Contact Name - Maryland State Archives



Suzette Moore- (410) 859-7792 BPW - 11/17/10

smoore2@

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

CONSTRUCTION CONTRACT:

ITEM: 1-C

MARYLAND AVIATION ADMINISTRATION:

CONTRACT ID: MAA-CO-10-007

Kauffman Building Computer Room Backup Generator and Improvements to IASS/IDF Closets at BWI Thurgood Marshall Airport

ADPICS NO. MAACO10007

CONTRACT DESCRIPTION: This contract is to provide additional mechanical cooling, and

associated general and electric work, at various communication rooms throughout the BWI property.

This includes the installation of a new 2,000 kW Apron Generator to accommodate additional electric

loading at the Consolidated Dispatch Center (CDC), and relocation of an existing 200kW generator at

the Kauffman Building.

AWARD: M. Stancliff Construction Company Seabrook, MD

PROCUREMENT METHOD: Competitive Sealed Bidding

TERM OF CONTRACT: 240 Calendar Days

AMOUNT: $2,735,850.00

BIDS:

M. Stancliff Construction Company $2,735,850.00

Seabrook, MD

Baltimore Contractors $2,781,703.00

Baltimore, MD

Southern Improvement Co., Inc. $2,841,794.07

Hunt Valley, MD

Dvorak, LLC $3,093,887.00

Baltimore, MD

Whiting Turner Contracting $3,118,045.00

Towson, MD

J F Brinker $3,250,225.00

Ellicott City, MD

The Chappy Corporation $4,229,253.00

Chelsea, MA

ITEM: 1-C (Continued) BPW- 11/17/10

MBE PARTICPATION: 100%

PERFORMANCE SECURITY: Performance and Payment Bonds at 100% of

Contract Amount Exists

REMARKS: The Engineer’s Estimate was $3,466,143.00.

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

(14) sets of specifications were sold and seven (7) bids received.

The difference between the low bidder’s bid and the Engineer's Estimate is primarily attributable to the

contractor’s significant experience working at BWI Thurgood Marshall Airport. M. Stancliff has

successfully performed work of similar nature, and is currently one of the On-call Comprehensive

Interior/Exterior Contractors at BWI Thurgood Marshall Airport. As such, the contractor was able to

realize economies of scale related to the General Overhead and Security Costs.

The MBE goal established for this contract was 20%. M. Stancliff Construction Company

surpassed the subcontracting goal established by more than 7%. M. Stancliff Construction Company is a MDOT certified MBE firm and therefore the MBE participation is 100%.

FUND SOURCE: 100% Special Funds budgeted to MAA

APPROPRIATION CODE: J0610003

MD TAX CLEARANCE: 10-5708-1111

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 – 11/17/10

smoore2@

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

CONSTRUCTION CONTRACT

ITEM: 2-C

MARYLAND AVIATION ADMINISTRATION

CONTRACT ID: MAA-CO-10-005/MAA-MC-10-011

Integrated Airport Security System at BWI Thurgood Marshall Airport

ADPICS NO.: MAACO10005/MAAMC10011

CONTRACT DESCRIPTION: This contract provides for a highly integrated platform for both the Controlled Access Security System (CASS) and Digital Video Management System (DVMS) that allows for a high level of interaction and a shared Graphical User Interface (GUI). The integration functions will run a single application that controls both systems or utilize a single workstation to operate both programs without any conflict or issues with processor speed or display of video or alarms.

PROCUREMENT METHOD: Competitive Sealed Proposals

AWARD: ADT Security Services, Inc.

Alexandria, VA

AMOUNT: $28,295,400.78 (Construction)

$3,077,488.00 (Maintenance)

TERM: 730 Calendar Days (Construction)

3 Years w/1, 2-year Renewal Option (Maintenance)

DBE PARTICIPATION: 21% (Construction)

0% (Maintenance)

PROPOSALS:

Technical Financial Offer Overall

Ranking Ranking Ranking

ADT Security Services, Inc 1 $28,295,400.78 (3) 1

$ 3,077,488.00

Johnson Control, Inc 2 $28,301,652.00 (4) 2

$ 3,341,000.00

Dean-/Henry, LLC 3 $28,285,400.00 (2) 3

$ 2,394,154.00

Schneider Electric 4 $22,424,104.95 (1) 4

$ 3,116,562.47

ITEM: 2-C (Continued) BPW – 11/17/10

REMARKS: The Solicitation was advertised on eMaryland Market Place and the MAA Website. A total of twenty-eight (28) sets of specifications were sold and four (4) proposals were received.

The Selection Panel (Panel) consistently ranked ADT Security Services, Inc (ADT) the highest of the four (4) offerors, considering the combination of technical expertise of the proposed key staff and the overall experience of the firm.  The Panel felt that since Security is the “core business” of this firm, a contract award to ADT provides the State with the most qualified staff to perform the tasks of installation and maintenance of this critical integrated Security System. The written response from ADT demonstrated its excellent understanding of the contract which incorporated a project management approach inclusive of PMI & Six Sigma from “cradle to grave” techniques.  Additionally, ADT’s proposed team for this project, has a broad range of skill sets, and is exceptionally technically qualified and experienced.   For example, the Project Manager has 11 yrs as a systems integrator and the Security Task Leader has significant airport security systems experience.

This Contract includes: the Purchase, Construction, Implementation, Testing, Training, Commissioning of an IASS and up to a five (5) year full service Maintenance agreement. Major subsystems included in the IASS will be a DVMS, including a Storage Area Network (SAN), CASS, and an Identity Management System. The DVMS will include a solution for an overall BWI Replacement CCTV system as well as a solution for specific areas of the terminal monitored by Transportation Security Administration (TSA) personnel.

FUND SOURCE: Federal and Special Funds Budgeted to MAA

APPROPRIATION CODE: J06I00003

MD TAX CLEARANCE: 10-5720-1111

RESIDENT BUSINESSES: No

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

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

Christine A. Romans (410-767-3796) BPW – 11/17/10

cromans@mta.

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

CONSTRUCTION CONTRACT

ITEM: 3-C

MARYLAND TRANSIT ADMINISTRATION

CONTRACT ID: MTA-1340

Energy Performance Contract

APDICS NO. TMTA1340

CONTRACT DESCRIPTION: Under Phase I of this project, PEPCO Energy Services, Inc. (PES)

developed a comprehensive energy efficiency and guaranteed savings program to assist the Maryland

Transit Administration (MTA) in achieving a reduction in energy consumption through the installation of

new lighting at several MTA facilities. The projects include new lighting, lighting sensors and a

photovoltaic array at the Northwest Bus Division facility.

AWARD: PEPCO Energy Services, Inc.

Arlington, VA

TERM OF CONTRACT: Fifteen Years from Notice to Proceed

AMOUNT: $7,201,794.00

PROCUREMENT METHOD: Competitive Sealed Proposals

DGS-06-EPC-IDC-5.0

BIDS: N/A

MBE PARTICIPATION: 25%

PERFORMANCE SECURITY: PES will provide a payment and performance bond in the amount of the contract. In addition PES is guaranteeing that the MTA will realize a total annual savings of at least $593,898 over 14 years for a total savings of $9,434,786.

REMARKS: REMARKS: The MTA entered into a Phase I study to determine if it could achieve energy consumption reductions. A detailed engineering study was completed, including specific recommendations, equipment layouts, preliminary specifications, construction costs, and guaranteed energy and energy related savings. In accordance with the provisions of the Department of General Services indefinite delivery contract for Project Management, Energy Audit, Engineering Construction, Financing, Maintenance Services and Measurement and Verification to develop and implement comprehensive energy efficiency and guaranteed savings program at the MTA, the MTA is seeking to enter a Phase II contract to implement the Phase I plan.

ITEM: 3-C (Continued) BPW – 11/17/10

Final capital and other costs were negotiated by the MTA and represent fair market value for these services. The energy efficiency improvement projects will support operations at MTA facilities by implementation of improved and more efficient lighting, and a photovoltaic array at the Northwest Bus Division facility. The projects will improve the facilities, provide better lighting for maintenance and office locations, reduce energy use, and minimize operating costs. The environmental benefit of these projects is as follows:

Annual Electricity Reduction = 4,607,995 kWh

Annual Emissions Reductions

- CO2 (Carbon Dioxide) = 6,248,441 pounds

- NOX (Nitrogen Oxide) = 16,589 pounds

- CO (Carbon Monoxide) = 461 pounds

The proposed projects by MTA facility are as follows:

| | |Lighting |Occupancy Sensors |Daylight Harvesting|Solar Panels |

| | |Retrofits | | | |

|Bus Divisions | | | | |

| |Washington Blvd |X |X |X | |

| |Eastern |X | | | |

| |Northwest |X |X | |X |

| |Kirk |X | | | |

|Light Rail | | | | |

| |North Avenue |X |X | | |

| |Cromwell |X |X | | |

|Metro | | | | |

| |Wabash |X |X | | |

| |Old Court |X |X | | |

| |Metro Stations |X |X | | |

|MARC | | | | |

| |Martins Shop |X | | | |

| |Frederick |X |X | | |

| |MARC Stations |X | | | |

The project will replace over 675 light fixtures across all facilities and install more than 325 light

sensors. The project will also install one (1) 500KW photovoltaic (PV) solar array at the Northwest Bus Division, financed in part by a $500,000 Sunburst Grant from the Maryland Energy Administration. The estimated output of the solar PV system is 606,136 kWh per year. This PV system will generate Solar Renewable Energy Certificates (SRECs) in addition to the energy that is produced by the system.

Project costs will be funded through the State Treasurer’s Office Master Energy Lease Loan and repaid through MTA’s annual energy savings guaranteed by PES. The guaranteed annual savings is $593,898 over 14 years for a total savings of $9,434,786. The MTA will pay PES $399,348 for annual measurement and verification (M&V) services. It is anticipated that the payback period for the entire project will not exceed 14 years.

ITEM: 3-C (Continued) BPW – 11/17/10

The Department of General Services supports the recommendations of PES for energy conservation measures at the MTA. The Maryland Energy Administration also supports the recommendation.

FUND SOURCE: $271,300. 00 BGE Rebates

$500,000.00 Maryland Energy Administration Sunburst Block Grant from the US Department of Energy

$990,282.00 MTA Operating Budget (offset by annual energy savings, resulting in a net positive cash flow to the MTA.)

$5,440,212.00 State Treasurer’s Office Master Energy Lease Loan

APPROPRIATION CODE: J05H0105

RESIDENT BUSINESS: No

MD TAX CLEARANCE: 10-5787-1111

______________________________________________________________________________

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

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

Christine A. Romans (410) 767-3796 BPW – 11/17/10

cromans@mta.

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

CONTRACT MODIFICATION: (Construction)

ITEM: 4-C-MOD

MARYLAND TRANSIT ADMINISTRATION

CONTRACT ID: T-0590-0940

MD & DE Railroad Massey to Chestertown Rehabilitation MP 0.5 to MP 16.8

ADPICS NO. CO264532

ORIGINAL CONTRACT APPROVED: Item 1-C, DOT Agenda 7/22/09

ORIGINAL PROCUREMENT METHOD: Competitive Sealed Bidding

MODIFICATION: Change Order No.1 is for the final adjustment of bid quantities. The estimated quantities are adjusted to reflect actual quantities used in this contract. The contract duration was increased by an additional sixty-six (66) calendar days.

CONTRACTOR: Bullock Construction, Inc.

Easton, MD

AMOUNT: ($255,131.55) CREDIT

ORIGINAL CONTRACT AMOUNT: $1,546,493.00

REVISED CONTRACT AMOUNT: $1,291,361.45

PERCENTAGE DECREASE: -17% (C.O. #1)

TERM: 240 Calendar Days (Original)

66 Calendar Days (C.O. #1)

ORIGINAL MBE PARTICIPATION: 16%

REMARKS: This Contract is for the rehabilitation of 16.3 Miles of Rail on the MD & DE Railroad lines. The work included replacing rail sections, bolt replacement, angle & compromise bar replacement, replacing Turnout No. 8, replacing cross & switch ties and track surfacing & alignment.

FUND SOURCE: 100% Special Funds Budgeted to MTA

APPROPRIATION CODE: J05H0105

RESIDENT BUSINESSES: Yes

ITEM: 4-C-MOD (Continued) BPW – 11/17/10

TAX CLEARANCE NO.: 10-5763-1111

_____________________________ ________

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 |$1,546,493.00 |240 CD |BPW 07/22/09 | |

|Modification #1 |($255,131.55) | 66 CD | | |

| | | | | |

|Revised Amount |$1,291,361.45 | | | |

| | | | | |

Robert P. Gay 410-545-0433 BPW – 11/17/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

ARCHITECTURAL/ENGINEERING SERVICES

ITEM: 5-AE

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: BCS 2007-18 D

Highway Noise Analysis and Sound Barrier Design

Services, Statewide

ADPICS NO. SBCS0718D

CONTRACT DESCRIPTION: This is one (1) 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 November 4, 2010.

AWARD: Rummel, Klepper & Kahl, LLP

Baltimore, Maryland

AMOUNT: $2,000,000.00

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

DBE 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 ($2,000,000.00)

BPW Approval

10/20/10

McCormick Taylor, Inc. /

AECOM USA, Inc. 319 3 Contract C

Baltimore, MD ($2,000,000.00)

BPW Approval

09/22/10

ITEM: 5-AE (Continued) BPW – 11/17/10

PROPOSALS (Cont’d): Technical Proposal Technical NTE

Rating (Max 500) Ranking Price

Rummel, Klepper & Kahl, LLP 316 4 $2,000,000.00

Baltimore, MD Contract D

The Wilson T. Ballard Company 312 5 Contract E

Owings Mills, MD ($2,000,000.00)

BPW Approval

09/22/10

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 272 10 N/A

Owings Mills, MD

Brudis & Associates, Inc. /

Gannett Fleming, Inc. 267 11 N/A

Columbia, MD

REMARKS: The 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 sedimen 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 – 11/17/10

MD TAX CLEARANCES: 10-5827-1111

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 -- 11/17/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

ARCHITECTURAL/ENGINEERING SERVICES

ITEM: 6-AE

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: BCS 2009-11 D

Field Survey Services, Statewide

ADPICS NO.: SBCS0911D

CONTRACT DESCRIPTION: This is the last in the series of six (6) open-end task order

contracts for field survey services to be performed statewide, for a period of five (5) years.

PROCUREMENT METHOD: Maryland Architectural and Engineering Services Act; recommendation approved by the Transportation Professional Services Selection Board on November 4, 2010.

AWARD: AB Consultants, Inc.

Baltimore, MD

AMOUNT: $2,000,000.00

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

DBE PARTICIPATION: 27%

PROPOSALS:

Technical Proposal Technical NTE

Rating (Max 570) Ranking Price

Wallace, Montgomery & Associates, LLP 386 1 Contract A

Towson, MD BPW Approval 09/22/10

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

Sparks, MD ($2,000,000.00)

BPW Approval 10/20/10

STV Incorporated 362 3 Contract C

Baltimore, MD ($2,000,000.00)

BPW Approval

09/22/10

AB Consultants, Inc. 361 4 $2,000,000.00

Baltimore, Maryland Contract D

ITEM: 6-AE (Continued) BPW – 11/17/10

PROPOSALS (Cont’d):

Technical Proposal Technical NTE

Rating (Max 570) Ranking Price

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

Rockville, MD ($2,000,000.00)

BPW Approval

10/20/10

Whitman, Requardt & Associates, LLP 354 6 Contract F

Baltimore, MD ($2,000,000.00)

BPW Approval

10/20/10

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: 6-AE (Continued) BPW – 11/17/10

REMARKS: The 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 Consultant 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: 10-5757-1111

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 – 11/17/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

ARCHITECTURAL/ENGINEERING SERVICES

ITEM: 7-AE

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: BCS 2010-04 A & B

Construction Inspection Services for the Structure Inspection and Remedial Engineering Division, Statewide

ADPICS NOS. SBCS1004A & SBCS1004B

CONTRACT DESCRIPTION: These are two (2) of three (3) open-end task order contracts to

provide construction inspection services, statewide, for the Structure Inspection and Remedial

Engineering Division (SIRED) of the Office of Structures (OOS).

PROCUREMENT METHOD: Maryland Architectural and Engineering Services Act; recommendation approved by the Transportation Professional Services Selection Board on November 4, 2010.

AWARDS:

Rummel, Klepper & Kahl, LLP (Contract A)

Baltimore, Maryland

Whitman, Requardt and Associates, LLP (Contract B)

Baltimore, Maryland

AMOUNT: $5,000,000.00 each

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

MBE PARTICIPATION: 25%

PROPOSALS: Technical Proposal Technical NTE

Rating (Max 600) Ranking Price

Rummel, Klepper & Kahl, LLP 416 1 $5,000,000.00

Baltimore, MD Contract A

Whitman, Requardt & Associates, LLP 415 2 $5,000,000.00

Baltimore, MD Contract B

Johnson, Mirmiran & Thompson, Inc. 403 3 Contract C

Sparks, MD

Wallace, Montgomery & Associates, LLP 388 4 N/A

Towson, MD

ITEM: 7-AE (Continued) BPW – 11/17/10

PROPOSALS (Cont’d): Technical Proposal Technical NTE

Rating (Max 600) Ranking Price

EBA Engineering, Inc 378 5 N/A

Baltimore, MD

A.Morton Thomas and Associates, Inc. 375 6 N/A

Baltimore, MD

Century Engineering, Inc. /

Whitney, Bailey, Cox & Magnani, LLC 372 7 N/A

Hunt Valley, MD

Development Facilitators, Inc. 365 8 N/A

Millersville, MD

KCI Technologies, Inc. 358 9 N/A

Sparks, MD

URS Corporation/

Greenhorne & O’Mara 356 10 N/A

Hunt Valley, MD

Greenman-Pedersen, Inc/

Gannett-Fleming, Inc. 337 11 N/A

Annapolis Junction, MD

REMARKS: The 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 Consultants shall provide construction inspection personnel for various projects where structural

repairs will be performed on State Highway Administration structures anywhere in the State of

Maryland.

These contracts include 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 CLEARANCES: Rummel, Klepper & Kahl, LLP 10-5632-1111

Whitman, Requardt and Associates, LLP 10-5745-1111

RESIDENT BUSINESS: Yes

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

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

Christine A. Romans (410) 767-3796 BPW – 11/17/10

cromans@mta.

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 8-M

MARYLAND TRANSIT ADMINISTRATION

CONTRACT ID: T-8000-0269

Metro Railcar Propulsion Blower Motor (PBM) Conversion

ADPICS NO. T80000269

CONTRACT DESCRIPTION: This contract provides the Maryland Transit Administration (MTA) Railcar Maintenance Department of the Baltimore Metro with a qualified Contractor to replace the existing DC propulsion blower motors on their fleet of 100 Baltimore Metro subway vehicles with an AC motor/inverter.

AWARD: Gray Manufacturing Industries, LLC

Hornell, NY

TERM: Four (4) years (December 1, 2010 – November 30, 2014)

AMOUNT: $ 991,201.96

PROCUREMENT METHOD: Competitive Sealed Bidding

(One Bid Received)

DBE PARTICIPATION: 13.54%

PERFORMANCE SECURITY: Performance Bond - 20% of the contract amount

REMARKS: The Solicitation was advertised on eMaryland Marketplace, on MTA’s website and distributed to the Governor’s Office of Minority Affairs. Twenty-seven (27) firms were directly solicited via email of which eight (8) were Maryland firms. One (1) bid was received.

The one (1) bid received was from Gray Manufacturing Industries, LLC.  Twenty-four firms were directly e-mailed requesting no bid notices.  Thirteen (13) no bid notices were received which provided firms reasons for not bidding on this IFB. Those companies listed factors such as: (a) Other commitments preclude our participation at this time, (b) The subject of the contract is not in our business line, (c) We lack experience in the work/ commodities required, (d) We cannot be competitive, (e) Bid/ proposal requirements, other than specifications, are unreasonable or too risky – Not within our abilities without a Maryland based contract partner, (f) Time for completion insufficient, (g) We were not bidding as a prime contractor, but as a subcontractor, and (h) At this time, we lack resources to do necessary product development. 

COMAR 21.05.02.20 states that “if only one responsive bid from a responsible bidder is received in response to an invitation for bids, and the procurement officer determines other prospective bidders had reasonable opportunity to respond, an award under COMAR 21.05.05 may be made to that bidder”.

ITEM: 8-M (Continued) BPW -- 11/17/10

The Contractor will replace the DC Propulsion Blower Motors on six (6) vehicles with prototype units with AC motor/inverter to improve the performance of this equipment. After the initial qualification and acceptance phase, the vehicles will enter an operational test phase during which they will operate in normal service for a period of 5 months. At the end of the operational test phase the MTA will evaluate the fleet-wide performance of the replacement AC Propulsion Blower Motor and may choose to exercise its option to replace the motors on the remaining ninety-four (94) vehicles with the updated motor.

The propulsion blower motor assembly provides cooling air to critical components that control the Metro Subway trains. The current DC motors are subject to high failure rates. In addition as the DC propulsion blower motors have aged they have become difficult to start when cold or during periods of heat or humidity. Subcomponent parts are difficult to obtain for repairs and can be costly due to limited usage in the transit industry. The MTA intends to replace these motors with an AC Propulsion Blower Motor to reduce maintenance costs and eliminate propulsion failures caused by loss of airflow to the propulsion equipment.

The MBE/DBE goal established for this contract was 12%; however the Contractor is exceeding the goal by 1.54%.

FUND SOURCE: 80% Federal Funds

20% Special Funds Budgeted to MTA

APPROPRIATION CODE: J05 H0104

RESIDENT BUSINESS: No

MD TAX CLEARANCE: 10-5634-0000

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 -- 11/17/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 9-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: AX9737114

Miscellaneous Roadway Structure Restoration at Various Locations in Dorchester, Somerset, Wicomico & Worcester Counties (District 1)

ADPICS NO. AX9737114

CONTRACT DESCRIPTION: This Contract consists of miscellaneous roadway structure restoration at various locations in District 1.

AWARD: Brawner Builders, Inc.

Hunt Valley, MD

AMOUNT: $774,002.51 NTE

TERM OF CONTRACT: December 1, 2010 through December 31, 2012

PROCUREMENT METHOD: Competitive Sealed Bidding

BIDS:

Brawner Builders, Inc. $774,002.51

Hunt Valley, MD

Allied Contractors, Inc. $831,602.50

Baltimore, MD

PDI-Sheetz Construction Corp. $834,603.50

Linthicum, MD

Haris Design & Construction Co. $1,307,242.50

Rockville, MD

MBE PARTICIPATION: 5%

PERFORMANCE SECURITY: Payment & Performance Bonds for 100% of the award

amount exist for this contract

ITEM: 9-M (Continued) BPW – 11/17/10

REMARKS: The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page. Ninety seven (97) contractors were notified for this project on eMaryland Marketplace; Fourteen (14) 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.

FUND SOURCE: 100% Special Funds Budgeted to SHA

APPROPRIATION CODE: J02B0102

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-5464-1111

__________________________________________________________________________________

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 -- 11/17/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 10-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: 4261241412

Application of Herbicide Solutions at Various Locations in Harford County

ADPICS NO. 4261241412

CONTRACT DESCRIPTION: This Contract consists of the application of herbicide solutions at various locations in Harford County.

AWARD: Expert Landscape Management Corporation

Edgewood, MD

AMOUNT: $234,750.00 NTE

TERM OF CONTRACT: December 1, 2010 through December 31, 2012

PROCUREMENT METHOD: Competitive Sealed Bidding

BIDS:

Expert Landscape Management Corp. $234,750.00

Edgewood, MD

H. F. Huber & Son, Inc. $237,200.00

Reisterstown, MD

Asplundh Tree Expert Co. $269,484.50

Odenton, 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. One hundred nine (109) contractors were notified for this project on eMaryland Marketplace; Eleven (11) 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: 10-M (Continued) BPW – 11/17/10

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: 10-5599-0111

__________________________________________________________________________________

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 -- 11/17/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 11-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: 4261911413SB

Application of Herbicide Solutions at Various Locations in Somerset County

ADPICS NO. 4261911413

CONTRACT DESCRIPTION: This Contract consists of the application of herbicide solutions at various locations in Somerset County.

AWARD: Evergreen Services, Inc. Greenbelt, MD

AMOUNT: $80,000.00 NTE

TERM OF CONTRACT: December 1, 2010 through December 31, 2013

PROCUREMENT METHOD: Competitive Sealed Bidding

(Single Bid Received, Small Business Reserve)

MBE PARTICIPATION: 0%

PERFORMANCE SECURITY: None

REMARKS: The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page. One hundred seven (107) contractors were notified for this project on eMaryland Marketplace; Twelve (12) of which were MDOT certified MBE’s.

SHA contacted firms that received bid documents to inquire as to why they did not bid. Deangelo Brothers did not qualify as a Small Business and Belly MUS did not have the necessary equipment to bid.

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

ITEM: 11-M (Continued) BPW – 11/17/10

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-5823-1111

__________________________________________________________________________________

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 -- 11/17/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 12-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: 429D11413

Brush & Tree Cutting and Stump Removal at Various Locations in Dorchester, Somerset, Wicomico & Worcester Counties (District 1)

ADPICS NO. 429D11413

CONTRACT DESCRIPTION: This Contract consists of the brush & tree cutting and stump removal at various locations in District 1.

AWARD: Asplundh Tree Expert Co.

Odenton, MD

AMOUNT: $376,608.50 NTE

TERM OF CONTRACT: December 1, 2010 through December 31, 2013

PROCUREMENT METHOD: Competitive Sealed Bidding

(Single Bid Received)

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. One-hundred thirty-three (133) contractors were notified for this project on eMaryland

Marketplace; Sixteen (16) of which were MDOT certified MBE’s.

SHA contacted firms that received bid documents to inquire as to why they did not bid. Mercier, Inc. from Harmans, Maryland stated that the travel distance was too far and they could not be competitive.  Excel Tree Experts, Inc. state they due to a current high volume of work they could not bid at this time.  Two (2) other firms were contacted and did not respond.

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.

ITEM: 12-M (Continued) BPW – 11/17/10

FUND SOURCE: 100% Special Funds Budgeted to SHA

APPROPRIATION CODE: J02B0102

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-5695-1111

__________________________________________________________________________________

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 -- 11/17/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 13-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: 499D71412

Maintenance of Traffic for Various Roadway Operations at Various Locations in Carroll, Frederick & Howard Counties (District 7)

ADPICS NO. 499D71412

CONTRACT DESCRIPTION: This Contract consists of providing maintenance of traffic for various roadway operations at various locations in District 7.

AWARD: Concrete General, Inc.

Gaithersburg, MD

AMOUNT: $263,552.50 NTE

TERM OF CONTRACT: December 1, 2010 through December 31, 2012

PROCUREMENT METHOD: Competitive Sealed Bidding

BIDS:

Concrete General, Inc. $263,552.50

Gaithersburg, MD

A & M Concrete Corporation $303,162.50

Dulles, VA

Brawner Builders, Inc. $321,419.98

Hunt Valley, MD

MBE PARTICIPATION: 5%

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

REMARKS: The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page. Two-hundred sixty six (266) contractors were notified for this project on eMaryland Marketplace; Thirty-six (36) of which were MDOT certified MBE’s.

ITEM: 13-M (Continued) BPW – 11/17/10

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.

FUND SOURCE: 100% Special Funds Budgeted to SHA

APPROPRIATION CODE: J02B0102

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-5525-1111

__________________________________________________________________________________

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

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

Suzette Moore – (410) 859-7792 BPW – 11/17/10

smoore2@

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

RENEWAL OPTION (Maintenance)

ITEM: 14-m-OPT

Maryland Aviation Administration

CONTRACT ID: MAA-MC-04-019

MUFIDS/BIDS Replacement with Long Term

Maintenance at BWI Thurgood Marshall Airport

ADPICS NO: CO264467

ORIGINAL CONTRACT APPROVED: Item 1-C, DOT Agenda 04/21/04

ORIGINAL PROCUREMENT METHOD: Competitive Sealed Proposals

CONTRACTOR: Signature Technologies, Inc. t/a Com-Net Software

Miamisburg, OH

MODIFICATION: Exercise the second renewal option for a period of one (1) year from January 15, 2011 through January 14, 2012.

AMOUNT: $698,375.98

ORIGINAL CONTRACT AMOUNT: $1,961,780.00

REVISED CONTRACT AMOUNT: $3,901,205.32

PERCENTAGE INCREASE: 36% (Renewal Option No.2)

99% (Overall)

TERM: 01/15/05-01/14/10 (Original)

02/15/08-01/14/10 (Amendment No. 1)

01/15/10-01/14/11 (Renewal Option No. 1)

01/15/11-01/14/12 (Renewal Option No. 2)

ORIGINAL MBE PARTICIPATION: 4%

RENEWAL MBE PARTICIPATION: 4%

REMARKS: This contract provides preventive maintenance and repair to the Multi-Use Flight Information Display System (MUFIDS) and the Baggage Information Display System (BIDS) at BWI Thurgood Marshall Airport.

ITEM: -M-OPT (Continued) BPW – 11/17/10

This contract is considered proprietary because Signature Technologies, Inc. is the only vendor that can perform maintenance services on the hardware and software. Signature Technologies continues to provide an acceptable level of service in regards to production, responsiveness, quality of service, and cost effectiveness. The hourly rates in this renewal option are consistent with the original cost established in 2005 plus a 2.0% CPI increase.

This action represents the exercising of the second one-year renewal option as provided for in the original contract.

FUND SOURCE: 100% Special Funds Budgeted to MAA

APPROPRIATION CODE: J06I0002

MD TAX CLEARANCE: 10-5635-1111

RESIDENT BUSINESS: No

___________________________________________________________________________

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 |$1,961,780.00 |01/15/05-01/14/10 |04/21/04 | |

| | | |Item 1-C | |

|Amendment |$556,367.00 |02/15/08-01/14/10 |01/30/08 |Added displays at |

| | | |Item 12-M-MOD |Consolidated Rental Car |

| | | | |Facility, Marc Train |

| | | | |Station, Pier C bank, |

| | | | |Observation Gallery bank and|

| | | | |the International Pier back |

| | | | |wall signs |

|Renewal Option No. 1 |$684,682.34 |01/15/10-01/14/11 |11/18/09 |As provided for in original |

| | | |Item 10-M-OPT |contract |

|Renewal Option No. 2 |$698,375.98 |01/15/11-0/14/12 | |As provided for in original |

| | | | |contract |

|Revised Amount |$3,901,205.32 | | | |

| | | | | |

John Thornton (410) 385-4850 BPW – 11/17/10

jthornton@

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

SERVICE CONTRACT

ITEM: 15-S

MARYLAND PORT ADMINISTRATION

CONTRACT ID: 210106-S

Value Added Network Support

ADPICS NO. P110725

CONTRACT DESCRIPTION: The contractor will provide electronic mailbox and computer-to-computer networking services for the MPA.

AWARD: GXS, Inc.

Gaithersburg, MD

AMOUNT: $ 216,000.00 NTE (3 years – initial term)

$ 74,880.00 NTE (1st option, up to 4% CPI increase)

$ 77,875,00 NTE (2d option, up to 4% CPI increase)

$ 368,755.00 NTE (aggregate value including renewals)

TERM: Three (3) Years (December 1, 2010 – November 30, 2013), with two (2) one-year renewal options

PROCUREMENT METHOD: Competitive Sealed Proposals

(Single Proposal Received)

PROPOSALS:

Price

GXS, Inc. 3.0 cents per KB up to 200 MB (200,000 KB)

Gaithersburg, MD 4.0 cents per KB beyond 200 MB

Approximate annual cost at current volume

(approx. 167,000 KB per month):

$5,000 per month x 12 months = $60,000.00

MBE PARTICIPATION: 0% (single element of work)

PERFORMANCE SECURITY: $250,000 Letter of Credit

REMARKS: The Solicitation was advertised on eMaryland Marketplace (eMM). Four hundred twenty-six (426) vendors were directly notified of the solicitation by eMM, including many Maryland firms, 161 certified Small Business Enterprises, and 86 certified Minority Business Enterprises.

MPA received one proposal, from GXS, Inc, the incumbent contractor. Pricing under the current contract with GXS is 4.67 cents per KB up to 150 MB and 4.0 cents per KB beyond 150 MB. Current monthly volume is approximately 167,000 KB, for a current monthly cost of approximately $7,700.

ITEM: 15-S (Continued) BPW – 11/17/10

MPA contacted the vendors that expressed interest in the procurement, but did not submit a proposal, to find out why they did not submit. Only two responded. One respondent said his company did not submit a proposal because the company did not assemble a team until it was too late to prepare and submit a proposal. The other respondent said she did not submit a proposal due to a personal matter that prevented her from submitting.

Under the new contract, the monthly cost for 167,000 KB will drop to approximately $5,000, resulting in considerable savings to the State. The not-to-exceed value of $216,000 was estimated based on $6,000 per month for 36 months, to allow for reasonable variation and growth in MPA’s Electronic Data Interchange (EDI) volume.

The network services provided in this contract will enable the MPA to send and receive electronic information of any size, from standard-format EDI transactions to free-format documents such as memos, letters, and order-status inquiries. The system provides for communications between MPA and the U.S. Coast Guard, Customs, customers, and others involving port operations, security, billing, and other matters.

FUND SOURCE: 100% Special Funds budgeted to MPA

APPROPRIATION CODE: J03-D00001

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-5709-1111

________________________________________________________________________

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

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

Christine Romans 410-767-3796 BPW – 11/17/10

cromans@

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

CONTRACT MODIFICATION: Equipment

ITEM: 16-E-MOD

MARYLAND TRANSIT ADMINISTRATION:

CONTRACT ID: T-8000-0230

Small Paratransit and Non-Paratransit Buses for Locally Operated Transit Systems

ADPICS NO. CO263973

ORIGINAL CONTRACT APPROVED: Item 19-E, DOT Agenda 3/12/08

ORIGINAL PROCUREMENT METHOD: Competitive Sealed Bidding

MODIFICATION: Modification No. 6 is to provide for the acquisition of fifty eight (58) additional 158’ wheelbase gasoline powered paratransit buses of 6 & 3 seating configurations for the MTA Mobility Division.

CONTRACTOR: Coach and Equipment Bus Sales, Inc.

Baltimore, MD

AMOUNT: $4,796,044.94

ORIGINAL CONTRACT AMOUNT: $8,507,700.00

REVISED CONTRACT AMOUNT: $26,697,544.00

PERCENTAGE INCREASE: 0% (Modification No. 1)

68.5% (Modification No. 2)

17% (Modification No. 3)

8% (Modification No. 4)

22% (Modification No. 5)

21.5% (Modification No. 6)

203% (Overall)

TERM: April 1, 2008 – March 31, 2009 (Original)

April 1, 2009 – March 31, 2010 (Renewal Opt. 1)

April 1, 2010 – March 31, 2011 (Renewal Opt. 2)

ORIGINAL DBE PARTICIPATION: 0%

ITEM: 16-E-MOD (Continued) BPW – 11/17/10

REMARKS: Request for approval to add via contract modification fifty eight (58) additional 158’ wheelbase, gasoline-powered, paratransit buses. The fifty eight (58) buses will be configured in the 6 & 3 seating arrangement with front wheelchair access. The cost per bus for the 6 & 3 seating configuration with MTA options including front wheelchair lift and Ford chassis is $82,690.43. The per bus cost reflects the contract base bus price revised via the Producer Price Index (PPI) decrease of 1% as noted in the contract renewal approved March 18, 2010, combined with the 2008 option pricing provided by the original contract and effective April 1, 2008. The current contract pricing reflects a 1% savings utilizing the 2010 PPI reduction affording the MTA a real of $1,235 per bus by procuring from the current contract. That differential coupled with the aggressive pricing received on the base contract by Maryland, the use of 2008 option pricing, the relative small quantity of buses included in this modification and the time frame to place the buses into service supports the decision to modify the existing contract. The current contract was renewed for a second one (1) year period in March 2010 and contains a clause to allow additional participation by government entities.

Mobility paratransit service is federally-mandated transit service for persons with disabilities and as a result the MTA must be prepared to meet ridership demand. Not having sufficient vehicles to transport Mobility riders does not relieve the MTA of the responsibility to transport these riders. In FY 2010, Mobility ridership increased 12% over 2008 ridership levels and the MTA is seeing the same trend in increased ridership in FY 2011. The quantity requested will provide 30 replacement vehicles and 28 additional vehicles to address service expansion and new transportation service.

FUND SOURCE: 80% Federal Funds Budgeted to MTA

20% Special Funds Budgeted to MTA

APPROPRIATION CODE: J05 H0105

RESIDENT BUSINESSES: Yes

TAX CLEARANCE NO.: 10-5622-0111

_____________________________

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

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

| |

| |

| |

|ATTACHMENT I |

| | | | | |

|Amount | | | | |

|Term | | | | |

|BPW/DCAR Date | | | | |

|Reason for Modification or Renewal Option | | | | |

| | | | | |

|Original Contract Amount | | | | |

|$8,507,700.00 | | | | |

|4/1/08 - 3/31/09 | | | | |

|3/18/2008 | | | | |

|19-E | | | | |

| | | | | |

| | | | | |

|Modification No. 1 | | | | |

|$19,076.18* | | | | |

|4/1/08 - 3/31/09 | | | | |

|3/12/2008 | | | | |

| | | | | |

|Chassis model change-over from 2008 to 2009. | | | | |

| | | | | |

|Modification No. 2 Renewal Opt. 1 | | | | |

|$5,863,717.00 | | | | |

|4/1/09 - 3/31/10 | | | | |

|3/18/2009 | | | | |

|12-E-OPT | | | | |

|Renewal Option # 1 | | | | |

| | | | | |

|Modification No. 3 | | | | |

|$2,457,935.70 | | | | |

|9/1/09 - 3/31/10 | | | | |

|9/26/2009 | | | | |

|14-E-MOD | | | | |

|Thirty (30) additional 158" wheelbase paratransit buses | | | | |

| | | | | |

|Modification No. 4 | | | | |

|$1,483,068.30 | | | | |

|3/1/10 - 3/31/10 | | | | |

|2/24/2010 | | | | |

|29-E-MOD | | | | |

|Eighteen (18) additional 158" wheelbase paratransit buses | | | | |

| | | | | |

|Modification No. 5 Renewal Opt. 2 | | | | |

|$3,589,079.00 | | | | |

|4/1/10 - 3/31/11 | | | | |

|3/24/2010 | | | | |

|4-E-OPT | | | | |

|Renewal Option # 2 | | | | |

| | | | | |

|Modification No. 6 | | | | |

|$4,796,044.94 | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

|Revised Total Contract Amount | | | | |

|$26,697,544.00 | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

|*$19,076.18 was not added to the total amount due to funds remaining in the base contract due to lower than anticipated bus orders | | | | |

|for the period. | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

Robert Gay – 410-545-0433 BPW - 11/17/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

REAL PROPERTY CONVEYANCE

ITEM: 17-RP MMC#10 -2285

STATE HIGHWAY ADMINISTRATION: Located on the North side of MD 22, City of Aberdeen, Harford County, Maryland

EXPLANATION: In accordance with COMAR 14.24.05, approval is requested to release vehicular controls, as described, which are excess to the needs of the SHA.

The City of Aberdeen has requested a break in access controls on MD 22 at the northern end of the planned Corporate Office Properties Trust (COPT) office park. At the request of the City, SHA is also releasing a Reverter Clause in exchange for a Reverter Clause conveyed to SHA on an adjacent property.

SPECIAL CONDITIONS: Reverter Clause

GRANTOR: State of Maryland, State Highway Administration

GRANTEE: City of Aberdeen

CONSIDERATION: $299,050.00

APPRAISED VALUE: $299,050.00, Karen Belinko, Fee Appraiser. reviewed and selecteded by William T. Caffrey, Jr., Chief, Appraisal Review Division.

$282,700.00, Steven Muller, fee appraiser reviewed and approved by William T. Caffrey, Jr., Chief, Appraisal Review Division.

REMARKS: Approval of conveyance is requested in accordance with the Sections 8-309 and 8

310 of the Transportation Article of the State Procurement Article of the Annotated Code of Maryland.

This is an Access Break to provide for a new entrance to the proposed office park property. As consideration, the grantee has agreed to pay the selected appraised value of $299,050.00. SHA is also releasing a Reverter Clause, as part of a three way agreement, between SHA, Corporate Office Properties Trust, Aberdeen, LLC and the City of Aberdeen. This office park development plan provides right of way needed by SHA to accommodate a MD 22 improvement project associated with the Base Realignment and Closure efforts.

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- 11/17/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

REAL PROPERTY CONVEYANCE

ITEM: 18-RP MMC# 10-2301

STATE HIGHWAY ADMINISTRATION: Located at the North side of MD 22, City of Aberdeen, Harford County

EXPLANATION: In accordance with COMAR 14.24.05, approval is requested to release easements, as described, which are excess to the needs of SHA.

The easement areas to be released total of 0.2778 acres and are being released at the request of the grantee as part of a three way agreement between SHA, Corporate Office Properties Trust (COPT Aberdeen, LLC), a private developer and the City of Aberdeen.

SPECIAL CONDITIONS: None

GRANTOR: State of Maryland, State Highway Administration

GRANTEE COPT Aberdeen, LLC

CONSIDERATION: $22,050.00

APPRAISED VALUE: $22,050.00 Karen Belinko - Fee Appraiser. Reviewed and approved by William T. Caffrey, Jr., 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.

SHA is releasing the perpetual easements for outlet ditches as part of an agreement between SHA, COPT Aberdeen, LLC and the City of Aberdeen for the appraised value of $22,050.

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 – 11/17/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

REAL PROPERTY CONVEYANCE

ITEM: 19-RP MMC# 10-2299

STATE HIGHWAY ADMINISTRATION: Road Conveyance Deed to the Town of Delmar, Wicomico County, Maryland.

South Fourth Street – a distance of 0.10+mi.

EXPLANATION: Legal authority for Road Transfer is found in Transportation Article, Section 8-304 and road conveyance in Section 10-305 of the State Procurement Article of the Annotated Code of Maryland.

SPECIAL CONDITIONS: None

GRANTOR: State of Maryland, State Highway Administration

GRANTEE: The President and Commissioners of Delmar, Wicomico County, Maryland

CONSIDERATION: $1.00

APPRAISED VALUE: Not Applicable

REMARKS: The SHA and the Town of Delmar have agreed to this conveyance made to comply with conditions pursuant to a Road Transfer Agreement.

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 – 11/17/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

REAL PROPERTY CONVEYANCE

ITEM: 20-RP MMC# 10-2283

STATE HIGHWAY ADMINISTRATION: Road Conveyance Deed to Howard County, Maryland - Former MD 732 L, Pindell School Road

EXPLANATION Legal authority for Road Transfer is found in Transportation Article, Section 8-304 and road conveyance in Section 10-305 of the State Procurement Article of the Annotated Code of Maryland.

SPECIAL CONDITIONS: None

GRANTOR: State of Maryland, State Highway Administration

GRANTEE: Howard County, Maryland

CONSIDERATION: $1.00

APPRAISED VALUE: Not Applicable

REMARKS: The SHA and the Town of Delmar have agreed to this conveyance made to comply with conditions pursuant to a Road Transfer Agreement.

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- 11/17/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

REAL PROPERTY CONVEYANCE

ITEM: 21-RP MMC# 09-2255

STATE HIGHWAY ADMINISTRATION: Located at the East side of MD 495 at North Park Road in Grantsville, Garrett 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 area to be conveyed consists of 0.061 acres and is being conveyed to the County for use as a sign site.

SPECIAL CONDITIONS: Reverter Clause- Public Purpose

GRANTOR: State of Maryland, State Highway Administration

GRANTEE Board of County Commissioners of Garrett County, Maryland

CONSIDERATION: $2,652.76 (Acquisition cost plus simple interest and administrative cost)

APPRAISED VALUE: $15,000.00 Michael Goodfellow- Fee appraiser

Reviewed and approved by Harry Bowman, Review Appraiser

REMARKS: Approval of conveyance is requested in accordance with the Section 8-309 (g) (2) (ii) of the Transportation Article, 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.

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

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

Robert Gay – 410-545-0433 BPW -- 11/17/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

REAL PROPERTY CONVEYANCE

ITEM: 22-RP MMC#10-2298

STATE HIGHWAY ADMINISTRATION: Locations on the east and west sides of MD 713 between the intersection with MD 175 and the entrance to Fort Meade, Odenton, Anne Arundel County, Maryland.

EXPLANATION: In accordance with COMAR 14.24.05, approval is requested to release vehicular controls as described, which is excess to the needs of SHA.

The Taylor Family Partnership A requested that SHA agree to break access controls at four locations along MD 713 to support the Parkside Development. In exchange, the Developer is constructing road improvements for the MD 175 BRAC project.

SPECIAL CONDITIONS: None

GRANTOR: State of Maryland, State Highway Administration

GRANTEE: Taylor Family Partnership A, a MD Limited Partnership

CONSIDERATION: Road improvements in excess of $1,960.000.00

APPRAISED VALUE: $1,960.000.00 Thomas Herbert, fee appraiser

Reviewed and approved by William Caffrey,

Chief, Appraisal Review Division (one appraisal, one review appraisal per form 19)

REMARKS: Approval of conveyance is requested in accordance with the Section 8-310 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.

________________________________________________________________________________

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.

Google Online Preview   Download