pages construction 1 – 5 architectural/engineering 6 – 21
TRANSCRIPT
Martin O’MalleyGovernor
Anthony G. Brown Lt. Governor
Beverley K. Swaim-Staley Secretary Harold M. Bartlett Deputy Secretary
Maryland Department of Transportation The Secretary’s Office
BOARD OF PUBLIC WORKS (BPW)
ACTION AGENDA
September 22, 2010
Pages Construction 1 – 5 Architectural/Engineering 6 – 21 Maintenance 22 - 43 Real Property Conveyance 44 - 48
General/Miscellaneous 49 - 51
1
Suzette Moore- (410) 859-7792 BPW - 09/22/10 [email protected] DEPARTMENT OF TRANSPORTATION ACTION AGENDA CONSTRUCTION CONTRACT: ITEM: 1-C MARYLAND AVIATION ADMINISTRATION: CONTRACT ID: MAA-CO-10-004 Sanitary Sewer Pipe Replacement at Baggage Claim No. 10 at BWI Marshall Airport ADPICS NO. MAACO10004 CONTRACT DESCRIPTION: This contract provides for removal and installation of a new six-inch sanitary sewer line. Work includes excavation, backfill pavement repairs, piping repairs, maintenance of traffic, temporary pumping bypass of sanitary sewage, and testing and acceptance of sanitary piping systems. AWARD: Baltimore Contractors, Inc. Baltimore, MD TERM OF CONTRACT: 120 Calendar Days AMOUNT: $255,366.00 PROCUREMENT METHOD: Competitive Sealed Bidding BIDS: Baltimore Contractors, Inc. $255,366.00 Baltimore, MD Stella May Contracting, Inc. $260,855.74 Edgewood, MD Certified Maintenance Company $327,090.00 Huntington, MD MBE PARTICPATION: 24% PERFORMANCE SECURITY: Performance and Payment Bonds at 100% of Contract Amount Exists REMARKS: The Engineer’s Estimate was $357,672.00. The work is required due to the failure of the existing cast iron sewer pipe laid in 1948.
2
EM: 1-C (Continued) BPW- 09/22/10
MAA Website. A total of eleven 1) sets of specifications were sold and three (3) bids received.
ed an appeal to the MSBCA on April 19, 2010. The MSBCA denied the protest on June 30,
010.
ontractor will be exceeding the goal y 8%. Baltimore Contractors, Inc. is a Certified Small Business.
UND SOURCE: 100% Special Funds Budgeted to MAA
PPROPRIATION CODE: J0610002
ESIDENT BUSINESS: Yes
D TAX CLEARANCE: 10-5152-1111
____
IT This Solicitation was advertised on eMarylandMarketplace and the(1 A protest was received on February 22, 2010. The protest was denied on April 7, 2010. The protestersubmitt2 The MBE goal established for this contract was 16%; however the Cb F A R M ____________________________________________________________________________
OARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS: B
3
DRAWN
ISCUSSION WITHOUT DISCUSSION Robert P. Gay - (410) 545-0433 BPW – 09/22/10 [email protected]
APPROVED DISAPPROVED DEFERRED WITH WITH D
DEPARTMENT OF TRANSPORTATION
AC ION
ICATION: (Construction)
CONTRACT ID:
aboratory and Office of Construction Facility in Anne Arundel County
ONTRACTOR: Forrester Construction Company
lectrical and plumbing work, asphalt index increase, revised fog system for moisture room, purchase of
:
UNT
ERCENTAGE INCREASE: 0.31% (Modification No. 3)
- 3/1/08
d to the nce requirements specified in the RFP as related to humidity levels, air temperatures
T AGENDA
CONTRACT MODIF ITEM: 2-C-MOD STATE HIGHWAY ADMINISTRATION:
AT6155129 Construction of a New Office of Materials and Technology Consolidated L
ADPICS NO. AT6155129 CONTRACT APPROVED: Item 6-C, DOT Agenda 4/19/06 ORIGINAL PROCUREMENT METHOD: Competitive Sealed Proposal C Rockville, MD MODIFICATION: Modification No. 2 provides funding to compensate the Contractor for additional eadditional humidifier canisters and lab dishwasher requested by SHA. AMOUNT: $77,726.08 ORIGINAL CONTRACT AMOUNT $24,881,696.00 REVISED CONTRACT AMO : $25,236,414.08 P 1.43% (Overall) ORIGINAL TERM: 5/1/06 MBE PARTICIPATION: 25% REMARKS: This is an ongoing construction project; therefore the contract completion date has not been modified, as any liquidated damages that are ultimately assessed would begin on the original contract completion date. SHA has been negotiating with the Contractor to resolve issues relateHVAC performa
4
ecifications.
OD (Continued) /22/10
UND SOURCE: 100% Special Funds Budgeted to SHA
PPROPRIATION CODE: J02B0101
D TAX CLEARANCE: 10-5440-1111
ESIDENT BUSINESS: Yes
_________BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS:
and air balancing. The American Society for Testing and Materials requires adherence to these sp ITEM: 2-C-M BPW – 09 F A M R
_______________________________________________________________
5
APPROVED DISAPPROVED DEFERRED WITHDRAWN
SCUS WITHO ISCUSSION
Amount Term PW Reason
Original Contract $24,881,696.00 5/1/06 - 3/1/08 4/19/06
Modification No. 1 $276,992.00 5/1/06 – 3/1/08 12/12/07 rovide funding for
by
Modification No. 2 $77,726.08 5/1/06 – 3/1/08 9/22/10
by e
ses nly. The ompletion date for
contractual purposes is still 3/1/08
TOTAL $25,236,414.08
WITH DI SION UT D
ATTACHMENT I
BDate
Pitems required by MDE & requested SHA Provide funding for items required by SHA. If approved the BPW, thcontract date will be adjusted in FMIS for payment purpooc
6
Doug Hutcheson (410) 537-7825 BPW – 09/22/10 [email protected]
DEPARTMENT OF TRANSPORTATION ACTION AGENDA
RCHITECTURAL/ENGINEERING SERVICES:
ARYLAND TRANSPORTATION AUTHORITY:
Physical On-Site Condition Inspection of Maryland
-site ) year period.
METHOD: Maryland and Architectural and Engineering Services Act; recommendation approved by the
Transportation essional Services Selection oard September 02, 2010
WARD:
hl, LL / Contract A
Greenhorne & O’Mara, Inc./ Contract B
AECOM Technical Services, Inc./
Annapolis, Maryland
ERM: Four (4) years (ending September 2014)
A ITEM: 3-AE M CONTRACT ID: MDTA 2010-01 A, B & C Transportation Authority (MDTA) Facilities DESCRIPTION: These are three (3) task order based contracts, which will provide physical oncondition inspection of Maryland Transportation Authority facilities over a four (4 PROCUREMENT
Prof B on A
Rummel, Klepper & Ka P Modjeski & Masters, Inc. Baltimore, Maryland Ammann & Whitney Consulting Engineering, P.C./ Pennoni Associates, Inc., JV Baltimore, Maryland Hardesty & Hanover, LLP/ Contract C Whitman, Requardt & Assocs., LLP, JV T
7
MOUNT: $15,000,000.00 each
/10
ROPOSALS: Technical Proposal Technical NTE
A MBE PARTICIPATION: 30% ITEM: 3-AE (Continued) BPW – 09/22 P Rating Rating Price Rummel, Klepper & Ka P hl, LL / 1,088 1 $15,000,000
JV (Contract A)
iates, JV altimore, MD
1,052 3 $15,000,000 al Services, Inc./ (Contract C)
Whitman, Requardt & Associates, LLP, JV
1,017 4 N/A ing, Inc., JV
unt Valley, MD
ompson, Inc./ 1,018 5 N/A y, Cox & Magnani/
Century Engineering, Inc., JV
altimore, MD
h
ls and tunnel ventilation buildings, mechanical and electrical systems, drainage ructures, toll plazas, buildings, and all other ancillary highway structures. The level of inspection quired will vary by year. Typically, hands on inspections, including non-destructive testing (NDT),
Modjeski & Masters, Inc.,Baltimore, MD Greenhorne & O’Mara, Inc./ 1,065 2 $15,000,000 Ammann & Whitney Consulting/ (Contract B) Engineering, P.C./ Pennoni AssocB Hardesty & Hanover, LLP/ AECOM Technic Annapolis, MD KCI Technologies, Inc./ Gannett FlemH Johnson, Mirmiran & Th Whitney, Baile Sparks, MD PB Americas/ 994 6 N/A STV Incorporated, JV B REMARKS: This Solicitation was advertised in The Daily Record and eMaryland Marketplace. A total of six (6) engineering consultant firms submitted technical proposals for this project, all of whicare Maryland firms. Price proposals were solicited and received from the top three (3) ranked firms. The three (3) firms that were not selected were debriefed. The inspections will consist of performing yearly condition inspection of all structures, roadways, drawbridges (2), tunnestre
8
nderwater inspections will be typically performed on a four (4) year cycle. The Consultant will rovide maintenance of traffic as required to perform the inspections and miscellaneous design and/or
k J. Hatem Memorial Bridge, William Preston Lane Jr.
emorial Bridge, Baltimore Harbor Tunnel Thruway, Fort McHenry Tunnel, Francis Scott Key Bridge, inal, Point Breeze, Inter County Connector (ICC) and John F. Kennedy Memorial
ighway, Point Breeze Complex and any new facilities the MDTA may acquire or construct in the
o a
UND OUR E:
PPROPRIA ION C DE:
MD TAX CLEARANCE:
Greenhorne & O’Mara, Inc. / 10-5047-0001 mann & Whitney Consulting
Engineers, P.C./ Pennoni Associates, Inc.
Hardesty & Hanover, LLP / 10-5082-0111 AECOM Technical Services, Inc. /
Whitman, Requardt & Associates, LLP
ESIDENT BUSINESSES: Yes
will be required every two (2) years with visual inspections being performed in the off years. Upconsultation services. ITEM: 3-AE (Continued) BPW – 09/22/10 The consultants shall perform all services in accordance with the solicitation for the Project. The worareas are: Harry W. Nice Bridge, Thomas MSeagirt Marine TermHfuture. We further note that in accordance with BPW Advisory No. 1995-01 the riginal contracts containprovision authorizing no-cost extensions. F S C 100% Toll Revenue A T O 29.10.02.01
Rummel, Klepper & Kahl, LLP / 10-5048-0001 Modjeski & Masters, Inc. JV Am
R
9
________________________________________________________________________ BOARD OF PUBLIC WORKS ACTIO ERENCE ITEM WAS:
DEFERRED WITHDRAWN
ION WITHOUT DISCUSSION obert P. Gay 410-545-0433 BPW – 09/22/10
N-THE ABOVE-REF
APPROVED DISAPPROVED
WITH [email protected]
DEPARTMENT OF TRANSPORTATION
ARCHITECTURAL/ENGINEERING SERVICE
ITEM: 4-AE
ONTRACT ID: BCS 2007-13 C
ONTRACT DESCRIPTION: This is the last of three (3) open-end task order contracts to
itectural and Engineering Services Act; recommendation approved by the Transportation
ptember 2, 2010.
WARD: Whitman, Requardt and Associates, LLP
$6,000,000.00
Rating (Max 760)
ACTION AGENDA
S
STATE HIGHWAY ADMINISTRATION: C Architectural and Engineering Services for the
Office of Maintenance, Statewide ADPICS NO.: SBCS0713C
Cprovide Architectural and Engineering Services for the Office of Maintenance, Facilities Management Division, Statewide. PROCUREMENT METHOD: Maryland Arch
Professional Services Selection Board on Se
A Baltimore, Maryland
AMOUNT: TERM: Five (5) Years (ending September 1, 2015)
MBE PARTICIPATION: 25% PROPOSALS: Technical Proposal Technical NTE
Ranking PriceJohnson, Mirmiran & Thompson, Inc./
parks, Maryland $6,000,000.00
Hord Coplan Macht 525 1 Contract A S
BPW Approval 4/21/10
10
RS Corporation 486 2 Contract B unt Valley, Maryland $6,000,000.00
B roval 2/24/10
78 $ .00 (Contract C)
-AE (Continued)
LS Cont ): n al Rating (Max 760)
UH
PW App
Whitman, Requardt and Associates, LLP 4 3 6,000,000Baltimore, Maryland ITEM: 4 BPW – 09/22/10 PROPOSA ( ’d Technical Proposal Tech ic NTE
Ranking Price Whitney, Bailey & na C 468 4 N/A , Cox Mag ni, LL
c.
TI, Inc. 430 6 N/A
d technical proposals for is project, all of which are Maryland firms.
rchitectural and civil, mechanical, environmental and electrical cations and estimates for
dvertisement and construction of various SHA facility projects. The Consultant shall be
on for a reasonable, limited and defined time to
end funds remaining on the contract as provided in Board Advisory 1995-1.
UND SOURCE: 100% Special Funds Budgeted to SHA
PPROPRIATION CODE: B0101
D TAX CLEARANCE: 10-5254-1111
Baltimore, Maryland AS Architects, In 434 5 N/A Linthicum, Maryland AColumbia, Maryland Gaudreau, Inc. 285 7 N/A Baltimore, Maryland
REMARKS: This Solicitation was advertised in The Daily Record, eMaryland Marketplaceand SHA Web Page. A total of seven (7) engineering consultant firms submitteth The Consultant shall perform aengineering design services for preparation of plans, specifiaresponsible for shop drawing review and post award services.
This contract includes a provision authorizing an extensisp F A M RESIDENT BUSINESS: Yes
11
BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION BPW – 9/22/10
Robert P. Gay 410-545-0433 rg
DEPARTMEN
AC
RCHITECTURAL/ENGINEERING SERVICES
M: 5-AE
n
S NO(s).: SBCS0718C & SBCS0718E
RIPTION: These are two (2) of six (6) open-end task order contracts
lysis and sound barrier design services, Statewide, for the Community Design e f High ay D OHD).
ROCUREMENT METHOD: Maryland Architectural and Engineering Services Act; ation approved by the Transportation
Professional Services Selection Board on September 2, 2010.
WARD:
T OF TRANSPORTATION TION AGENDA
A ITE STATE HIGHWAY ADMINISTRATION CONTRACT ID: BCS 2007-18 C & E
Highway Noise Analysis and Sound Barrier DesigServices, Statewide ADPIC
CONTRACT DESCto provide highway noise anaDivision (CDD) of the Offic o w evelopment ( P
recommend
A
cCormick Taylor, Inc./
The Wilson T. Ballard Compa y, Incwings Mills, MD
2,000 00.00 ach
ber 1,
M AECOM USA, Inc. , JV Contract C Baltimore, MD
n . Contract E O AMOUNT: $ ,0 e TERM: Five (5) Years (ending Septem 2015)
12
MBE PARTICIPATION: 25% PROPOSALS: Technical Proposal Technical NTE
Rating (Max 500) Ranking Price Wallace, Montgomery & Associates, LLP 326 1 Contract A
hnson, Mirmiran & Thompson, Inc. 322 2 Contract B
EM: 5-AE (Continued) BPW – 09/22/10
Rating (Max 500)
Towson, MD JoSparks, MD IT PROPOSALS: Technical Proposal Technical NTE Ranking Price McCormick Taylor, Inc. / AECOM USA, Inc., JV 319 3 $2,000,000.00
ummel, Klepper & Kahl, LLP 316 4 Contract D
he Wilson T. Ballard Company 312 5 $2,000,000.00
hitman, Requardt & Associates, LLP 307 6 Contract F
, Inc. 291 7 N/A unt Valley, MD
Inc
.D. Marble & Company/
267 11 N/A
EMARKS: This Solicitation was advertised in The Daily Record, eMaryland Marketplace al proposals
Baltimore, MD (Contract C) RBaltimore, MD TOwings Mills, MD (Contract E) WBaltimore, MD Century EngineeringH URS Corporation 290 8 N/A Hunt Valley, MD KCI Technologies, . 285 9 N/A Sparks, MD A Whitney, Bailey, Cox & Magnani, LLC, JV 272 10 N/A Owings Mills, MD Brudis & Associates, Inc. / Gannett Fleming, Inc., JV Columbia, MD Rand SHA Web Page. A total of eleven (11) engineering consultant firms submitted technic
13
he 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
and sediment control, landscape architecture design, graphic presentations, report preparation and drafting. This contract includes a provision au nsion for a reasonable, limited and defined time to
rd Advisory 1995-1.
UND SOURCE: Federal and Special Funds Budgeted to SHA
PPROPRIATION CODE: B0101 EM: 5-AE (Continued) BPW – 09/22/10
D TAX CLEARANCES: McCormick Taylor, Inc./
AECOM USA, Inc. 10-5397-0000 The Wilson T. Ballard Company, Inc. 10-5258-0111
ESIDENT BUSINESSES: Yes
for this project, all of which are Maryland firms. T
engineering, traffic engineering, utility design, drainage design, erosion
thorizing an extespend funds remaining on the contract as provided in Boa F AIT
M
R
14
OARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSIORobert P. Gay (410) 545-0433 BPW – 09/22/10 [email protected]
DEPARTMENT OF TRANSPORTATION
RCHITECTURAL/ENGINEERING SERVICES
ITEM: 6-AE STATE HIGHWAY ADMINISTRATION
rvices, Baltimore & Harford Counties (District 4) Traffic
813B
CT ESCR PTIO : his is contract provide traffic engineering services for District 4 Traffic.
ROCUREMENT METHOD: Maryland Architectural and Engineering Services Act; recommendation approved by the Transportation
er 2,
ohnso rm an & homp , Inc
1,000 0
TERM: Five (5) Years (ending August 1, 201
BE PARTICIPATION: 23%
Technical Proposal Technical NTE
B
N WITHOUT DISCUSSION
ACTION AGENDA A
CONTRACT ID: BCS 2008-13B
Traffic Engineering Se
ADPICS NO: SBCS0 CONTRA D I N T the second and final open-end task orderto P
Professional Services Selection Board on Septemb2010.
AWARD: J n, Mi ir T son . Baltimore, Maryland AMOUNT: $ ,000.0
5) D PROPOSALS:
15
Rating (Max 690) Ranking Price Johnson, Mirmiran & Thompson, Inc 539 1 $1,000,000.00
(Contract B) Wallace, Mont C
owson, MD $1,000,000.00 Approval
08/11/10
& ssoci es, LL
EM: 6-AE (Continued) BPW – 09/22/10
nt’d): Technical Proposal Technical NTE
Sparks, MD
gomery and Associates, LLP 538 2 Contract T
BPW Whitman, Requardt A at P 520 3 N/A Baltimore MD STV Incorporated 513 4 N/A Baltimore, MD IT PROPOSALS (Co
Rating (Max 690) i Rank ng Price Century Engineering, Inc. 484 5 N/A
480 6 N/A altimore, MD
The Traffic Group, Inc. 466 7 N/A
olumbia, MD
was advertised in The Daily Record, eMaryland Marketplace and SHA eb page. A total of nine (9) engineering consultant firms submitted technical proposals for this
he Consultant shall perform various traffic engineering studies, analysis, or design services as applicable
e project assignments made by the District. Services furnished by the Consultant may be for the e Safety Improvement, Congested Intersection
provement, and Quick Action Projects Programs. The Consultant may also be required to provide on
tra is exceeding the goal by 2%.
Hunt Valley, MD PB Americas, Inc. B
Baltimore, MD URS Corporation 436 8 N/A Hunt Valley, MD The RBA Group 411 9 N/A C REMARKS: This Solicitationwproject, of which all are Maryland firms. T
to thaccomplishment of the Highway Administration’s CandidatImsite-support staff. The goal established for this contract was 21%. The Con ctor
16
Contract A isthe amount of $1,000,0
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.
UND SOURCE: Federal and Special Funds Budgeted to SHA
PPROPRIATION CODE: B0101
D TAX CLEARANCE: 10-4321-1111
ESIDENT BUSINESS: Yes
for traffic engineering services in District 3, which was approved by BPW on 4/21/10 in 00.00.
This contract includes
F A M R
AS: APPROVED DISAPP WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WROVED DEFERRED
Robert P. Gay 410-545-0433 BPW – 09/22/[email protected]
DEPARTMENT OF TRANSPORTATION ACTION AGENDA
ARCHITECTURAL/ENGINEERING SE ITEM: 7-AE
ONTRACT ID: BCS 2009-03 B ervices, Statewide
ADPICS NO: SBCS0903B
ONTRACT DESCRIPTION: This is last of ten (10) open-end contracts to provide various structures, Statewide. Project assignments
diction bridges.
PROCUREMENT METHOD: ectu in ervices Act; recommendation approved by the Transportation
010.
Sparks, Maryland
er 1,
MBE PARTICIPATION: 25%
RVICES
STATE HIGHWAY ADMINISTRATION C Bridge Design S
Cengineering and design services for bridges and incidentalwill be for State, County and local juris
Maryland Archit ral and Eng eering S
Professional Services Selection Board on September 2, 2
AWARD: Johnson, Mirmiran & Thompson, Inc. AMOUNT: $4,000,000.00 TERM: Five (5) Years (ending Septemb 2015)
17
ROPOSALS: Technical Proposal Technical NTE
at g (Ma 710)
P
R in x ng Ranki Price Wallace, Montgomery & Associates, LLP 505 1 Contract A Towson, MD 00.00
BPW Approval
Johnson, Mirmiran & Thompson, Inc. 504 2
AE ( ontin d) 2/10
PROPOSALS (Cont’d): Technical Proposal Technical
$4,000,0
04/21/10
$4,000,000.00 Sparks, MD (Contract B) Rummel, Klepper & Kahl, LLP 478 3 Contract C Baltimore, MD $4,000,000.00
BPW Approval 07/07/10 ITEM: 7- C ue BPW – 09/2
NTE Rating (Max 710) Ranking Price
Whitman, Requardt & Associates, LLP 477 4 Contract D
0
he Wilson T. Ballard Company 455 5 Contract E 0
CI Technologies, Inc./
Mag ani, L / c. 47 7
Baltimore, MD
05/19/10
ociates, Inc. 444 8 Contract H olumbia, MD $4,000,000.00
BPW Approval /10
Baltimore, MD $4,000,000.0BPW Approval07/28/10
TOwings Mills, MD $4,000,000.0
BPW Approval07/07/10
K Gannett Fleming, Inc. 453 6 Contract F Sparks, MD $4,000,000.00
BPW Approval 04/21/10
Whitney, Bailey, Cox & n LC AECOM USA, In 4 Contract G
$4,000,000.00 BPW Approval
Brudis & AssC
05/19
18
RS Corporation 442 9 Contract I ley, M
BPW Approval
olan Associates, Inc. 437 10 Contract J
0,000.00 BPW Approval
04/21/10
.
r & Associates, Inc. 428 12 N/A inthicum, MD
EM: 7-AE (Continued) BPW – 09/22/10
Cont’d): Technical Proposal Technical NTE Rating (Max 710)
UHunt Val D $4,000,000.00
08/11/10
NEllicott City, MD $4,00
Greenhorne & O’Mara, Inc 433 11 N/A Laurel, MD Michael Baker Jr. Inc. / Kennedy, PorteL IT PROPOSALS (
Ranking Price Century Engineering, Inc. 428 13 N/A
unt Valley, MD
14 N/A altimore, MD
Baltimore, MD
395 17 N/A
anghorne, PA
N/A altimore, MD
citation was advertised in The Daily Record, eMaryland Marketplace and ltant firms submitted technical proposals for
is project, sixteen (16) of which are Maryland firms.
he Consultant shall perform all facets of engineering and design services as it relates to the design of g bridges and incidental structures;
H Jacobs Engineering Group, Inc./ Wilbur Smith Associates 421B STV Incorporated/PB Americas, Inc. 418 15 N/A
T.Y. Lin International 398 16 N/A Alexandria, VA
TranSystems L Dewberry & Davis LLC 395 18 B REMARKS: The SoliSHA Web Page. A total of eighteen (18) engineering consuth Tnew bridges and/or modification/rehabilitation of existin
19
and reviewwork, traffic control plans, lighting and signalization. The scope of work may include new or replacement structures dges moveable bridges
This contract includes a provision authori reasonable, limited and defined time to
oard Advisory 1995-1.
Federal and Special Funds budgeted to SHA
0101
development of designs, details and contract documents which may include structures, approach roadway
, deck replacement on bri , box culverts, retaining walls,and
bridge widening.
zing an extension for aspend funds remaining on the contract as provided in B FUND SOURCE: APPROPRIATION CODE: B MD TAX CLEARANCE: 10-5196-1111
RESIDENT BUSINESS: Yes
APPROVED DEFERRED WITHDRAWN
Robert P. Gay 410-545-0433 BPW 2/10 [email protected]
BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS: APPROVED DIS
WITH DISCUSSION WITHOUT DISCUSSION -- 09/2
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA G SERVICES
rvices, Statewide ADPICS NOS.: SBCS0911A & SBCS0911C
ONTRACT DESCRIPTION: These are two (2) of six (6) open-end task order contracts
T METHOD: Maryland Architectural and Engineering Services Act;
Tra a on oar ptember 2,
2010.
TV In orpora d C
ARCHITECTURAL/ENGINEERIN ITEM: 8-AE STATE HIGHWAY ADMINISTRATION CONTRACT ID: BCS 2009-11 A & C
Field Survey Se
Cfor field survey services, Statewide. PROCUREMEN
recommendation approved by the nsport tiProfessional Services Selection B d on Se
AWARD: Wallace, Montgomery & Associates LLP Contract A Towson, MD S c te Contract
20
27% PROPOSALS:
Technical Proposal Technical NTE ating 5 0)
Baltimore, MD AMOUNT: $2,000,000.00 TERM: Five (5) Years (ending September 1, 2015) DBE PARTICIPATION:
R (Max 7 Ranking Price Wallace, Montgomery & Associates, LLP 386 1 $2,000,000.00
)
hnson, Mirmiran & Thompson, Inc. 379 2 Contract B
TV Incorporated 362 3 $2,000,000.00
ract C)
B Consultants, Inc. 361 4 Contract D
tinued) BPW -- 09/22/10
Technical Proposal Technical NTE Rating (Max 570)
Towson, Maryland (Contract A JoSparks, Maryland SBaltimore, Maryland (Cont ABaltimore, MD ITEM: 8-AE (Con PROPOSALS (Cont’d):
Ranking Price A. Morton Thomas & Associate . 359 5 Contrs, Inc act E
, MD
awrence, Inc. 252 11 N/A
Rockville, MD Whitman, Requardt & Associates, LLP 354 6 Contract F Baltimore, MD Dewberry & Davis, LLC 300 7 N/A Baltimore, MD The Wilson T. Ballard Company 274 8 N/A Owings Mills, MD Greenman-Pedersen, Inc. 265 9 N/A Annapolis Junction KCI Technologies, Inc. 262 10 N/A Sparks, MD EBA Engineering, Inc./ O’Connell & L
21
entury Engineering, Inc. 250 12 N/A unt Valley, MD
ummel, Klepper & Kahl, LLP 230 13 N/A
227 14 N/A illersville, MD
220 15 N/A unt Valley, MD
N/A
, Inc. 212 17 N/A
Hagerstown, MD
EM: 8-AE (Continued) BPW -- 09/22/10
EMARKS: This Solicitation was advertised in The Daily Record, eMaryland Market Place and SHA eb page. A total of eighteen (18) engineering consultant firms submitted Technical Proposals for this roject, all of which are Maryland firms.
he Consultants shall provide various field survey services, statewide, for each assignment, all in onnection with the project.
his contract includes a provision authorizing an extension for a reasonable, limited and defined time to end funds remaining on the contract as provided in Board Advisory 1995-1.
UND SOURCE: Federal and Special Funds Budgeted to SHA
PPROPRIATION CODE: B0101
D TAX CLEARANCE: Wallace, Montgomery & Associates, LLP 10-5245-1111 STV Incorporated 10-5246-1110
ESIDENT BUSINESSES: Yes
Baltimore, MD CH RBaltimore, MD Development Facilitators, Inc. M URS Corporation H Whitney, Bailey, Cox & Magnani, LLC 219 16 Baltimore, MD Loiederman Soltesz AssociatesRockville, MD Triad Engineering, Inc. 194 18 N/A
IT Rwp Tc Tsp F A M
R
22
_____ BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
Suzette Moore- (410) 859-7792 BPW - 09/22/10 [email protected] DEPARTMENT OF TRANSPORTATION ACTION AGENDA MAINTENANCE CONTR CA T:
EM: 9-M
CONTRACT ID: AA-MC-10- Inspection, Repair and Maintenance of High
d l and Martin State Airports
ADPICS NO. MAAMC10002
ONT CRIPTION: This contract provides inspection, testing, maintenance and repairs t including but not limited to 34.5 KV, 13.8 KV and 480V transformers, switchgears,
ed Substations and enerat W in accordance with the manufacturer’s recommendations and the National lectrical Testing Association (NETA).
IT MARYLAND AVIATION ADMINISTRATION:
M 002
Voltage System Distribution at BWI Thurgoo Marshal C RACT DESof all equipmenAutomatic Transfer Switches, Distribution Systems, switching between double endg ors up to 750 KE
23
WARD: Harford Electrical Testing Co., Inc.
hree (3) Years with Notice to Proceed
MOUNT: $1,684,920.00 NTE (3 Years)
A Joppa, MD TERM OF CONTRACT: T with two (2) two (2) year renewal options A $1,145,745.60 NTE (cost of two-year option incl. 2%CPI)
e including two-year renewal option)
Harford Electrical Testing Co., Inc. $1,684,920.00
31,640.00
Belcamp, MD
Potomac Testing, Inc. $2,158,310.00
BE PARTICPATION: 0% (single element of work)
EM: 9-M (Continued) BPW- 09/22/10
ERFORMANCE SECURITY: Performance and Payment Bonds at 100% of Contract Amount Exists
EMARKS: This Solicitation was advertised on eMarylandMarketplace and the MAA Website. A tal of nine (9) firms purchased plans and specifications. Three (3) bids were received. The MBE goal
stablished for this contract was 0% because this is specialized work which requires National lectrical Testing Association (NETA) Certification.
UND SOURCE: 100% Special Funds Budgeted to MAA
PPROPRIATION CODE: JO610003
ESIDENT BUSINESS: Yes
D TAX CLEARANCE: 10-5280-0111
$2,830,665.60 NTE (aggregate valu
PROCUREMENT METHOD: Competitive Sealed Bidding (Multi-Step) BIDS: Joppa, MD Reuter Hanney , Inc. $1,9 Crofton, MD M IT P RtoeE F A R M
24
________________________________________________________________________________ BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN
BPW - 09/22/10 [email protected]
WITH DISCUSSION WITHOUT DISCUSSION Suzette Moore- (410) 859-7792 sm
ITEM: 10-M MARYLAND AVIATION ADMINISTRATION:
04 Security Guard Services at BWI Thurgood Marshall
ADPICS NO. MAAMC11004
co rofessional, reliable and effective security uard s I Thurgood Marshall Airport (BWI) to assist the Administration in maintaining ompliance with the TSR Part 1542, and security directives issued by TSA during the term of the ontrac b fully ll the security posts at all times.
WARD: AKAL Security, Inc. la, NM
DEPARTMENT OF TRANSPORTATION ACTION AGENDA MAINTENANCE CONTRACT:
CONTRACT ID: MAA-MC-11-0 Airport CONTRACT DESCRIPTION: This ntract provides pg ervices at BWcc t. The security guards are to e trained to cover a A Espano
25
mber 30, 2013), with two (2) two (2) year renewal options
MOUNT: $14,058,576.60 NTE (3 Years) $ 9,559,832.10
TERM OF CONTRACT: Three (3) Years (December 1, 2010- Nove A
NTE (cost of two-year option incl. 2%CPI)
nc. $14,058,576.60 Espanola, NM
Healthcare Security Services, Inc. $15,592,959.00
.58 Floral Park, NY
BE PARTICPATION: 25%
ERFORMANCE SECURITY: Performance and Payment Bonds at 100% of Contract Amount Exists
EM: 10-M (Continued) BPW- 09/22/10
EMARKS: This Solicitation was advertised on eMarylandMarketplace and the MAA Website. A tal of twenty-seven (27) firms purchased plans and specifications. Three (3) bids were received.
protest was received on June 22, 2010 from a company that submitted a technical proposal and was enied on July 6, 2010. The protester did not file an appeal to the MSBCA. A second protest was ceived on July 8, 2010 and its protest was denied on July 30, 2010. This protester did not file an
ppeal to the MSBCA.
UND SOURCE: 100% Special Funds Budgeted to MAA
PPROPRIATION CODE: JO610003
ESIDENT BUSINESS: No
D TAX CLEARANCE: 10-5320-0111
$23,618,408.70 NTE (aggregate value including two-year renewal option)
PROCUREMENT METHOD: Competitive Sealed Bidding (Multi-Step) BIDS: AKAL Security, I Denver, CO FJC Security Services, Inc. $19,741,896 M P IT Rto Adrea F A R M
26
________________________________________________________________________________ BOARD U K T - OF P BLIC WOR S AC ION THE ABOVE REFERENCED ITEM WAS:
V D DEFERRED WITHDRAWN
DISCUSSION obert P. Gay 410-545-0433 BPW -- 09/22/10
APPRO E DISAPPROVED WITH DISCUSSION WITHOUT [email protected]
DEPARTMENT OF TRANSPORTATION
NANCE CONTRACT
EM:
ONTRACT ID: 4260671412 f Herbicide and Plant Growth Regulators to
Roadside Vegetation and Soil at Various Locations in Carroll County
4260671412 CONTRACT DESCRIPTION: This Contract consists of the application of herbicide and plant growth regulators to roadside vegetation and soil at various locations in Carroll County. AWARD: Green Care, LLC
ACTION AGENDA
MAINTE IT 11-M STATE HIGHWAY ADMINISTRATION C
Application o
ADPICS NO.
27
Jessup, MD AMOU
PROCUREMENT METHOD: Competitive Sealed Bidding
IDS:
Jessup, MD
r Marlboro, MD
Odenton, MD
Greenbelt, MD
Angel Systems, Inc. $487,500.00
n . 562.00
Hazelton, PA d) BPW – 09/22/10
BE PARTICIPATION: 0% (single element of work)
ERFORMANCE SECURITY: None
EMARKS: The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web age. One hundred thirteen (113) contractors were notified for this project on eMaryland Marketplace; hirteen (13) of which were MDOT certified MBE’s. ll bids are a result of Contractor submitted unit prices or labor rates extended by SHA estimated uantities.
00% of the work will be performed by a Certified Small Business Enterprise.
his contract includes a provision authorizing an extension for a reasonable, limited and defined time to end funds remaining on contract as provided in Board Advisory 1995-1.
NT: $232,500.00
TERM OF CONTRACT: October 4, 2010 through November 1, 2012
B Green Care, LLC $232,500.00 Rock Hill Lawn & Landscape, LLC $267,720.00 Pasadena, MD Trugreen Limited Partnership $307,800.00 Uppe Asplundh Tree Expert Co. $322,283.25
Evergreen Services, Inc. $332,250.00
Great Mills, MD
DeAngelo Brothers, I c $806,
ITEM: 11-M (Continue
M P RPT Aq 1 Tsp FUND SOURCE: 100% Special Funds Budgeted to SHA
28
AP RESIDENT B es
: 10-5145-0000
__ _____ _____ _____ _____ ______________________ E REFERENCED ITEM WAS:
RED WITHDRAWN
SIONobert P. Gay 410-545-0433 BPW -- 09/22/10
PROPRIATION CODE: J02B0102
USINESS: Y MD TAX CLEARANCE
__________ _ _ _ _ ________________________BOARD OF PUBLIC WORKS ACTION - THE ABOV
APPROVED DISAPPROVED DEFER
WITH DISCUS WITHOUT DISCUSSION [email protected]
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
AINTENANCE CONTRACT ITEM: 12-M STATE R TION CONTRACT ID: 4291371412
Cutting and Stump Removal at Various Locations in Howard County ADPICS NO. 4291371412
ONTRACT DESCRIPTION: This Contract consists of the brush & tree cutting and stump
M
HIGHWAY ADMINIST A
Brush & Tree
Cremoval at various locations in Howard County.
29
, MD
NTE
ERM OF CONTRACT: October 4, 2010 through December 31, 2012
IDS:
Jessup, MD
Ashton, MD
Asplundh Tree Expert Co. $344,108.00
capin Inc. 206.00
Front Royal, VA
BE PARTICIPATION: 3%
ERFORMANCE SECURITY: Payment and Performance Bonds for 100% of the award amount exist for this contract
EMARKS: The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page.
ighty seven (87) contractors were notified for this project on eMaryland Marketplace; Nine (9) of hich were MDOT certified MBE’s. EM: 12-M (Continued) BPW – 09/22/10
ll bids are a result of Contractor submitted unit prices or labor rates extended by SHA estimated uantities.
00% of the work will be performed by a Certified Small Business Enterprise.
his contract includes a provision authorizing an extension for a reasonable, limited and defined time to end funds remaining on contract as provided in Board Advisory 1995-1.
UND SOURCE: 100% Special Funds Budgeted to SHA
PPROPRIATION CODE: J02B0102
ESIDENT BUSINESS: Yes
AWARD: Excel Tree Expert Co., Inc.
Jessup AMOUNT: $327,225.00 T PROCUREMENT METHOD: Competitive Sealed Bidding B Excel Tree Expert Co., Inc. $327,225.00
Greenskeeper Environmental, LLC $339,300.00
Odenton, MD
Pittman’s Tree & Lands g, $406,
M P
R
EwIT Aq 1 Tsp F A R
30
_________________________________________________________ NCED ITEM WAS:
DRAWN
ION obert . Gay 410-5 5-043 09/22/10
a.state.md.us
MD TAX CLEARANCE: 10-5146-0111
_________________________BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERE
APPROVED DISAPPROVED DEFERRED WITH
WITH DISCUSSION WITHOUT DISCUSSR P 4 3 BPW -- rgay@sh
R MEN SPORTATION
ACTION AGENDA
MAIN ITEM: 13-M
TATE HIGHWAY ADMINISTRATION
CONTRACT ID: ng and Stump Removal at Various
S NO. 4291421412
DEPA T T OF TRAN
TENANCE CONTRACT
S
4291421412 Brush & Tree CuttiLocations in Kent County ADPIC
31
ONTRACT DESCRIPTION: This Contract consists of the brush & tree cutting and stump
WARD: Asplundh Tree Expert Co. Odenton, MD
MOUNT: $369,639.60 NTE
ROCUREMENT METHOD: Competitive Sealed Bidding
IDS:
Asplundh Tree Expert Co. $369,639.60
capin Inc.
Front Royal, VA
BE PARTICIPATION: 0% (single element of work)
ERFORMANCE SECURITY: Payment and Performance Bonds for 100% of the award amount exist for this contract
EMARKS: The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page.
ighty seven (87) contractors were notified for this project on eMaryland Marketplace; Nine (9) of hich were MDOT certified MBE’s.
ll bids are a result of Contractor submitted unit prices or labor rates extended by SHA estimated uantities.
EM: 13-M (Continued) BPW – 09/22/10
his contract includes a provision authorizing an extension for a reasonable, limited and defined time to end funds remaining on contract as provided in Board Advisory 1995-1.
UND SOURCE: 100% Special Funds Budgeted to SHA
PPROPRIATION CODE: J02B0102
ESIDENT BUSINESS: Yes
D TAX CLEARANCE: 10-5179-0111
Cremoval at various locations in Kent County. A A TERM OF CONTRACT: October 4, 2010 through December 31, 2012 P B
Odenton, MD
Pittman’s Tree & Lands g, $474,082.08
M P
R
Ew Aq IT Tsp F A R M
32
_ _______________________ OARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
. Gay 410-545-0433 BPW -- 09/22/10 .md.us
___________ _______________________________________________B
WITH DISCUSSION WITHOUT DISCUSSION Robert [email protected]
DEPARTMENT OF TRANSPORTATION ACTION AGENDA
MAINTENANCE CONTRACT ITEM: 14-M STATE HIGHWAY ADMINISTRATION CONT
Asset Management Contract for the I-95 North and
RACT ID: 5261371415
33
ound Rest Areas in Howard County ADPICS NO. 5261371415
CONTRACT DESCRIPTION: This Co ment for the I-95 north and uthbound rest areas in Howard County. The Contractor will be responsible for all labor, supervision, ols, materials, equipment, janitorial services, grounds maintenance and general servicing of the electrical,
s re uired a the re areas.
D. Myles
ROCUREMENT METHOD: Competitive Sealed Bidding
hurch Hill, MD
Baltimore, MD
Consolidated Constr. & Engr. Inc. $6,867,000.00
a ing, I . 0,000.00
Columbia, MD
BE PARTICIPATION: 32%
ERFORMANCE SECURITY: Payment and Performance Bonds for 100% of the award amount exist for this contract
EM: 14-M (Continued) BPW – 09/22/10
EMARKS: The Solicitation was advertised on eMaryland Marketplace and SHA's Internet eb Page. Four hundred eighty six (486) contractors were notified for this project on eMaryland arketplace; One Hundred seventeen (117) of which were MDOT certified MBE’s.
ll bids are a result of Contractor submitted unit prices or labor rates extended by SHA estimated uantities.
his contract includes a provision authorizing an extension for a reasonable, limited and defined time to end funds remaining on contract as provided in Board Advisory 1995-1.
Southb
ntract consists of the asset manage
sotomechanical and HVAC component q t st AWARD: H. Church Hill, MD AMOUNT: $4,825,381.67 NTE TERM OF CONTRACT: September 13, 2010 through June 30, 2015 P BIDS:
H. D. Myles $4,825,381.67 C
Abacus Corporation $5,288,908.20
Laurel, MD
Green Thumb Landsc p nc $6,90
M P
IT RWM Aq Tsp
34
goal by 2.02% This contract was previously submitted and withdrawn as Item 19-M on the 9/1/10 DOT Agenda.
APPROPRIATION CODE: J02B0102 RESIDENT BUSINESS:
D TAX CLEARANCE: 10-4340-0000
_____________________________________________________________________________ D ITEM WAS:
PROVED DISAPPROVED DEFERRED WITHDRAWN
ON WITHOUT DISCUSSION obert P. Gay 410-545-0433 BPW -- 09/22/10
The MBE Goal established for this contract was 30%, however the Contractor is exceeding the
FUND SOURCE: 100% Special Funds Budgeted to SHA
Yes M
_BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCE
AP
WITH [email protected]
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA MAINTENANCE CONTRACT ITEM: STATE HIGHWAY ADMINISTRATION
15-M
35
CONTRACT ID: 5491371412 enance Contract Support for the
Administration’s Maintenance Shops located in Howard County
491371412
ontract support for the Administration’s maintenance shops located in Howard County.
E.A.R.N. Contractors, Inc. Gaithersburg, MD
AMOU $1,063,200.00 NTE TERM through December 31, 2012 PROCUREMENT METHOD: Competitive Sealed Bidding
IDS: ,200.00
Gaithersburg, MD
ashington, MD
onsville, MD
e Solut ns, LL Waldorf, MD
Green Thumb Landscaping, Inc. $1,200,000.00
EM: 15-M (Continued) BPW – 09/22/10
IDS (Cont’d):
Abacus Corporation $1,324,000.00 Baltimore, MD MICA of VA, Inc. $3,360,000.00 Brandy Station, VA
Highway Maint
ADPICS NO. 5
CONTRACT DESCRIPTION: This Contract consists of providing highway maintenance c AWARD:
NT:
OF CONTRACT: October 4, 2010
B E.A.R.N. Contractors, Inc. $1,063 BWWS, Inc. $1,074,400.00
Baltimore, MD
Thomas Jones/Contractor, Inc. $1,077,600.00 Fort W
Tote-It, Inc. $1,084,000.00 Baltimore, MD
Colossal Contractors, Inc. $1,116,000.00 Burt
Matrix Busin ss io C $1,139,000.00
Columbia, MD IT B
36
PE REMARKS: ertise on eM 's Internet Web
n (17 ) con ctors ere no d f r this p (25) of which were MDOT Certified MBE’s.
All bids are a result of Contra d by SHA estimated quantities.
uthorizing an extension for a reasonable, limited and defined time to end funds remaining on contract as provided in Board Advisory 1995-1.
00% of the work will be performed by a Certified Minority Business Enterprise and Small Business
nds Budgeted to SHA APPROPRIATION CODE: RESIDENT BUSINESS:
_ _____________________ OAR OF P BLIC HE ABOVE REFERENCED ITEM WAS:
DISAPPROVED DEFERRED WITHDRAWN
USSION WITHOUT DISCUSSION Robert P. Gay 410-545-0433 BPW -- 09/22/10 rgay@
MBE PARTICIPATION: 100%
RFORMANCE SECURITY: None
The Solicitation was adv d aryland Marketplace and SHAPage. One-hundred seventy seve 7 tra w tifie o roject on eMaryland Marketplace; Twenty five
ctor submitted unit prices or labor rates extende
This contract includes a provision asp 1Enterprise. FUND SOURCE: 100% Special Fu
J02B0102
Yes MD TAX CLEARANCE: 10-5318-0111
___________________________________ _________________________B D U WORKS ACTION - T
APPROVED
WITH DISC
sha.state.md.us
DEPARTMENT OF TRANSPORTATION
MAINTENANCE CONTRACT ITEM: 16-M
ACTION AGENDA
37
STATE HIGHWAY ADMINISTRATION CONT B
Highway Maintenance Contract Support at Various Locations for the Administration’s Gaithersburg Shop in
ADPICS NO. 54915G1412
: consists of providing highway maintenance ontract support at various locations for the Administration’s Gaithersburg Shop in Montgomery County.
AWARD: E.A.R.N. Contractor, Inc.
$540,000.00 NTE
ROCUREMENT METHOD: Competitive Sealed Bidding
ersburg, MD
Baltimore, MD
BWWS, Inc. $546,000.00
tor, In .
Fort Washington, MD Keene Cut Lawn Service, Inc. $550,000.00 Glen Burnie, MD Colossal Contractors, Inc. $566,000.00 Burtonsville, MD
EM: 16-M (Continued) BPW – 09/22/10
BE PARTICIPATION: 100%
ERFORMANCE SECURITY: None
EMARKS: The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web
RACT ID: 54915G1412S
Montgomery County
CONTRACT DESCRIPTION This Contract c
Gaithersburg, MD AMOUNT: TERM OF CONTRACT: October 4, 2010 through June 30, 2012 P BIDS: E.A.R.N. Contractors, Inc. $540,000.00
Gaith
Tote-It, Inc. $543,600.00
Baltimore, MD
Thomas Jones / Contrac c $548,800.00
IT M P
R
38
Alquantities.
u orizin an ex nsion r a re onabl limit e to ntract as provided in Board Advisory 1995-1.
100% of the work will be per rise and Small Business Enterprise.
ODE: J02B0102
AN E:
_________________________________________________________________________________ ED ITEM WAS:
FERRED WITHDRAWN
Page. Sixty nine (69) contractors were notified for this project on eMaryland Marketplace; Five (5) of which were MDOT Certified MBE’s.
l bids are a result of Contractor submitted unit prices or labor rates extended by SHA estimated
This contract includes a provision a th g te fo as e, ed and defined timspend funds remaining on co
formed by a Certified Minority Business Enterp
FUND SOURCE: 100% Special Funds Budgeted to SHA APPROPRIATION C RESIDENT BUSINESS: Yes MD TAX CLEAR C 10-4862-1111 _BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENC
APPROVED DISAPPROVED DE
WITH DISCUSSION WITHOUT DISCUSSION Suzette Moore – (410) 859-7792 BPW – 09/22/10 [email protected]
DEPARTMENT O TRANSPOF RTATION
ACTION AGENDA
ENEWAL OPTION (Maintenance) R
39
ARYLAND AVIATION ADMINISTRATION
Landscape Operations at BWI Thurgood Marshall Airport
RIGINAL PROCUREMENT METHOD: Preferred Provider
Melwood Horticultural Training Center, Inc. Upper Marlboro, MD
ODIFICATION: Exercise the renewal option for a period of one (1) year from October 1, 2010
4
EVISED CONTRACT AMOUNT: $4,242,221.79
ERCENTAGE INCREASE: 35%
ERM: 03/01/07-02/28/10 (Original) 03/01/10-09/30/10 (Modification No. 1) 10/1/10-09/30/11 (Renewal Option No. 1)
RIGINAL MBE PARTICIPATION: 100%
ENEWAL MBE PARTICIPATION: 100%
EMARKS: This contract provides all labor, supervision, and equipment to conduct a comprehensive ndscaping program to include tree and shrub maintenance, perennial and annual flower bed and round cover maintenance and irrigation system maintenance located at BWI Marshall Airport.
EM: 17-M-OPT (Continued) BPW – 09/22/10
elwood has met the terms and conditions of the contract and has provided the MAA with an excellent ndscaping maintenance program. Additionally, Melwood has assisted the MAA with the Snow emoval Operations at BWI Marshall Airport for the last several years to keep the Airport operational
of 2010.
ITEM: 17-M-OPT M CONTRACT ID: MAA-MC-07-007 ADPICS NO: CO263324 ORIGINAL CONTRACT APPROVED: Item 3-M, DOT Agenda 02/14/07 O CONTRACTOR: Mthrough September 30, 2011. AMOUNT: $1,085,693.7 ORIGINAL CONTRACT AMOUNT: $3,156,528.05 R
P T O R Rlag IT MlaRfor our passengers. Melwood was especially instrumental in this role during the Snow Blizzard
40
This afor in the original contract.
UND SOURCE: 100% Special Funds Budgeted to MAA APPROPRIATION CODE: JO6I0002 RESIDENT BUSINESS: Yes
MD TAX CLEARANCE: 10-5381-1111
__________________________________________________________________________ OARD 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
Original Contract $3,156,528.05
03/01/07-02/28/10
02/14/07 Item 3-M
ction represents the exercising of a one-year renewal option with the contractor that was provided
F
_B
41
Amendment $0.00
03/01/10-09/30/10
DCAR
Re
10/01/10-09/30/11
Aor
Revised Amount $4,24
BPW – 09/22/10
newal Option No. 1 $1,085,693.74 s provided for in iginal contract
2,221.79
Suzette Moore – (410) 859-7792 [email protected]
DEPARTMENT OF TRANSPORTATION ACTION AGENDA
42
ONTRACT ID: MAA-MC-07-008 r
tems Operation, Repair and Maintenance at BWI
RIGINAL CONTRACT APPROVED: Item 4-M, DOT Agenda 10/03/07
RIGINAL PROCUREMENT METHOD: Competitive Sealed Proposals
ONTRACTOR: Pepco Energy Services, Inc. VA
ber 1, 2010 rough October 31, 2012.
MOUNT: $14,832,075.03
RIGINAL CONTRACT AMOUNT: $20,557,149.48
EVISED CONTRACT AMOUNT: $35,389,224.51
ERCENTAGE INCREASE: 73%
ERM: 11/01/07-10/31/10 (Original) 11/1/10 – 10/31/12 (Renewal Option No. 1)
RIGINAL MBE PARTICIPATION: 17%
ENEWAL MBE PARTICIPATION: 17%
EMARKS: This contract provides all labor and materials to operate Heating and Ventilation and Air onditioning (HVAC) systems, Central Utility Plant, water treatment, temperature and automation ontrols, energy management and fire alarm systems for the terminal, outer buildings, and other
I Marshall and MTN Airports.
EM: 18-M-OPT (Continued) BPW – 09/22/10
ing rly staff
RENEWAL OPTION (Maintenance) ITEM: 18-M-OPT MARYLAND AVIATION ADMINISTRATION C HVAC Systems, Central Utility Plant and Wate Treatment, Temperature & Automation Controls, Energy Management and Fire Alarm Sys Marshall and Martin State Airports ADPICS NO: CO263324 O O C Arlington, MODIFICATION: Exercise the renewal option for a period of two (2) years from Novemth A O R
P T O R RCcfacilities at BW IT Pepco Energy Services has complied with the contract requirements and has provided outstandservice at BWI Marshall and Martin State Airports. PES through efficient management of hou
43
and su Through this contra insp ction, ion has been
pdated and improved. Pepco Energy Services has consistently met the MBE requirements of the contract every year. FUND SOURCE: 100% Special Funds Budgeted to MAA
N C JO6I000 RESIDENT BUSINESS: No
MD TAX CLEARANCE: 10-5281-1111
__________________________________________________________________________ OARD 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
bcontractors has executed the work under budget every year since contract inception.
ct the Fire Alarm System e maintenance, and documentatu
APPROPRIATIO ODE: 2
_B
44
Original Contract $20,557,149.48
11/01/07-10/31/10
10/03/07 Item 4-M
Renewal Option No. 1
$14,832,075.03 11/01/10- As provided for in
Revised Amount $35,389,224.51
obert Gay – 410-545-0433 BPW – 09/22/10
10/31/12 original contract
45
DEPARTMENT OF TRANSPORTATION
REAL PROPERT
9-RP MMC# 09-2235 STATE HIGHWAY ADMINISTRATI he southeast corner of the intersection
of US 40 and Cool Hollow Road, 0.5 mile south of Beaver Creek, Washington County, Maryland
XPLANATION: In accordance with COMAR 14.24.05, approval is requested to dispose of a the n ts
of +
ACTION AGENDA
Y CONVEYANCE ITEM: 1
ON: Located at t
Eparcel of land, as described, which is excess to eeds of SHA. The property to be conveyed consis
0.41 acres in fee and + 0.65 acres in perpetual e eyed to the only adjoining wner.
RANTEE: Joy Elaine Shank Zepp & William Wilbur Zepp as
entireties
ON:
Reviewed and approved by Harry Bowman, Review raisal, one review appraisal per
form 19)
de of Maryland. HA is concurrently requesting permission to dispose and execution of the Deed. The Deed has been
forwarded to the Executive Secretary, Board of Publ There was a two story improvement on the subject property when SHA acquired the land in 1937. The
agreement with the former owner to purchase the land but not the improvement. The
e.
asement and is being convo SPECIAL CONDITIONS: None GRANTOR: State Highway Administration G
tenants by the CONSIDERATI $34,400.00 APPRAISED VALUE: $28,000.00, Richard Bowers, fee appraiser.
Appraiser, (one app
REMARKS: Approval of conveyance is requested in accordance with the Section 8-309 (f) (1)(ii) of the Transportation Article of the State Procurement Article of the Annotated CoS
ic Works for execution.
SHA negotiated animprovement was to be relocated if and when SHA proceeded with the project. This section of the project was never built and the right-of-way cleared for sal Conveying the subject property will enable the current owners of the house to clear title to the property. BOARD OF PUBLIC WORKS ACTION - THE ABOVE-REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
N Robert Gay – 410-545-0433 BPW – 09/22/2010
WITH DISCUSSION WITHOUT DISCUSSIO
46
REAL PROPERTY CONVEYANCE
STATE HIGHWAY ADMINISTRATION: ocated East of Route 32 on Julia Manor Way in y
XPLANATION: In accordance with COMAR 14.24.05, approval is requested to dispose of a
ss to the needs of SHA.
DEPARTMENT OF TRANSPORTATION ACTION AGENDA
ITEM: 20-RP MMC# 09-2241
LGlenelg, Howard Count
Eparcel of land, as described, which is exce The property to be conveyed consists of + 0.582 acres and is being conveyed to the lone adjoining
wner as part of a right-of-way transaction.
SPECIAL CONDITIONS:
RANTOR: State of Maryland, State Highway Administration
ONSIDERATION: $26,900.00
PPRAISED VALUE: $26,550.00, Melville Peters, fee appraiser
Review Appraiser.
$350.00, Lee Lambert, Appraiser State Highway viewed and approved by Bill
Caffrey, Review Appraiser.
REMARKS: Approval of conveyance is requestedthe Transportation Article, Annotated Code of Mary
ing conveyed in accordance with the terms of a “Notice of Settlement” in exchange
not een updated as the Agreed Inquisition is based on this appraisal plus the addition of 0.008 acres valued
______________________________________________________________________________ OARD OF PUBLIC WORKS ACTION - THE ABOVE-REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
o
None
G GRANTEE: George Boarman and Teresa Boarman et al C A Reviewed and approved by Ron Hammond,
Administration, Re
in accordance with the Section 8-309 (f) (1) (i) of land.
This property is befor property acquired by SHA for the MD 32 project in Howard County. The transaction was negotiatedbased on a June 2009 appraisal for $26,550 for the conveyance of 0.5774. The 2009 appraisal hasbin the July 2010 appraisal for $350.
SHA is concurrently requesting permission to dispose and execution of the Deed.
The Deed has been forwarded to the Executive Secretary, Board of Public Works for execution. _B
Robert Gay – 410-545-0433 BPW – 09/22/10 [email protected]
47
ACTION AGENDA
ITEM: 21-RP MMC# 10-2287 STATE HIGHWAY ADMINISTRATI East Patrick Street, south of I-70 and
ast of Quinn Orchard Rd, Frederick County, Maryland
uested to dispose of a arcel of land, as described, which is excess to the needs of SHA. The property to be conveyed consists
DEPARTMENT OF TRANSPORTATION
REAL PROPERTY CONVEYANCE
ON: Located on e
EXPLANATION: In accordance with COMAR 14.24.05, approval is reqpof + 0.147 acres and is being conveyed to the adjoining owner 8428 E. Patrick Street, LLC.
PECIAL CONDITIONS: None
RANTEE: 8428 E. Patrick Street, LLC
ONSIDERATION: $24,050.00
PPRAISED VALUE: $24,050.00 Lee Lambert, Appraiser, State Highway ald
, Review Appraiser, (one appraisal, one review appraisal per form 19)
EMARKS: Approval of conveyance is requested in accordance with the Section 8-309 (f) (1)(ii) of
The property was acquired in 1973 for I-70 and has
HA is concurrently requesting permission to dispose and execution of the Deed.
______________________________________________________________________________
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
S GRANTOR: State of Maryland, State Highway Administration G C A
Administration, Reviewed and approved by RonHammond
Rthe Transportation Article of the State Procurement Article of the Annotated Code of Maryland.
been cleared for disposal.
S 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:
Robert Gay – 410-545-0433 BPW – 09/22/10 [email protected]
48
ACTION AGENDA
ANC
EM: 22-RP MMC# 10-2291
t Piney Ridge Pkwy, Carroll County, Maryland
XPLANATION: In accordance with COMAR 14.24.05, approval is requested to dispose of a rty to be conveyed consists
f +
DEPARTMENT OF TRANSPORTATION
REAL PROPERTY CONVEY E IT STATE HIGHWAY ADMINISTRATION: Located on the south side of Old Liberty Rd a
Eparcel of land, as described, which is excess to the needs of SHA. The propeo 0.029 acres and is being conveyed to the adjoining owner.
SPECIAL CONDITIONS:
n
and approved by Ronald Hammond, Review l per
form 19)
EMARKS: Approval of conveyance is requested in accordance with the Section 8-309 (f) (1) (ii) of
use because of its size and configuration.
he property was dedicated by subdivision plat in 1992.
______________________________________________________________________________
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
None
GRANTOR: State of Maryland, State Highway Administratio GRANTEE: Luigi Gino and Marisa Gino, as tenants by the
entireties CONSIDERATION: $5,950.00 APPRAISED VALUE: $5,950.00 Lee Lambert, Staff Appraiser, Reviewed
Appraiser (one appraisal, one review appraisa
Rthe Transportation Article, Annotated Code of Maryland. This parcel is not capable of an independent
T 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:
Robert Gay – 410-545-0433 BPW – 09/22/10 [email protected]
49
ACTION AGENDA
ANC
EM: 23-RP MMC#10-2295
est side of I 83 in Sparks, Baltimore County Maryland
XPLANATION: In accordance with COMAR 14.24.05 of the Code of Maryland Regulations, arcel of land, as described which is excess to the needs of the
tate Highway Administration. The property to be conveyed to the former owner consists of 218 square eet in perpetual easement.
PPRAISED VALUE: $2,550.00 Irv Weiner, staff appraiser Reviewed and
appraisal, one review appraisal per form 19)
Approval of conveyance is requested in accordance with the Section 8-309 (c) (1) ortation Article of the State Procurement Article of the Annotated Code of Maryland.
his property was donated to SHA for construction of a noise wall along a portion of I-83. The mainder of the land and easement which was not used for the design of the noise wall is being
onveyed back to the former owner. No money is being exchanged for the property.
HA is concurrently requesting permission to dispose and execution of the Deed.
he Deed has been forwarded to the Executive Secretary, Board of Public Works for execution.
DEPARTMENT OF TRANSPORTATION
REAL PROPERTY CONVEY E IT STATE HIGHWAY ADMINISTRATION: Located at 601 Priceville Avenue along the w
Eapproval is requested to dispose of a pSfeet in fee simple and 445 square f SPECIAL CONDITIONS: None GRANTOR: State of Maryland, State Highway Administration GRANTEE: Catherine M. and Timothy S. Bennett CONSIDERATION: $0.00 (Property had been donated to SHA) A
approved by Paul Mazelis, Review Appraiser (one
REMARKS: (i) of the Transp Trec S T
OARD OF PUBLIC WORKS ACTION - THE ABOVE-REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION /10
B
June Hornick (410) 865-1039 BPW – 09/22
50
[email protected] DEPARTMENT OF TRANSPORTATION ON AGENDA
US
HE SECRETARY'S OFFICE
ATURE OF REQUEST: Submission of a request by the Department of Transportation (the cretary of Transportation, for the adoption of resolutions authorizing the
suance and sale by the Department of its Consolidated Transportation Bonds, Refunding Series in an 0 to be issued to refund certain outstanding bonds of the Department,
t a public sale to occur between October 1, 2010 and January 31, 2011, as determined by the Secretary,
2
_____________________________________________________________________________ OARD OF PUBLIC WORKS - THE ABOVE-REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
jh
ACTI GENERAL/MISCELLANEO ITEM: 24-GM T N“Department”), made by the Seisamount not exceeding $250,000,00ataking into account then current market conditions and the affect of market conditions on interest savings of the refunding, such savings to equal or exceed 3%, such Bonds being authorized by Subtitleof Title 3 of the Transportation Article of the Annotated Code of Maryland. The refunding bonds will refund all or a portion of the Consolidated Transportation Bonds, Series 2004.
_B
51
– 09/22/10 [email protected]
DEPARTMENT OF TRANSPORTATION ON AGENDA
US
HE SECRETARY'S OFFICE
ATURE OF REQUEST: In October of 2000, the Department of Transportation (the “Department”) s of Participation (Mass Transit Administration Project) Series
000 (the “Certificates of Participation Series 2000”) to finance the expansion of an existing garage and il station . Several agreements were involved in completing this
ansaction including a Conditional Purchase Agreement, under which purchase installments are paid by
zation
ass Transit Project), Refunding Series 2010 (the “Refunding Bonds”) in an amount not exceeding
cur between October 1, 2010 and December 1, 2010, as etermined by the Secretary, taking into account then current market conditions and the affect of market
_____________________________________________________________________________ OARD OF PUBLIC WORKS - THE ABOVE-REFERENCED ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
June Hornick (410) 865-1039 BPWjh
ACTI GENERAL/MISCELLANEO ITEM: 25-GM T Nissued $33,000,000 Project Certificate2a new garage at the MARC BWI ratrthe State of Maryland from the Transportation Trust Fund in an amount equal to debt service payments on the certificates, and a Trust Agreement with Wells Fargo Bank. Submission of a request by the Department, made by the Secretary of Transportation, for authori
to participate in the issuance and sale by the Department of Project Certificates of Participation (M
$15,000,000 to be issued to refund certain outstanding maturities of the Department’s Certificates of Participation Series 2000, at public sale to ocdconditions on interest savings generated by the refunding.
The amount of the savings resulting from the refunding and the amount of the reduced purchase installments for debt service will be determined as of the date of the issuance of the Refunding Bonds which will be offered on a competitive basis. Amendments to the Conditional Purchase Agreement and the Trust Agreement will be submitted to themembers of the BPW for review and execution as appropriate. _B
52
WITH DISCUSSION WITHOUT DISCUSSION
ACTION AGENDA GENERAL/MISCELLANEOUS ITEM: 26-GM THE SECRETARY'S OFFICE NATURE OF REQUEST: In March of 1999, the Department of Transportation (the “Department”) issued $42,750,000 Project Certificates of Participation (Maryland Aviation Administration Facilities) Series 1999 (Qualified Airport Certificates) (the “Certificates of Participation Series 1999”) to finance certain airport improvements. Several agreements were involved in completing this transaction
including a Conditional Purchase Agreement, under which purchase installments are paid by the State of
Maryland from the Transportation Trust Fund in an amount equal to debt service payments on the certificates, and a Trust Agreement with Wells Fargo Bank. Submission of a request by the Department, made by the Secretary of Transportation, for authorization
to participate in the issuance and sale by the Department of Project Certificates of Participation (Maryland Aviation Administration Facilities), Refunding Series 2010 (the “Refunding Bonds”) in an amount not exceeding $22,000,000 to be issued to refund certain outstanding maturities of the Department’s Certificates of Participation Series 1999, at a public sale to occur between October 1, 2010 and December 1, 2010, as determined by the Secretary, taking into account then current market conditions and the affect of market conditions on interest savings generated by the refunding. The amount of the savings resulting from the refunding and the amount of the reduced purchase installments for debt service will be determined as of the date of the issuance of the Refunding Bonds which will be offered on a competitive basis. Amendments to the Conditional Purchase Agreement and the Trust Agreement will be submitted to the members of the BPW for review and execution as appropriate.
June Hornick (410) 865-1039 BPW – 09/22/10 [email protected]
DEPARTMENT OF TRANSPORTATION