Suzette Moore - (410) 859-7792



Suzette Moore - (410) 859-7792 BPW – 06/09/10

smoore2@

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

CONTRACT MODIFICATION:

ITEM: 1-C-MOD

MARYLAND AVIATION ADMINISTRATION:

CONTRACT ID: MAA-CO-09-003

Erosion Repairs at BWI Thurgood Marshall Airport

ADPICS NO. CO257372

CONTRACT APPROVED: Item 1-C, DOT Agenda 04/15/09

ORIGINAL PROCUREMENT METHOD: Competitive Sealed Bidding

CONTRACTOR: Melvin Benhoff Sons, Inc.

Baltimore, MD

MODIFICATON: Modification No. 2 provides additional funds for emergency erosion repairs at two sites at BWI Marshall. In addition, this modification will extend the duration of the contract by 233 days, non-compensable.

AMOUNT: $81,169.93 (NTE)

ORIGINAL CONTRACT AMOUNT: $1,098,738.12

REVISED CONTRACT AMOUNT: $1,179,908.05

PERCENTAGE INCREASE: 7% (MOD # 2)

REMARKS: The original contract included repair of erosion at nine sites. The additional funds will cover costs of added work, winter shutdown and work delay at site E-6 to protect an environmentally sensitive stream habitat.

FUND SOURCE: 100% Special Funds Budgeted to MAA

APPROPRIATION CODE: J06I0003

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-4343-1111

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APPROVED DISAPPROVED DEFERRED WITHDRAWN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 |$1,098,738.12 | 180 calendar days |04/15/09 Item 1-C | |

|Modification #1 | | |12/7/09, DCAR |add 150 calendar days to contract |

| | | | |expiration date |

|Modification #2 |$81,169.93 | |6/9/10 |extend contract duration by 233 |

| | | | |days |

|Revised Amount |$1,179,908.05 | | | |

Suzette Moore- (410) 859-7792 BPW - 06/09/10

smoore2@

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 2-M

MARYLAND AVIATION ADMINISTRATION:

CONTRACT ID: MAA-MC-11-001

Uninterrupted Power Supply (UPS) Systems

Inspection, Repair and Maintenance at BWI

Marshall / Martin State Airports

ADPICS NO. MAAMC11001

CONTRACT DESCRIPTION: This contract provides a preventive maintenance and emergency

repair program for twenty-six (26) UPS units at Baltimore/Washington International Thurgood Marshall

Airport (BWI) and Martin State Airports (MTN). The work includes monthly service of battery

maintenance, semi-annual service of temperature checks on all breakers, connections and system

components.

AWARD: Ward Boland Associates, Inc. Owings Mills, MD

TERM OF CONTRACT: Three (3) Years (August 1, 2010-July 31, 2013),

with one (1) two (2) year renewal option

AMOUNT: $690,463.45

PROCUREMENT METHOD: Competitive Sealed Bidding

(One Bid Received)

MBE PARTICPATION: 0% (no subcontractable opportunities)

PERFORMANCE SECURITY: Performance and Payment Bonds at 100% of

Contract Amount Exists

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

(5) sets of specifications were sold, one (1) bid was received. MAA contacted other bidders to inquire

about reasons for not bidding. Reasons for not bidding were; unable to meet experience requirements

and unable to meet bonding requirements. The MAA has determined that other potential bidders had

reasonable opportunity to respond.

In accordance with COMAR 21.05.02.20 and 21.05.05.03 negotiations were held with the single bidder,

resulting in a six percent (6%) price reduction. MAA recommends award of this contract in accordance

with COMAR 21.05.05. There are no MDOT Certified MBE Firms to perform subcontracting work.

ITEM: 2-M (Continued) BPW- 06/09/10

FUND SOURCE: 100% Special Funds budgeted to MAA

APPROPRIATION CODE: JO610003

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-4194-1111

________________________________________________________________________________

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 -- 06/09/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 3-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: AX9446114

Structural Repairs on Bridges – Statewide

ADPICS NO. AX9446114

CONTRACT DESCRIPTION: This Contract consists of providing all materials, labor and equipment to perform structural repairs on SHA Bridges, Statewide.

AWARD: Concrete General, Inc.

Gaithersburg, MD

AMOUNT: $8,618,702.00 NTE

TERM OF CONTRACT: June 21, 2010 through June 30, 2012

PROCUREMENT METHOD: Competitive Sealed Bidding

BIDS:

Concrete General, Inc. $8,618,702.00

Gaithersburg, MD

PDI-Sheetz Construction Corp. $8,680,314.20

Linthicum, MD

A & M Concrete Corp. $8,920,520.00

Dulles, VA

Brawner Builders, Inc. $8,978,092.50

Hunt Valley, MD

Marine Technologies, Inc. $9,858,370.00

Baltimore, MD

The Marksmen Co. $10,058,319.20

A Division of M.D. Miller Co.

MBE PARTICIPATION: 5%

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

ITEM: 3-M (Continued) BPW – 06/09/10

REMARKS: The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page. Two-hundred seventy one (271) contractors were notified for this project on eMaryland Marketplace; Forty nine (49) 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: 10-4302-1111

__________________________________________________________________________________

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 - 06/09/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 4-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: 4772161412

Install, Repair or Replace Traffic Barrier at Various Locations in Washington County

ADPICS NO. 4772161412

CONTRACT DESCRIPTION: This Contract is for on-call services for installing, repairing and / or replacing damaged traffic barrier (guardrail) at various locations in Washington County.

AWARD: Penn Line Service

Scottdale, PA

AMOUNT: $596,191.00 NTE

TERM OF CONTRACT: June 21, 2010 through December 31, 2012

PROCUREMENT METHOD: Competitive Sealed Bidding

BIDS:

Penn Line Service, Inc. $596,191.00

Scottdale, PA

Green Acres Contracting Co. $616,669.00

Scottdale, PA

L. S. Lee, Inc. $668,000.00

York, PA

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. Two-hundred thirteen (213) contractors were notified for this project on eMaryland Marketplace; Thirty two (32) 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: 4-M (Continued) BPW – 06/09/10

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: No

MD TAX CLEARANCE: 10-4313-1111

__________________________________________________________________________________

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 - 06/09/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 5-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: 4921371412

Retracing of Existing Waterborne and Thermoplastic Roadway Lines at Various Locations in Howard County

ADPICS NO. 4921371412

CONTRACT DESCRIPTION: This Contract consists of retracing of existing waterborne and thermoplastic roadway lines at various locations in Howard County.

AWARD: Interstate Road Management Corp.

Hazelton, PA

AMOUNT: $777,150.00 NTE

TERM OF CONTRACT: June 21, 2010 through June 30, 2012

PROCUREMENT METHOD: Competitive Sealed Bidding

BIDS:

Interstate Road Management Corp. $777,150.00

Hazelton, PA

Traffic Lines, Inc. $803,500.00

Farmingdale, NJ

Alpha Space Control Co., Inc. $895,250.00

Fayetteville, PA

Denville Line Painting, Inc. $959,625.00

Rockaway, NJ

Priceless Industries, Inc. $969,210.00

Baltimore, MD

MBE PARTICIPATION: 0% (single element of work)

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

ITEM: 5-M (Continued) BPW – 06/09/10

REMARKS: The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page. Twenty four (24) contractors were notified for this project on eMaryland Marketplace; Three (3) 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: No

MD TAX CLEARANCE: 10-4314-0001

__________________________________________________________________________________

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 - 06/09/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 6-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: 4922161412

Linestriping at Various Locations in Washington County

ADPICS NO. 4922161412

CONTRACT DESCRIPTION: This Contract consists of linestriping at various locations in Washington County.

AWARD: Denville Line Painting, Inc.

Rockaway, NJ

AMOUNT: $878,080.00 NTE

TERM OF CONTRACT: June 21, 2010 through December 31, 2012

PROCUREMENT METHOD: Competitive Sealed Bidding

BIDS:

Denville Line Painting, Inc. $878,080.00

Rockaway, NJ

Alpha Space Control Co., Inc. $891,002.80

Fayetteville, PA

Oglesby Construction, Inc. $1,017,710.00

Norwalk, OH

A-Annandale, Inc. $1,031,674.00

Dumfries, VA

Priceless Industries, Inc. $1,375,840.00

Baltimore, MD

MBE PARTICIPATION: 0% (single element of work)

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

ITEM: 6-M (Continued) BPW – 06/09/10

REMARKS: The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page. One-hundred twenty five (125) contractors were notified for this project on eMaryland Marketplace; Twenty six (26) 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: No

MD TAX CLEARANCE: 10-4339-0001

_________________________________________________________________________________

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 -- 06/09/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 7-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: 5280341412

Maintenance and Repair of Highway Street Lighting at Various Locations in Baltimore County

ADPICS NO. 5280341412

CONTRACT DESCRIPTION: This Contract consists of the maintenance and repair of highway street lighting at various locations in Baltimore County.

AWARD: Lighting Maintenance, Inc.

Rockville, MD

AMOUNT: $2,085,780.55 NTE

TERM OF CONTRACT: June 21, 2010 through December 31, 2012

PROCUREMENT METHOD: Competitive Sealed Bidding

BIDS:

Lighting Maintenance, Inc. $2,085,780.55

Rockville, MD

Midasco, LLC $2,326,540.00

Elkridge, MD

Rommel Engineering & Constr., Inc. $4,999,991.00

Fruitland, MD

MBE PARTICIPATION: 100%

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 five (105) 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.

ITEM: 7-M (Continued) BPW – 06/09/10

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.

The MBE Goal established for this contract was 5%. The Prime contractor is a Certified Minority Business Enterprise therefore the MBE Participation is 100%.

This work involves the repair maintenance of lighting that was designed in accordance with AASHTO standards for roadway lighting. The illumination standards are established by the Illumination Engineering Society. For street lighting SHA uses full “luminaire cutoffs,” there is only a 3% spillover at 80% axis. These full cutoffs are usually less glaring to drivers, yet they distribute full intensity light to the ground. Highmast lighting is designed as straight “down lighting” and is used on major highways.

FUND SOURCE: 100% Special Funds Budgeted to SHA

APPROPRIATION CODE: J02B0102

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-4485-1111

__________________________________________________________________________________

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 - 06/09/10

rgay@sha.state.md.us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 8-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: 5282161412

Maintenance and Repair of Highway Street Lighting at Various Locations in Washington County

ADPICS NO. 5282161412

CONTRACT DESCRIPTION: This Contract consists of the maintenance and repair of highway street lighting at various locations in Washington County.

AWARD: Sustainable Infrastructure, LLC

Baltimore, MD

AMOUNT: $216,251.00 NTE

TERM OF CONTRACT: June 21, 2010 through December 31, 2012

PROCUREMENT METHOD: Competitive Sealed Bidding

BIDS:

Sustainable Infrastructure, LLC $216,251.00

Baltimore, MD

Rommel Engineering & Constr., Inc. $487,431.35

Fruitland, MD

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. One-hundred four (104) contractors were notified for this project on eMaryland Marketplace; Twelve (12) 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.

ITEM: 8-M (Continued) BPW – 06/09/10

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.

This work involves the repair maintenance of lighting that was designed in accordance with AASHTO standards for roadway lighting. The illumination standards are established by the Illumination Engineering Society. For street lighting SHA uses full “luminaire cutoffs,” there is only a 3% spillover at 80% axis. These full cutoffs are usually less glaring to drivers, yet they distribute full intensity light to the ground. Highmast lighting is designed as straight “down lighting” and is used on major highways.

FUND SOURCE: 100% Special Funds Budgeted to SHA

APPROPRIATION CODE: J02B0102

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-4338-0000

__________________________________________________________________________________

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

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

Suzette Moore – (410) 859-7792 BPW – 06/09/10

smoore2@

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 9-m-OPT

Maryland Aviation Administration

CONTRACT ID: MAA-MC-2006-006

Solid Waste Removal and Recycling Services at

BWI Thurgood Marshall and Martin State Airports

ADPICS NO: CO257570

ORIGINAL CONTRACT APPROVED: Item 8-M, DOT Agenda 08/10/05

ORIGINAL PROCUREMENT METHOD: Competitive Sealed Bidding

CONTRACTOR: Allied Waste Services

Baltimore, MD

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

through September 30, 2012.

AMOUNT: $2,712,913.28

ORIGINAL CONTRACT AMOUNT: $3,890,523.14

REVISED CONTRACT AMOUNT: $6,603,436.42

PERCENTAGE INCREASE: 69%

ORIGINAL TERM: 10/01/05-09/30/08 (Original)

10/01/08-09/30/10 (Renewal No. 1)

10/01/10-09/30/12 (Renewal No. 2)

ORIGINAL MBE PARTICIPATION: 0% (see remarks)

RENEWAL MBE PARTICIPATION: 20% (see remarks)

REMARKS: The unit prices have not been increased for this renewal option and remain consistent with the pricing in the last year of the first renewal period.

Allied Waste continues to comply with the contract requirements and maintains an exceptionally high level of customer service. Allied Waste has assisted MAA to improve MAA’s recycling program, by providing information to tenants. The contractor has trained tenants and MAA Building Maintenance Department to use the equipment correctly.

ITEM: 9-M-OPT (Continued) BPW – 06/09/10

The MBE Goal on the original contract was 0%; however Allied has agreed to sub-contract out 20% of the work to an MDOT certified MBE.

FUND SOURCE: 100% Special Funds Budgeted to MAA

APPROPRIATION CODE: JO6I0002

MD TAX CLEARANCE: 10-4348-1110

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/DCAR |Reason |

| | | |Date | |

|Original Contract |$3,890,523.14 |10/01/05-09/30/08 |08/10/05, 8-M | |

|Renewal Option No. 1 | |10/01/08-09/30/10 |07/16/08, 12-M-OPT |as provided in the contract |

|Renewal Option No. 2 |$2,712,913.28 |10/01/10-09/30/12 | |as provided in the contract |

|Revised Amount |$6,603,436.42 | | | |

Suzette Moore – (410) 859-7792 BPW – 06/09/10

smoore2@

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 10-m-OPT

Maryland Aviation Administration

CONTRACT ID: MAA-MC-07-014

Runway/Taxiway Regulators and Computer

Lighting System Repair and Maintenance at

BWI Marshall Airport

ADPICS NO: CO256851

ORIGINAL CONTRACT APPROVED: Item 6-M, DOT Agenda 09/12/07

ORIGINAL PROCUREMENT METHOD: Sole Source

CONTRACTOR: ADB Airfield Solutions

Columbus, OH

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

through September 30, 2012.

AMOUNT: $356,800.00

ORIGINAL CONTRACT AMOUNT: $511,300.00

REVISED CONTRACT AMOUNT: $868,100.00

PERCENTAGE INCREASE: 69%

ORIGINAL TERM: 10/01/07-09/30/10 (Original)

10/01/10-09/30/12 (Renewal No. 1)

ORIGINAL MBE PARTICIPATION: 0%

RENEWAL MBE PARTICIPATION: 0%

REMARKS: This contract provides for factory trained technicians, equipment, parts and expertise to repair and maintain runway and taxiway regulator, and maintenance to the computerized airfield lighting control and monitoring system at BWI Marshall.

The unit prices have not been increased for this renewal option and remain consistent with the base period of the contract. The contractor has performed satisfactorily during the initial term of the contract.

ITEM: 10-M-OPT (Continued) BPW – 06/09/10

FUND SOURCE: 100% Special Funds Budgeted to MAA

APPROPRIATION CODE: JO6I0002

MD TAX CLEARANCE: XX-XXXX-XXXX

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/DCAR |Reason |

| | | |Date | |

|Original Contract |$511,300.00 | 10/01/07-09/30/10 |09/12/07 Item 6-M | |

|Renewal Option No. 1 |$356,800.00 |10/01/10-09/30/12 |6/9/10 |As provided for in original |

| | | | |contract |

|Revised Amount |$868,100.00 | | | |

Christine Romans – 410-767-3796 BPW—6/09/10

cromans@mta.

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

EQUIPMENT CONTRACT

ITEM: 11-E

MARYLAND TRANSIT ADMINISTRATION

CONTRACT ID: M5012645

Procurement of Transit Bus Video Cameras and Equipment

ADPICS NO.: M5012645

CONTRACT DESCRIPTION: Retro-active approval is requested to provide for the delivery

of On Board Bus CCTV cameras and associated parts and equipment for the period of 10/29/09 to 10/28/10.

AWARDS: March Networks.

Atlanta, GA

TERM: One (1) year from Notice to Proceed

AMOUNT: $1,274,306.00

PROCUREMENT METHOD: Sole Source

DBE PARTICIPATION: 0%

PERFORMANCE SECURITY: NA

REMARKS: This item was placed as a Purchase Order based on our understanding that this was a commodity procurement and as such, subject to the MTA’s commodity exemption as noted in 7-403 (a) of the Transportation Article, Annotated Code of Maryland which states that “purchases on behalf of the Administration (MTA) of rolling stock and other property peculiar to the operation of transit facilities or railroad facilities are not subject to the law governing procurement by the DGS, as well as COMAR 21.02.05.01 E (3) which states the exception and COMAR 21.02.01.04 B (8) which defines the authority of DGS. The need for this contract stems from MTA’s decision that the on board bus cameras were a commodity and could be placed under the DGS exemption. Further analysis indicated that while these items are commodities, the MTA requested BPW approval of a similar purchase in 2004 and the MTA should seek approval of this purchase.

FUND SOURCE: 100% Special Funds Budgeted to MTA

APPROPRIATION CODE: JO5 H0105

RESIDENT BUSINESS: No

MD TAX CLEARANCE: 10-4416-0000

__________________________________________________________________________________

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

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

Suzette Moore - (410) 859-7792 BPW – 06/09/10

smoore2@

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

SERVICE CONTRACT

ITEM: 12-S

MARYLAND AVIATION ADMINISTRATION:

CONTRACT ID: MAA-MAP-P6010366

RAD Multiplexer Equipment at BWI Marshall Airport

ADPICS NO: MAP6010366

CONTRACT DESCRIPTION: This contract provides equipment to transport MAA Telecommunications voice, signaling, and supervision data from several different telecommunications access points around BWI Marshall including BWI Marshall’s 800 Mhz radio services between the on-site towers and is compatible with other RAD equipment on-site.

AWARD: Pulse Communications, Inc.

Sparks, MD

TERM OF CONTRACT: One (1) Year

AMOUNT: $113,226.28

PROCUREMENT METHOD: Competitive Sealed Bidding

(One Bid Received)

REMARKS: The RAD multiplexer equipment will provide restoration of communication if there is failure or disruption in Verizon service. It will eliminate extended down time allowing focus on repairs to a fiber cut or Verizon facility failure. BWI Marshall will be able to troubleshoot and repair out of service life safety telecommunications system with in house expertise. Only one bid was received and other bidders had opportunity to submit bids. In accordance with COMAR 21.05.02.20 award is made pursuant to COMAR 21.05.05.02. The MAA has determined that the cost is fair and reasonable and it is in the best interest of the State of Maryland to award a sole source procurement.

FUND SOURCE: 100% Special Funds Budgeted to MAA

APPROPRIATION CODE: J06I0002

RESIDENT BUSINESS: No

TAX COMPLIANCE NO.: 10-4482-1111

______

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

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

Michael W. Miller – 410-633-1143 BPW – 06/09/10

mmiller@

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

GENERAL MISCELLANEOUS (Personal Property Disposition)

ITEM: 13-GM

MARYLAND PORT ADMINISTRATION: Sailing Vessel Pride of Baltimore II

Explanation: In accordance with State Finance and Procurement Article, Annotated Code of Maryland, § 10-305(b)(2)(iii)2, approval is requested to transfer this personal property, which is in excess of the needs of MPA, to the nonprofit Pride of Baltimore, Inc..

The property to be conveyed consists of a reproduction of an 1812-era Baltimore clipper.

GRANTOR: Maryland Department of Transportation (“MDOT”), acting by and through the Maryland Port Administration (“MPA”)

GRANTEE: Pride of Baltimore, Inc., a nonprofit corporation

CONSIDERATION: $1.00 and continuing covenants for the benefit of MPA and Maryland Department of Business and Economic Development

APPRAISED VALUE: $1,500,000 - Kaufman Design, Inc. $785,000 - Steven Uhthoff Marine Surveys

BACKGROUND: Approval of transfer is requested in accordance with of the State Finance and Procurement Article, Annotated Code of Maryland (“SFP”), § 10-305(b)(2)(iii)2.

Since 1988, MPA has owned the Pride of Baltimore II (the “Pride”). Consistent with MPA’s statutory mission to “increase the waterborne commerce of the ports in this State” (“MPA’s Mission”), MPA, through an agreement with the non-profit Pride of Baltimore, Inc. (“Pride, Inc.”), has sent the Pride on voyages all over the world to educate the public on Maryland’s maritime history, tradition, and commerce opportunities (“Pride Inc.’s Mission”).

Financial considerations, and reevaluation of the State’s role in the vessel’s operation have led MDOT and MPA’s Executive Director to conclude that the Pride is in excess of MPA’s needs

because it is no longer necessary to MPA’s mission and efficient operation and is thus “excess personal property,” as addressed by SFP § 4-501(b) and § 4-502(a).

Pursuant to SFP § 4-502(a)(2) and § 4-502(b), MDOT and MPA asked the Department of General Services (“DGS”) to approve of MDOT’s and MPA’s declaration that Pride is excess personal property and requested DGS to declare the Pride to be surplus personal property of the State because it is not needed by, and cannot be used by, any unit of the State government.

ITEM: 13-GM (Continued) BPW– 06/09/10

On March 15, 2010, pursuant to SFP § 4-502 and 4-503(d)(1)(iii) and COMAR 04.03.01.04, DGS declared the Pride to be surplus State property and authorized MDOT and MPA to convey the Pride of Baltimore II to Pride of Baltimore, Inc.

Following discussions with DGS, MDOT and MPA negotiated terms with Pride, Inc. for conveyance of the Pride to Pride, Inc. MDOT, MPA, and Pride, Inc. have established terms for this conveyance, subject to covenants (discussed in more detail below) providing that Pride, Inc. will continue MPA’s and the Pride’s mission to promote the waterborne commerce in Maryland, as well as appreciation of, and education regarding, Maryland’s maritime heritage and opportunities. The agreed covenants also provide that MPA and the Maryland Department of Business and Economic Development will be able to use the Pride for promotional and business development purposes.

MPA submitted the required information regarding this proposed transaction to the Senate Budget and Taxation Committee and the House Appropriation Committee pursuant to SFP § 10-305(b)(2)(ii) on April 9, 2010.

The Board declared the Pride surplus pursuant to SFP § 10-305(b)(2)(iii)2 on April 21, 2010.

COVENANTS/CONSIDERATION:

(1) Pride, Inc. shall use the Pride II solely in furtherance of the Pride, Inc.’s Mission, shall maintain the vessel’s name as Pride of Baltimore II, and shall not use the Pride II in any way that would interfere with MPA’s Mission or Pride, Inc.’s Mission.

(2) If Pride, Inc. fails to continue the operation of Pride II in a seaworthy condition and/or in furtherance of the Pride, Inc’s Mission, or otherwise fails to act in accordance with the Covenants, MPA shall have the option, upon one hundred twenty (120) days’ written notice to Pride, Inc., to receive reconveyance of title to Pride II from Pride, Inc. without payment or provision of any further consideration therefore other than the instant conveyance of Pride II to Pride, Inc.

(3) Pride, Inc. shall not convey any interest in Pride II by sale, long-term lease, or other means that would interfere with Pride, Inc.’s Mission or MPA’s Mission, without the expressed written permission of the MPA, which shall not be unreasonably withheld, and which conveyance shall remain subject to the Covenants.

 

(4) Pride’s board of directors shall include one voting member from the general public nominated by MPA’s Executive Director. The member shall have the same rights and responsibilities as any other member of Pride’s board.

(5) Pride, Inc. shall make Pride II available at no cost or expense on two hundred (250) occasions in aggregate, to allow MPA to further its Mission:

(a) Pride, Inc. shall grant MPA the right to have access to and use of Pride II on a sole and exclusive basis for promotional events, including day sails with Captain and crew, for the Port of Baltimore; or

ITEM: 13-GM (Continued) BPW – 06/09/10

(b) Pride, Inc. shall grant use of Pride II, including Captain and crew as co-host/docents, for business development by the Maryland Department of Business and Economic Development.

(6) MPA shall have input into Pride II’s sailing itinerary each year and allow MPA top priority to select the allowable exclusive and sole uses of Pride II within the itinerary.

 

(7) For five (5) years following the Effective Date of the Agreement, Pride, Inc. will donate annually either $100,000 in payment or in-kind educational services to the Maritime Industries Academy or an entity mutually approved by Pride, Inc. and MPA, provided that the donee serves the Port of Baltimore maritime community at large. In-kind services shall include, without limitation, vessel sailing, and instruction in maritime matters, such as navigation, vessel repair and maintenance, and cargo and gear stowage.

 

(8) Pride, Inc. shall provide to MPA annually a total of fifty (50) free entry passes while Pride II is at dock; provided, however, that this does not include any admission charge imposed by an organizer of a tall ships or similar event of which Pride II is a part.

(9) MPA conveys ownership of Pride II and Pride, Inc. accepts ownership of Pride II in an “as is” condition immediately upon Pride, Inc.’s transfer of the full amount of the Sale Price to MPA and execution of a Bill of Sale incorporating the terms of the Agreement.

10) The MPA shall not bear any cost or expense as a result of the transfer of Pride II’s ownership.

(11) Pride, Inc. shall purchase at its own expense protection and indemnity insurance (P&I) to cover Pride II’s hull as well as bodily injury and property damage liability insurance. The coverage shall be written with minimum limits of $2,000,000 hull and $2,000,000 P&I. Said insurance shall be written in the names of Pride, Inc., Maryland Port Administration and the State of Maryland as their interests may appear. Pride, Inc. shall deliver a renewal certificate to MPA at each policy expiration date.

12) Annually, Pride, Inc. shall obtain from the U.S. Coast Guard a certificate confirming the Pride II’s seaworthiness and shall deliver a true copy thereof to MPA.

13) MPA’s rights under the Covenants shall survive conveyance of Pride II to Pride, Inc. pursuant to this Agreement.

14) The Charter Agreement between MPA and Pride, Inc. dated December 21, 2004, regarding the operation of, and funding for, the Vessel, shall be and is hereby terminated upon conveyance of Pride II to Pride, Inc. pursuant to this Agreement.

15) This Bill of Sale and Agreement shall take effect, and transfer of title to the Pride II shall be completed, upon approval of this Bill of Sale and Agreement by the Board of Public Works of Maryland.

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

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

Christine Romans 410-767-3796 BPW – 06/09/10

cromans@mta.

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

GENERAL MISCELLANEOUS

ITEM: 14-GM

MARYLAND TRANSIT ADMINISTRATION

CONTRACT ID: MTA-1329 Access Agreement

ADPICS NO. TMTA1329

MTA-1330 Operating Agreement

ADPICS NO. TMTA1330

MTA-1331 Master License Agreement

ADPICS NO. TMTA1331

CONTRACT DESCRIPTION: The MTA has negotiated three contracts with CSX to allow for continued operation of MARC service. The contracts are the Access Agreement, the Operation Agreement and the Master License Agreement.

AWARD: CSX Transportation, Inc.

AMOUNT: MTA-1329 $134,900,000 (Five years)

MTA-1330 $117,800,000 (Two years)

MTA-1331 $ 7,944,670 (Five years)

PROCUREMENT METHOD: Sole Source

TERM: MTA-1329 – July 1, 2010 to June 30, 2015

MTA-1330 – July 1, 2010 to June 30, 2012

MTA-1331 – July 1, 2010 to June 30, 2015

MBE PARTICIPATION: See Remarks

PERFORMANCE SECURITY: N/A

REMARKS: Maryland Transit Administration’s (MTA) MARC Commuter Rail Service provides 33,000 daily rides using 84 trains serving 42 stations (including Union Station in Washington, D.C.), and covering 201 route miles. The MARC service area extends from Martinsburg, West Virginia to Washington DC to Perryville, Maryland. CSX Transportation, Inc. owns the track and operates service on the Brunswick and Camden Lines. Amtrak owns and operates the Penn Line MARC service. No State employees are involved in direct operation of train service.

The MTA’s contract with CSX for MARC service on the Camden and Brunswick lines expires on June 30, 2010. The MTA has been negotiating with CSX since April 2009 in preparation for the expiration of this contract. In addition, while CSX is willing to provide access to its facilities for MARC service, CSX no longer wants to operate passenger railroad service. The MTA currently is procuring a third party operating and maintenance contract to operate the Camden and Brunswick service for the MTA on CSX-owned tracks.

ITEM: 14-GM (Continued) BPW – 06/09/10

MTA-1329 Access Agreement

MTA must enter into a long-term access agreement with CSX valued at $134.9 million. This agreement permits MTA and its contractors to use CSX-owned track and provides for CSX dispatching of MARC trains. The access agreement extends for five years with one five year option period. The length of time is appropriate given the lack of available competition and the need to provide for uninterrupted MARC service.

MTA-1330 Operating Agreement

In addition the MTA requires a two-year operating agreement with CSX. The MTA is currently soliciting for a third party to operate the MARC service on the CSX-owned Camden and Brunswick lines and the procurement process is expected to be completed in Fall 2010. Once a contract is awarded and the vendor is given notice to proceed, there will be a transition period where CSX continues to operate the service while the new vendor prepares to take over the service. The MTA expects the transition period to be one year or less. The MTA estimates the value of this contract to be $117.8 million. This contract also includes language sharing the liability for payments to CSX employees who may be adversely impacted by the change from CSX to a third party vendor for operation of MARC service. Under federal law, employees who are adversely impacted are eligible for labor protection payments. All railroad operators are subject to these requirements and CSX and the MTA have agreed to share the responsibility for funding these payments if they become necessary.

MTA-1331 Master License Agreement

Finally the MTA is entering into a master license agreement with CSX to cover MTA’s continued use of 23 MARC stations and platforms, parking, and maintenance facilities. These facilities are important to passenger comfort, and to continued maintenance of MTA-owned assets like locomotives and rail cars. The agreement is valued at $5.833 million for five years. Because CSX owns the tracks and the right of way and must control dispatching activities for MARC Train service, the MTA can negotiate only with CSX. No other provider is available for this train service.

CSX maintains a supplier diversity program which includes an MBE participation goal of 10% for suppliers and subcontractors of the railroads direct contractors. CSX has expressed their commitment to maximizing opportunities for disadvantaged business enterprises.

FUND SOURCE: 20% Special Funds

80% Federal Funds Budgeted to MTA (MTA-1329 & MTA-1331)

100% Special Funds Budgeted to MTA (MTA-1330)

APPROPRIATION CODE: J05H0104/J05H0105

RESIDENT BUSINESS: No

MD TAX CLEARANCE: 10-4317-1001

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

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

Suzette Moore - (410) 859-7792 BPW – 06/09/10

smoore2@

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

GENERAL/MISCELLANEOUS:

ITEM: 15-GM-MOD

MARYLAND AVIATION ADMINISTRATION:

CONTRACT ID: MAA-LC-98-037

Supplement No. 2

NATURE OF REQUEST: Request to: (1) Ratify MAA’s concession contract extensions from January 1, 2008 through June 30, 2010; and (2) Approve the extension for an additional one year until June 30, 2011. This is a Concession agreement to operate fixed display terminal advertising at Baltimore/Washington International Thurgood Marshall Airport (BWI Marshall).

CONTRACTOR: JCDecaux Airport, Inc.

New York, New York

ORIGINAL CONTRACT DOT Item 43-GM (12/17/1997)

APPROVED:

ORIGINAL TERM: January 1, 1998 – December 31, 2007

MODIFIED TERM: January 1, 2008 – June 30, 2010 (retroactive)

July 1, 2010 – June 30, 2011 (MAA may terminate upon 30 days’ written notice)

REVENUE: Estimated concession fee revenue from the advertising service over the one (1) year extension period is $769,999.

*Revenues derived during retroactive term:

FY 2008: $1,643,883

FY 2009: $ 860,568

FY 2010: $ 776,317 Estimated

DBE PARTICIPATION: 15%

REMARKS: Through this concession agreement, MAA permits the Concessionaire to use State property to operate fixed display terminal advertising at BWI Marshall. This type of revenue-producing contract at a transportation facility is exempt from the State Procurement Law. See State Finance and Procurement Article, Section 11-202(3); COMAR 21.01.03.03.B(1)(d). However, the agreement must be approved by the Board of Public Works because the agreement constitutes a disposal of State property under State Finance and Procurement Article, Section 10-305.

ITEM: 15-GM-MOD (continued) BPW – 06/09/10

When the term as approved by the Board expired on December 31, 2007, MAA should have sought Board approval to extend the concession agreement. Instead, MAA extended the agreement without Board approval. Consequently, MAA now recommends that the Board ratify MAA’s extension through June 30, 2010.

MAA is currently developing a solicitation to secure a new concession contractor. MAA anticipates that the new concession will commence May 1, 2011. Therefore, MAA also recommends extending the term through June 30, 2011.

MD TAX CLEARANCE: 10-3426-0111

RESIDENT BUSINESS: Yes

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

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download