy seven (177) contractors were notified for this project on eMaryland Marketplace; Twenty five (25) 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.

This contract includes a provision authorizing an extension for a reasonable, limited and defined time to spend funds remaining on contract as provided in Board Advisory 1995-1.

100% of the work will be performed by a Certified Minority Business Enterprise and Small Business Enterprise.

FUND SOURCE: 100% Special Funds Budgeted to SHA

APPROPRIATION CODE: J02B0102

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-5318-0111

__________________________________________________________________________________

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 -- 09/22/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 16-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: 54915G1412SB

Highway Maintenance Contract Support at Various Locations for the Administration’s Gaithersburg Shop in Montgomery County

ADPICS NO. 54915G1412

CONTRACT DESCRIPTION: This Contract consists of providing highway maintenance contract support at various locations for the Administration’s Gaithersburg Shop in Montgomery County.

AWARD: E.A.R.N. Contractor, Inc.

Gaithersburg, MD

AMOUNT: $540,000.00 NTE

TERM OF CONTRACT: October 4, 2010 through June 30, 2012

PROCUREMENT METHOD: Competitive Sealed Bidding

BIDS:

E.A.R.N. Contractors, Inc. $540,000.00

Gaithersburg, MD

Tote-It, Inc. $543,600.00

Baltimore, MD

BWWS, Inc. $546,000.00

Baltimore, MD

Thomas Jones / Contractor, Inc. $548,800.00

Fort Washington, MD

Keene Cut Lawn Service, Inc. $550,000.00

Glen Burnie, MD

Colossal Contractors, Inc. $566,000.00

Burtonsville, MD

ITEM: 16-M (Continued) BPW – 09/22/10

MBE PARTICIPATION: 100%

PERFORMANCE SECURITY: None

REMARKS: The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page. Sixty nine (69) contractors were notified for this project on eMaryland Marketplace; Five (5) 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.

This contract includes a provision authorizing an extension for a reasonable, limited and defined time to spend funds remaining on contract as provided in Board Advisory 1995-1.

100% of the work will be performed by a Certified Minority Business Enterprise and Small Business Enterprise.

FUND SOURCE: 100% Special Funds Budgeted to SHA

APPROPRIATION CODE: J02B0102

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-4862-1111

__________________________________________________________________________________

BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

Suzette Moore – (410) 859-7792 BPW – 09/22/10

smoore2@

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

RENEWAL OPTION (Maintenance)

ITEM: 17-m-OPT

Maryland Aviation Administration

CONTRACT ID: MAA-MC-07-007

Landscape Operations at BWI Thurgood Marshall

Airport

ADPICS NO: CO263324

ORIGINAL CONTRACT APPROVED: Item 3-M, DOT Agenda 02/14/07

ORIGINAL PROCUREMENT METHOD: Preferred Provider

CONTRACTOR: Melwood Horticultural Training Center, Inc.

Upper Marlboro, MD

MODIFICATION: Exercise the renewal option for a period of one (1) year from October 1, 2010

through September 30, 2011.

AMOUNT: $1,085,693.74

ORIGINAL CONTRACT AMOUNT: $3,156,528.05

REVISED CONTRACT AMOUNT: $4,242,221.79

PERCENTAGE INCREASE: 35%

TERM: 03/01/07-02/28/10 (Original)

03/01/10-09/30/10 (Modification No. 1)

10/1/10-09/30/11 (Renewal Option No. 1)

ORIGINAL MBE PARTICIPATION: 100%

RENEWAL MBE PARTICIPATION: 100%

REMARKS: This contract provides all labor, supervision, and equipment to conduct a comprehensive landscaping program to include tree and shrub maintenance, perennial and annual flower bed and ground cover maintenance and irrigation system maintenance located at BWI Marshall Airport.

ITEM: 17-M-OPT (Continued) BPW – 09/22/10

Melwood has met the terms and conditions of the contract and has provided the MAA with an excellent landscaping maintenance program. Additionally, Melwood has assisted the MAA with the Snow Removal Operations at BWI Marshall Airport for the last several years to keep the Airport operational for our passengers.  Melwood was especially instrumental in this role during the Snow Blizzard of 2010.

This action represents the exercising of a one-year renewal option with the contractor that was provided for in the original contract.

FUND SOURCE: 100% Special Funds Budgeted to MAA

APPROPRIATION CODE: JO6I0002

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-5381-1111

___________________________________________________________________________

BOARD OF PUBLIC WORKS ACTION - THE ABOVE-REFERENCED ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

|ATTACHMENT I |

| |Amount |Term |BPW/DCAR |Reason |

| | | |Date | |

|Original Contract |$3,156,528.05 |03/01/07-02/28/10 |02/14/07 Item 3-M | |

| | | | | |

|Amendment |$0.00 |03/01/10-09/30/10 |DCAR | |

| | | | | |

|Renewal Option No. 1 |$1,085,693.74 |10/01/10-09/30/11 | |As provided for in original |

| | | | |contract |

|Revised Amount |$4,242,221.79 | | | |

| | | | | |

Suzette Moore – (410) 859-7792 BPW – 09/22/10

smoore2@

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

RENEWAL OPTION (Maintenance)

ITEM: 18-m-OPT

Maryland Aviation Administration

CONTRACT ID: MAA-MC-07-008

HVAC Systems, Central Utility Plant and Water

Treatment, Temperature & Automation Controls,

Energy Management and Fire Alarm Systems

Operation, Repair and Maintenance at BWI

Marshall and Martin State Airports

ADPICS NO: CO263324

ORIGINAL CONTRACT APPROVED: Item 4-M, DOT Agenda 10/03/07

ORIGINAL PROCUREMENT METHOD: Competitive Sealed Proposals

CONTRACTOR: Pepco Energy Services, Inc.

Arlington, VA

MODIFICATION: Exercise the renewal option for a period of two (2) years from November 1, 2010

through October 31, 2012.

AMOUNT: $14,832,075.03

ORIGINAL CONTRACT AMOUNT: $20,557,149.48

REVISED CONTRACT AMOUNT: $35,389,224.51

PERCENTAGE INCREASE: 73%

TERM: 11/01/07-10/31/10 (Original)

11/1/10 – 10/31/12 (Renewal Option No. 1)

ORIGINAL MBE PARTICIPATION: 17%

RENEWAL MBE PARTICIPATION: 17%

REMARKS: This contract provides all labor and materials to operate Heating and Ventilation and Air Conditioning (HVAC) systems, Central Utility Plant, water treatment, temperature and automation controls, energy management and fire alarm systems for the terminal, outer buildings, and other facilities at BWI Marshall and MTN Airports.

ITEM: 18-M-OPT (Continued) BPW – 09/22/10

Pepco Energy Services has complied with the contract requirements and has provided outstanding service at BWI Marshall and Martin State Airports.  PES through efficient management of hourly staff and subcontractors has executed the work under budget every year since contract inception.

Through this contract the Fire Alarm System inspection, maintenance, and documentation has been updated and improved.  Pepco Energy Services has consistently met the MBE requirements of the contract every year.

FUND SOURCE: 100% Special Funds Budgeted to MAA

APPROPRIATION CODE: JO6I0002

RESIDENT BUSINESS: No

MD TAX CLEARANCE: 10-5281-1111

___________________________________________________________________________

BOARD OF PUBLIC WORKS ACTION - THE ABOVE-REFERENCED ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

|ATTACHMENT I |

| |Amount |Term |BPW/DCAR |Reason |

| | | |Date | |

|Original Contract |$20,557,149.48 | 11/01/07-10/31/10 |10/03/07 Item 4-M | |

| | | | | |

|Renewal Option No. 1 |$14,832,075.03 |11/01/10-10/31/12 | |As provided for in original |

| | | | |contract |

|Revised Amount |$35,389,224.51 | | | |

Robert Gay – 410-545-0433 BPW – 09/22/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

REAL PROPERTY CONVEYANCE

ITEM: 19-RP MMC# 09-2235

STATE HIGHWAY ADMINISTRATION: Located at the southeast corner of the intersection of US 40 and Cool Hollow Road, 0.5 mile south of Beaver Creek, Washington 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 SHA. The property to be conveyed consists of + 0.41 acres in fee and + 0.65 acres in perpetual easement and is being conveyed to the only adjoining owner.

SPECIAL CONDITIONS: None

GRANTOR: State Highway Administration

GRANTEE: Joy Elaine Shank Zepp & William Wilbur Zepp as tenants by the entireties

CONSIDERATION: $34,400.00

APPRAISED VALUE: $28,000.00, Richard Bowers, fee appraiser.

Reviewed and approved by Harry Bowman, Review Appraiser, (one appraisal, one review appraisal per form 19)

REMARKS: Approval of conveyance is requested in accordance with the Section 8-309 (f) (1)(ii) of the Transportation Article of the State Procurement Article of the Annotated Code of Maryland.

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.

There was a two story improvement on the subject property when SHA acquired the land in 1937. The SHA negotiated an agreement with the former owner to purchase the land but not the improvement. The improvement was to be relocated if and when SHA proceeded with the project. This section of the project was never built and the right-of-way cleared for sale.

Conveying the subject property will enable the current owners of the house to clear title to the property.

BOARD OF PUBLIC WORKS ACTION - THE ABOVE-REFERENCED ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

Robert Gay – 410-545-0433 BPW – 09/22/2010

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

REAL PROPERTY CONVEYANCE

ITEM: 20-RP MMC# 09-2241

STATE HIGHWAY ADMINISTRATION: Located East of Route 32 on Julia Manor Way in Glenelg, Howard County

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 + 0.582 acres and is being conveyed to the lone adjoining owner as part of a right-of-way transaction.

SPECIAL CONDITIONS: None

GRANTOR: State of Maryland, State Highway Administration

GRANTEE: George Boarman and Teresa Boarman et al

CONSIDERATION: $26,900.00

APPRAISED VALUE: $26,550.00, Melville Peters, fee appraiser

Reviewed and approved by Ron Hammond,

Review Appraiser.

$350.00, Lee Lambert, Appraiser State Highway Administration, Reviewed and approved by Bill Caffrey, 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.

This property is being conveyed in accordance with the terms of a “Notice of Settlement” in exchange for property acquired by SHA for the MD 32 project in Howard County. The transaction was negotiated based on a June 2009 appraisal for $26,550 for the conveyance of 0.5774. The 2009 appraisal has not been updated as the Agreed Inquisition is based on this appraisal plus the addition of 0.008 acres valued in the July 2010 appraisal for $350.

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 – 09/22/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

REAL PROPERTY CONVEYANCE

ITEM: 21-RP MMC# 10-2287

STATE HIGHWAY ADMINISTRATION: Located on East Patrick Street, south of I-70 and east of Quinn Orchard Rd, Frederick 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 SHA. The property to be conveyed consists of + 0.147 acres and is being conveyed to the adjoining owner 8428 E. Patrick Street, LLC.

SPECIAL CONDITIONS: None

GRANTOR: State of Maryland, State Highway Administration

GRANTEE: 8428 E. Patrick Street, LLC

CONSIDERATION: $24,050.00

APPRAISED VALUE: $24,050.00 Lee Lambert, Appraiser, State Highway Administration, Reviewed and approved by Ronald Hammond, Review Appraiser, (one appraisal, one review appraisal per form 19)

REMARKS: Approval of conveyance is requested in accordance with the Section 8-309 (f) (1)(ii) of the Transportation Article of the State Procurement Article of the Annotated Code of Maryland.

The property was acquired in 1973 for I-70 and has been cleared for disposal.

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 – 09/22/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

REAL PROPERTY CONVEYANCE

ITEM: 22-RP MMC# 10-2291

STATE HIGHWAY ADMINISTRATION: Located on the south side of Old Liberty Rd at Piney Ridge Pkwy, Carroll 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 SHA. The property to be conveyed consists of + 0.029 acres and is being conveyed to the adjoining owner.

SPECIAL CONDITIONS: None

GRANTOR: State of Maryland, State Highway Administration

GRANTEE: Luigi Gino and Marisa Gino, as tenants by the entireties

CONSIDERATION: $5,950.00

APPRAISED VALUE: $5,950.00 Lee Lambert, Staff Appraiser, Reviewed and approved by Ronald Hammond, Review Appraiser (one appraisal, one review appraisal per form 19)

REMARKS: Approval of conveyance is requested in accordance with the Section 8-309 (f) (1) (ii) of the Transportation Article, Annotated Code of Maryland. This parcel is not capable of an independent use because of its size and configuration.

The property was dedicated by subdivision plat in 1992.

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 – 09/22/10

Rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

REAL PROPERTY CONVEYANCE

ITEM: 23-RP MMC#10-2295

STATE HIGHWAY ADMINISTRATION: Located at 601 Priceville Avenue along the west side of I 83 in Sparks, Baltimore County Maryland

EXPLANATION: In accordance with COMAR 14.24.05 of the Code of Maryland Regulations, 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 to the former owner consists of 218 square feet in fee simple and 445 square feet in perpetual easement.

SPECIAL CONDITIONS: None

GRANTOR: State of Maryland, State Highway Administration

GRANTEE: Catherine M. and Timothy S. Bennett

CONSIDERATION: $0.00 (Property had been donated to SHA)

APPRAISED VALUE: $2,550.00 Irv Weiner, staff appraiser Reviewed and approved by Paul Mazelis, Review Appraiser (one appraisal, one review appraisal per form 19)

REMARKS: Approval of conveyance is requested in accordance with the Section 8-309 (c) (1) (i) of the Transportation Article of the State Procurement Article of the Annotated Code of Maryland.

This property was donated to SHA for construction of a noise wall along a portion of I-83. The remainder of the land and easement which was not used for the design of the noise wall is being conveyed back to the former owner. No money is being exchanged for the property.

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

June Hornick (410) 865-1039 BPW – 09/22/10

jhornick@mdot.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

GENERAL/MISCELLANEOUS

ITEM: 24-GM

THE SECRETARY'S OFFICE

NATURE OF REQUEST: Submission of a request by the Department of Transportation (the

“Department”), made by the Secretary of Transportation, for the adoption of resolutions authorizing the

issuance and sale by the Department of its Consolidated Transportation Bonds, Refunding Series in an

amount not exceeding $250,000,000 to be issued to refund certain outstanding bonds of the Department,

at a public sale to occur between October 1, 2010 and January 31, 2011, as determined by the Secretary,

taking into account then current market conditions and the affect of market conditions on interest

savings of the refunding, such savings to equal or exceed 3%, such Bonds being authorized by Subtitle 2

of Title 3 of the Transportation Article of the Annotated Code of Maryland.

The refunding bonds will refund all or a portion of the Consolidated Transportation Bonds, Series 2004.

______________________________________________________________________________

BOARD OF PUBLIC WORKS - THE ABOVE-REFERENCED ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

June Hornick (410) 865-1039 BPW – 09/22/10

jhornick@mdot.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

GENERAL/MISCELLANEOUS

ITEM: 25-GM

THE SECRETARY'S OFFICE

NATURE OF REQUEST: In October of 2000, the Department of Transportation (the “Department”)

issued $33,000,000 Project Certificates of Participation (Mass Transit Administration Project) Series

2000 (the “Certificates of Participation Series 2000”) to finance the expansion of an existing garage and

a new garage at the MARC BWI rail station . Several agreements were involved in completing this

transaction including a Conditional Purchase Agreement, under which purchase installments are paid by

the State of Maryland from the Transportation Trust Fund in an amount equal to debt service payments

on the certificates, and a Trust Agreement with Wells Fargo Bank.

Submission of a request by the Department, made by the Secretary of Transportation, for authorization to

participate in the issuance and sale by the Department of Project Certificates of Participation (Mass

Transit Project), Refunding Series 2010 (the “Refunding Bonds”) in an amount not exceeding

$15,000,000 to be issued to refund certain outstanding maturities of the Department’s Certificates of

Participation Series 2000, at public sale to occur between October 1, 2010 and December 1, 2010, as

determined by the Secretary, taking into account then current market conditions and the affect of market

conditions on interest savings generated by the refunding.

The amount of the savings resulting from the refunding and the amount of the reduced purchase

installments for debt service will be determined as of the date of the issuance of the Refunding

Bonds which will be offered on a competitive basis.

Amendments to the Conditional Purchase Agreement and the Trust Agreement will be submitted to the members of the BPW for review and execution as appropriate.

______________________________________________________________________________

BOARD OF PUBLIC WORKS - THE ABOVE-REFERENCED ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

June Hornick (410) 865-1039 BPW – 09/22/10

jhornick@mdot.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

GENERAL/MISCELLANEOUS

ITEM: 26-GM

THE SECRETARY'S OFFICE

NATURE OF REQUEST: In March of 1999, the Department of Transportation (the “Department”)

issued $42,750,000 Project Certificates of Participation (Maryland Aviation Administration Facilities)

Series 1999 (Qualified Airport Certificates) (the “Certificates of Participation Series 1999”) to finance

certain airport improvements. Several agreements were involved in completing this transaction including

a Conditional Purchase Agreement, under which purchase installments are paid by the State of Maryland

from the Transportation Trust Fund in an amount equal to debt service payments on the certificates, and

a Trust Agreement with Wells Fargo Bank.

Submission of a request by the Department, made by the Secretary of Transportation, for authorization to

participate in the issuance and sale by the Department of Project Certificates of Participation (Maryland

Aviation Administration Facilities), Refunding Series 2010 (the “Refunding Bonds”) in an amount not

exceeding $22,000,000 to be issued to refund certain outstanding maturities of the Department’s

Certificates of Participation Series 1999, at a public sale to occur between October 1, 2010 and

December 1, 2010, as determined by the Secretary, taking into account then current market conditions

and the affect of market conditions on interest savings generated by the refunding.

The amount of the savings resulting from the refunding and the amount of the reduced purchase

installments for debt service will be determined as of the date of the issuance of the Refunding

Bonds which will be offered on a competitive basis.

Amendments to the Conditional Purchase Agreement and the Trust Agreement will be submitted

to the members of the BPW for review and execution as appropriate.

______________________________________________________________________________

BOARD OF PUBLIC WORKS - 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.

Google Online Preview   Download