B
OARD OF PUBLIC WORKS
TABLE OF CONTENTS
OCTOBER 25, 2023
MEETING LOCATION: ONLINE & STATE HOUSE, GOVERNORS RECEPTION ROOM
100 STATE CIRCLE, ANNAPOLIS, MD 21401
Item
Section
page no.
Overall
page no.
SECRETARY’S AGENDA
1-3 Department of Agriculture 1
4 Board of Public Works - PAAR 7
5 Board of Public Works - Wetlands 8
6-7 Department of Budget & Management 10
8 Department of Emergency Management 12
9-11 Department of Housing and Community Development 13
12 Department of Information Technology 18
13 Department of Natural Resources 19
14 Maryland Department of Health 20
15 Supplemental: Department of Natural Resources 41
APPENDIX
A1-A2 Department of Human Services APP1 43
A3 Maryland Department of Labor APP5 47
SUPPLEMENT
DEPARTMENT OF NATURAL RESOURCES/REAL PROPERTY
1-2
Program Open Space Local Share DNR1 50
3-4 Community Parks and Playgrounds Program DNR3 52
5-6 Program Open Space Local Share DNR5 54
7
Program Open Space Local Share/Local Parks and Playgrounds
Infrastructure
DNR7 56
8 Program Open Space Local Share DNR10 59
9 Program Open Space State Share DNR11 60
10-12 Rural Legacy Program DNR12 61
13 Maryland Environmental Trust (MET) DNR15 64
SUPPLEMENT
UNIVERSITY SYSTEM OF MARYLAND
1 General Miscellaneous USM1 65
2 Frostburg State University USM5 69
3-4 University of Maryland, Baltimore USM7 71
PAGE TWO
BOARD OF PUBLIC WORKS
TABLE OF CONTENTS
OCTOBER 25, 2023
Item
Section
page no.
Overall
page no.
MARYLAND DEPARTMENT OF TRANSPORTATION
1-5 Maryland Transit Administration (MTA) MDOT1 76
6-19 State Highway Administration (SHA) MDOT14 89
DEPARTMENT OF GENERAL SERVICES/
OFFICE OF STATE PROCUREMENT
1-22 Capital Grants and Loans OSP1 122
23 Architectural and Engineering OSP25 145
24-25 Construction OSP29 149
26-40 Services OSP34 154
41-47 Information Technology OSP68 188
48-49
Maintenance OSP89 209
50
Genera Miscellaneous OSP93 213
51-54
Real Property OSP95 215
55
Tenant Lease OSP99 219
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
Contact: Jason Keppler 410- 841-5864
jason.keppler@maryland.gov
1. DEPARTMENT OF AGRICULTURE
Maryland Agricultural Cost-Share Program - Grants
Recommendation: That the Board of Public Works approve funding for 30 individual
grants under the Maryland Agricultural Cost-Share Program.
Authority: "Cost-Sharing-Water Pollution Control," Sections 8-701 to 8-705,
Agriculture Article, Annotated Code of Maryland
COMAR 15.01.05
Amount: $743,900
Fund Source: MCCBL of 2019 and MCCBL of 2020: Provide funds for assistance
for the implementation of best management practices that reduce
soil and nutrient runoff from Maryland farms. Items 19344 / 20340
County Grantee Agreement # Amount
Baltimore Hidden Waters, LLC AT-2024-2198 $2,100
Caroline L & B Farms, LLC
CR-2024-2175-B $22,400
CR-2024-2176 $82,500
Carroll
Jerry W. Frock MP-2024-2172 $12,300
Keyterra Farms, LLC
MP-2024-2206 $15,200
MP-2024-2207 $6,300
MP-2024-2208 $12,300
MP-2024-2209 $19,700
MP-2024-2210 $21,800
Peace & Plenty Farms, LLC MP-2024-2174 $172,600
Thomas E. Cole RS-2024-2199 $31,300
Cecil
John T. Milburn, Jr
AT-2024-2202 $11,600
AT-2024-2203 $7,100
AT-2024-2204 $9,900
Lisa R. Schafer
AT-2024-2235 $16,000
AT-2024-2236 $23,900
Two Scenic View Farms, LLC
AT-2024-2197 $2,000
AT-2024-2205-R $63,600
1
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
1. DEPARTMENT OF AGRICULTURE (cont’d)
County Grantee Agreement # Amount
Frederick
Eric C. Donnelly MP-2024-2180 $67,400
George L. Stottlemyer
MP-2024-2231 $12,400
MP-2024-2232 $18,800
Garrett Sines Family Farm AT-2024-2217 $12,200
Queen Anne's
Henry M. Hilleary AT-2024-2192 $4,200
Linda G. Willis CR-2024-2193 $8,300
Luke Sultenfuss AT-2024-2191 $37,400
St. Mary's Meadow Field Properties, Inc.
PA-2024-2200 $6,500
PA-2024-2201 $15,800
Talbot
Lewis H. Smith, Jr CR-2024-2142 $3,700
Lyons Lloyds Landing Farm, LLC CR-2024-2173-R $12,900
Phillip E. Councell, Jr CR-2024-2177 $11,700
Remarks: The Maryland Department of Agriculture has determined that each of these projects is
eligible for cost-share funds. Each project has received technical certification from the appropriate
Soil Conservation District Office. The farmer has signed the cost-share agreement and accepts the
grant conditions.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
2
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
Contact: Jason Keppler 410- 841-5864
jason.keppler@maryland.gov
2. DEPARTMENT OF AGRICULTURE
Maryland Agricultural Cost-Share Program- Additional Funding
Recommendation: That the Board of Public Works approve granting additional general
obligation bond proceeds to one grant under the Maryland
Agricultural Cost-Share Program.
Authority: "Cost-Sharing-Water Pollution Control," Sections 8-701 to 8-705,
Agriculture Article, Annotated Code of Maryland; COMAR 15.01.05
Amount: $903.94
Fund Source: MCCBL of 2018: Provide funds for assistance for the
implementation of best management practices that reduce soil and
nutrient runoff from Maryland farms. Item 18274
County Recipient Agreement # Amount
Carroll Christopher R. Weaver RS-2022-2751 $903.94
Remarks: The Maryland Department of Agriculture has determined that this project is eligible for
cost-share funds. The project has received technical certification from the appropriate Soil
Conservation District Office. The farmer has signed the cost-share agreement and accepts the grant
conditions.
Additional funds are requested for this project to offset additional costs realized at the completion
of the project. These additional costs are a result of design changes required based on site
conditions encountered during construction.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
3
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
Contact: Jason Keppler 410- 841-5864
jason.keppler@maryland.gov
3. DEPARTMENT OF AGRICULTURE
Maryland Agricultural Cost-Share Program- Reversion
Recommendation: That the Board of Public Works approve reverting the balances on
41 completed or cancelled projects under the Maryland Agricultural
Cost-Share Program.
Authority: "Cost-Sharing-Water Pollution Control," Sections 8-701 to 8-705,
Agriculture Article, Annotated Code of Maryland; COMAR 15.01.05
Amount: $177,091.08
Fund Source: MCCBL of 2020: Provide funds for assistance for the
implementation of best management practices that reduce soil and
nutrient runoff from Maryland farms. Item 20340
County Recipient Agreement # Amount Status
Carroll
Dwayne S. Uhler, Jr. RS-2023-2580 $2,655.27 Completed
Evan Z. Staley MP-2023-2206 $4,128.40 Completed
Jason M. Myers MP-2023-2176 $7,200.00 Cancelled
Matthew M. Clark
MP-2023-2256 $835.97 Completed
MP-2023-2257 $361.92 Completed
MP-2023-2258 $4,346.82 Completed
MP-2023-2259 $8,528.76 Completed
MP-2023-2260 $787.17 Completed
Steven A. Staub MP-2023-2685 $23,996.92 Completed
Cecil Meulenberg Enterprises LLC AT-2023-2564 $50.00 Completed
Frederick
Craig M. Hauser MP-2023-2067 $4,154.00 Completed
David F. Doody MP-2023-2764 $809.28 Completed
Eric L. Troxell MP-2023-2825-R $778.75 Completed
Jason W. Storm MP-2023-2030 $343.45 Completed
Robert J. Kline MP-2023-2591 $17,500.00 Cancelled
4
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
3. DEPARTMENT OF AGRICULTURE (cont’d)
County Recipient Agreement # Amount Status
Harford Martin Brothers, LLC AT-2023-2146 $51,307.99 Completed
Kent
Jeffrey M. Miller CH-2023-2266 $4,621.61 Completed
Jeffrey M. Miller CH-2023-2268 $2,170.83 Completed
Redman Family Farms, LLC AT-2023-2221 $14,635.00 Completed
Montgomery Stanley Grain & Fertilizer, LLC
AT-2023-2791 $315.00 Completed
AT-2023-2795 $1,358.00 Completed
MP-2023-2796 $1,872.00 Completed
RS-2023-2787 $330.00 Completed
RS-2023-2790 $1,251.00 Completed
RS-2023-2794 $432.00 Completed
RS-2023-2797 $2,625.00 Completed
RS-2023-2798 $1,316.00 Completed
RS-2023-2799 $1,451.00 Completed
RS-2023-2800 $462.00 Completed
RS-2023-2801 $1,264.00 Completed
Prince George's Bonnie Breeze Farm, Inc. PA-2023-2155 $2,035.12 Completed
Queen Anne's
Country Fields, Inc.
AT-2023-2521 $467.00 Completed
AT-2023-2522 $2,458.67 Completed
William V. Riggs, IV AT-2023-2579 $772.80 Completed
Talbot
B. Eugene Ewing CR-2023-2555 $644.15 Completed
Kenneth D. Cober CR-2023-2096 $322.97 Completed
Mary Ellen Perkins CH-2023-2607 $422.00 Completed
Philip W. Jones CR-2023-2162 $489.04 Completed
Phyllis B. Pensel CR-2023-2108 $1,497.79 Completed
Stephen J. Cox CR-2023-2476 $4,658.90 Completed
Washington John D. Hollyday UP-2023-2509 $1,434.50 Completed
5
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
3. DEPARTMENT OF AGRICULTURE (cont’d)
Remarks: The Maryland Department of Agriculture has confirmed that each of these projects has
either been completed or cancelled by the recipient and any unspent balance could be made
available for other eligible cost-share projects.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
6
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
Contact: Gabriel Gnall 410-260-7335
4. BOARD OF PUBLIC WORKS
Procurement Agency Activity Report
Recommendation: That the Board of Public Works approve the Procurement Agency Activity
Report submitted by:
Department of General Services May 2023
Authority: COMAR 21.02.01.05
Remarks: The content of the reports may be accessed on the Board of Public Works website:
www.bpw.maryland.gov/Pages/PAAR.aspx
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
7
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
Contact: Bill Morgante 410-260-7791
5. BOARD OF PUBLIC WORKS
Wetlands Licenses
Recommendation: The Board of Public Works Wetlands Administrator recommends that the
Board grant licenses for projects involving filling and dredging in the
navigable waters of Maryland.
MDE: The Maryland Department of the Environment concurs with this
recommendation.
Authority: Section 16-202, Environment Article, Annotated Code of Maryland: “The
Board shall decide if issuance of the [tidal wetlands] license is in the best
interest of the State, taking into account the varying ecological, economic,
developmental, recreational, and aesthetic values [the] application
presents.” See also COMAR 23.02.04.
ANNE ARUNDEL COUNTY
20-0882 GLEN ISLE IMPROVEMENT ASSOCIATION – To maintain an existing beach by
providing beach nourishment and to reduce shoreline erosion by constructing a
groin and depositing dredged sand onto the beach.
Riva, South River
Special conditions: Time of year restriction. Requirements for transplanting marsh
vegetation, constructing beach nourishment, and downloading the USACE
Maryland State Programmatic General Permit (MDSPGP) Category A permit.
21-0612 ANDREW AMRHEIN III – To provide navigable access within a boat slip by
mechanically dredging a new area, removing sand, and reusing the sand for beach
nourishment and construction of a living shoreline; and to reduce shoreline
erosion by constructing a living shoreline with stone sills, filling with sand,
grading, and planting low and high marsh vegetation.
Pasadena, Bodkin Creek
Special conditions: Requirements for marsh establishment area construction,
marsh maintenance plan, maintenance dredging, dredge material transport and
disposal, staking dredged area, post dredge bathymetric survey, and beach
nourishment.
Wetlands Created: 4,250 square feet
23-0282 RIVERBEA CORP To reduce shoreline erosion by removing a bulkhead,
constructing a revetment, and repairing a revetment.
Pasadena, Stony Creek
Special conditions: Time of year restriction. Requirements for County review and
authorization of work above mean high water and for the design and construction
of revetments. Restrictions on use of asphalt rubble in the revetment.
REVISED at the meeting
REVISED at the meeting
8
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
5. BOARD OF PUBLIC WORKS (cont’d)
ANNE ARUNDEL COUNTY (cont’d)
23-0476 CHESAPEAKE HARBOUR COMMUNITY ASSOCIATION – To reduce shoreline
erosion by constructing stone groins and providing beach nourishment with sand
fill.
Annapolis, Severn River
Special conditions: Requirements for beach nourishment area, County review and
authorization of work above mean high water, and design and construction of
groins.
HARFORD COUNTY
23-0506 NICK G. CONITS – To reduce shoreline erosion and stabilize a revetment by
constructing a bulkhead.
Havre de Grace, Susquehanna River
Special conditions: Time of year restriction. Requirements for bulkhead
construction and downloading the USACE Maryland State Programmatic General
Permit (MDSPGP) Category A permit.
SOMERSET COUNTY
22-0999 MARYLAND DEPT. OF NATURAL RESOURCES – To improve navigable access
by removing existing piers, walkway, boat ramp structures, mooring piles and
dolphins, constructing and backfilling a bulkhead, constructing piers, platforms,
mooring piles, dolphins, gangways, a wave break, replacing decking and stringers
of a pier, reconstructing boat ramps and piers, replacing in-kind stormwater drain
outfalls, and constructing a new stormwater outfall.
Crisfield, Daugherty Creek
Special conditions: Requirements for bulkhead construction, County review and
authorization of work above mean high water, removing existing piers and
associated structures, dockside sewage pump out facilities, storage and handling
of petroleum products, boat maintenance areas, boat maintenance at slips, trash
and garbage containers. Restrictions on discharge of sanitary wastewater, shellfish
harvesting or storage, and stormwater discharges.
ST MARY’S COUNTY
22-0760 ST MARY’S COUNTY DEPT. OF PUBLIC WORKS & TRANSPORTATION – To
reduce shoreline erosion by installing breakwaters, nourishing a beach with sand,
grading, and planting marsh vegetation.
St Mary’s County, Potomac River
Special conditions: Requirements for marsh establishment area construction,
acceptance of marsh maintenance plan, and beach nourishment.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED* DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
* Wetlands License #22-0760 was withdrawn from the meeting. All remaining licenses were
approved.
9
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
Contact: Andrew Pierce 410-260-7280
andrew.pierce@maryland.gov
6. DEPARTMENT OF BUDGET AND MANAGEMENT
Budget Amendments 24R-013
Description: Approve October 2023 meeting reimbursable fund budget amendments.
Authority: Section 7-209 (e), State Finance & Procurement Article, Annotated Code of
Maryland, requires Board of Public Works approval of the reimbursable
fund budget amendment.
Amount: $571,658 FY
Amount: $571,658 TOTAL
DBM Remarks: The contributing (funding) agency has appropriated funds to pay for FY 2024
services provided by the receiving agency for FY 2024 as follows:
Funding
Agency
Agency Providing
Services
[Receiving Funds]
Services Amount
Judiciary
24R-013
C00A00
Executive Department-
Boards, Commissions
and Offices
D15A05
Remainder of funding for the
Maryland State Commission on
Criminal Sentencing Policy
(MSCCSP) agreement.
$ 571,658
Total $ 571,658
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
10
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
Contact: Andrew Pierce 410-260-7280
andrew.pierce@maryland.gov
7. DEPARTMENT OF BUDGET AND MANAGEMENT
Budget Amendments 24R-015
Description: Approve October 2023 meeting reimbursable fund budget amendments.
Authority: Section 7-209 (e), State Finance & Procurement Article, Annotated Code
of Maryland, requires Board of Public Works approval of the reimbursable
fund budget amendment.
Amount: $106,412 FY
Amount: $106,412 TOTAL
DBM Remarks: The contributing (funding) agency has appropriated funds to pay for FY 2024
services provided by the receiving agency for FY 2024 as follows:
Funding Agency
Agency Providing
Services
[Receiving Funds]
Services Amount
Accountability
and
Implementation
Board
24R-015
R12
Interagency
Commission on
School Construction
D25E03
Accountability and
Implementation Board to
reimburse its share of payroll costs
for Assistant Attorney General
position.
$ 106,412
Total $ 106,412
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
11
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
Contact: Anna Sierra 443-381-2467
anna.sierra1@maryland.gov
8. DEPARTMENT OF EMERGENCY MANAGEMENT
Volunteer Company Assistance Fund (VCAF) Loan
Recommendation: The Board of Public Works authorize the following loan up to the
total amount of $356,242 from the Volunteer Company
Assistance Fund.
Authority: Sections 8-203 – 8-204, Public Safety Article, Annotated Code of Maryland
Appropriation: D52H002 -- MISV3 -- 1433/3001
Background: The Maryland State Firemen’s Association has approved the request of the Taylors
Island Volunteer Fire Company and certifies that its recommendations comply with the
requirements of the Volunteer Company Assistance Fund as set forth in the Public Safety Article.
The Association and the volunteer company have entered into an agreement that the loans will be
used as represented and that give the State appropriate and adequate security in the equipment
purchased. The Department of Emergency Management verifies that the funds are available in the
Volunteer Company Assistance Fund.
DORCHESTER COUNTY
Requestor Purpose Reason Max Loan
Amount
Project Cost
TAYLORS ISLAND
VOLUNTEER FIRE
COMPANY, INC.
Rescue
Engine/
Pumpe
r
Replacement $356,242.00 $474,990.00
Interest Rate: 1% Term: 20 years/annual payments
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
12
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
Contact: Amanda Sadler 301-429-7780
amanda.sadler@maryland.gov
9. DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT
Recommendation: That the Board of Public Works approve the establishment of a
driveway easement by Perkins Homes Phase IIB in favor of
Perkins Homes Phase III, a neighboring property, on a parcel of
land subject to a deed of trust lien in favor of the State in order to
benefit the development of Perkins Homes Phase III.
Disposition Section 10-305, State Finance and Procurement Article,
Authority: Annotated Code of Maryland
Grantor Project Address: 1500 Claremont Street, Baltimore City, Maryland
Grantee: Perkins Homes Phase III, LLC (as ground lessee) and Baltimore
Affordable Housing Development, Inc. (as ground lessor)
Consideration: $0
Remarks: The Community Development Administration, a unit of the Division of Development
Finance of the Department of Housing and Community Development, a principal department of
the State of Maryland, intends to provide financing to Perkins Homes Phase III, LLC, to assist in
the acquisition and new construction of Perkins Homes Phase III, a 152-unit affordable housing
project in Baltimore City.
The owner of Perkins Homes Phase IIB will grant an easement that will serve as a driveway
providing the sole point of access from the public street to the surface parking lot of Perkins
Homes Phase III. Perkins Homes Phase IIB, on which the easement will be located, is subject to
a deed of trust lien in favor of the Community Development Administration.
The easement will be a 4,885 square foot portion of land, more or less, that traverses in a
north/south direction between the 1500 block of Pratt Street to the north and the 1500 block of
Claremont Street to the south between Perkins Homes Phase IIB to the west and Perkins Homes
Phase III to the east to provide vehicular and pedestrian access via a paved driveway. The
easement will be 24 feet in width and 197 feet in length, more or less.
This Item was withdrawn from the 10/4/2023 BPW Meeting as Secretary’s Agenda, Item 9.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
13
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
Contacts: Owen McEvoy 301-429-7610 [email protected]
Edward Barnett 301-429-7740 edward.barnett@maryland.gov
Amanda Sadler 301-429-7780 amanda.sadl[email protected]
10. DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT
The Rental Housing Works and Partnership Rental Housing Programs
Recommendation: That the Board of Public Works approve lending general obligation bond
proceeds as described.
Borrower: ECD Irvington Mews II, LLC
Project: The Greens at Irvington Mews II
200 Block of South Woodington Road
Baltimore, Maryland 21229
Rental Housing Sections 4-101 through 4-255 of the Housing and Community
Works Authority: Development Article of the Annotated Code of Maryland, as amended, and
the regulations promulgated for the Multifamily Bond Program at COMAR
Chapter 05.05.02
The Rental Housing Works Program finances rental housing that on average
will be occupied by households with incomes at 60% of area median
income.
Partnership Rental Sections 4-1201 through 4-1209 of the Housing and Community
Housing Program Development Article of the Annotated Code of Maryland, as
Authority: amended, and COMAR Chapter 05.05.05.
The Partnership Rental Housing Program finances rental housing that will
be occupied by households with incomes at 50% of state -wide area median
income.
Loan Amount: $2,950,000
Fund Source: MCCBL 2021 - Rental Housing Works Program
Collateral: Deed of Trust
Loan Amount: $380,997
Fund Source: General Funds - Partnership Rental Housing Program
Collateral: Deed of Trust
Description: The Project consists of the new construction of a 59-unit elderly mid-rise elevator
building in Baltimore City. The Project will offer one- and two-bedroom units and will serve
households with incomes on average between 30% and 50% of the Area Median Income (AMI) with
12 units reserved for homeless veterans at 30% AMI. The Project is sponsored by Enterprise
Community Development.
REVISED
14
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
10. DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT (cont’d)
Description (cont’d):
Pursuant to Maryland’s commitment to reducing Greenhouse Gas Emissions, conserving water
resources, and enhancing Maryland’s environment, the Project includes the following:
1. Project will use green building criteria from NGBS (National Green Building Standard)
and obtain Bronze certification.
2. All windows will be Energy Star rated.
3. All faucets and bath fixtures will use water sense labeled products.
4. All appliances will be Energy Star Rated including refrigerators, ranges, range hoods, and
bath exhaust fans.
5. Energy Star rated light fixtures will be installed in all units and common areas.
6. Mechanical systems will be high efficiency 15 Seasonal Energy Efficient Rating (SEER)
units, with programmable thermostats, and insulated plumbing pipes.
Recognized Environmental Concerns were discovered at the site regarding soils. The Maryland
Department of the Environment Land Restoration Program (LRP) completed its review of the
Environmental Management Plan (EMP). The submitted plan was deemed acceptable for
implementation and LRP has authorized the owner to proceed with executing the tasks outlined in
the EMP.
Sources Amount
Rental Housing Works (this Item) $ 2,950,000
Partnership Rental Housing Program (this Item) 380,997
Multifamily Bond Program- Risk Sharing 3,432,000
Weinberg 2,000,000
HUD 202 Capital Advance 3,454,944
AHP- FHLB 750,000
HUD GRRP 750,000
MD Energy Grant 126,160
4% Low Income Housing Tax Credit Equity 10,752,109
Deferred Developer’s Fee 300,000
GIC Income 183,226
Seller Note 1,060,000
Total $ 26,139,436
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
15
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
Contacts: Gregory Hare 301-429-7775 gregory.[email protected]
Edward Barnett 301-429-7740 edward.barnett@maryland.gov
Deborah Bonner 301-429-7767 deborah.bonner@maryland.gov
Caroline Varney-Alvarado 301-429-7454 caroline.varney-alvarado@maryland.gov
11. DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT
Rental Housing Works Program
Recommendation: That the Board of Public Works approve lending general obligation bond
proceeds for this project.
Borrower: Overlook East Associates, LLC
Project: Overlook East
423A, 423B and 423 ½ E. Patrick St.
Frederick, MD 21701
Rental Housing Sections 4-401 et seq. of the Housing and Community Development
Works Authority: Article of the Annotated Code of Maryland, as amended, and the
regulations promulgated for the Multifamily Bond Program at COMAR
Chapter 05.05.02
The Rental Housing Works Program finances rental housing that will be
occupied by households with incomes at or below 60% of area median
income.
Loan Amount: $3,500,000
Fund Source: MCCBL 2021 - Rental Housing Works Program
Collateral: Deed of Trust
Description: The Project involves the new construction of an 85-unit general occupancy rental
community to be located at 423 East Patrick St., Frederick, Frederick County. This Project will offer
a mix of affordable one-, two- and three-bedroom floorplans targeting low-income households
earning up to 60 percent of the Area Median Income (AMI). The Project is sponsored by Conifer
Realty, LLC.
16
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
11. DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT
Description (cont’d):
Pursuant to Maryland’s commitment to reducing Greenhouse Gas Emissions, conserving water
resources, and enhancing Maryland’s environment, the project scope of work includes the following:
1. The project follows Green Building standards criteria from Enterprise Green Communities.
2. Energy Star-rated light fixtures will be installed throughout.
3. New low / no VOC paint throughout the building units and common areas.
4. All floorings will be quality and durable floor coverings.
5. Kitchen appliances will be Energy Star rated including refrigerators, range/ovens,
microwaves, and dishwashers.
6. Solar panels to be installed at the Community Center.
7. Windows will be Energy Star rated.
8. Water-conserving toilets, sink faucets, and shower heads will be installed.
9. The building’s exterior siding and roofing will be R-19 & R-38 insulation respectively.
10. Air sealing and weatherization will be provided in accordance with the Department of
Energy Air Leakage Guide and the 2018 IECC for typical areas.
11. The mechanical systems are designed to be highly rated efficiency greater than 15 Seasonal
Energy Efficient Rating (SEER) with programmable thermostats, as well as insulated
plumbing pipes.
The Overlook East environmental assessment revealed no evidence of recognized environmental
conditions, controlled recognized environmental conditions, or historically recognized
environmental conditions in connection with the properties.
Sources Amount
Rental Housing Works (this Item) $3,500,000
Tax-Exempt Loan 12,800,000
Frederick County Deferred Loan Program 1,100,000
4% LIHTC Equity 14,159,294
Deferred Developer Fee 2,780,520
Total $33,984,814
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
17
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
Contact: Matthew Dryer 410-697-9687
matthew.dryer@maryland.gov
12. DEPARTMENT OF INFORMATION TECHNOLOGY
Resource Sharing Agreement, RSA Program
Recommendation: The Board of Public Works approve the State entering into a resource
sharing agreement.
Authority: Section 3A-307, State Finance & Procurement Article,
Annotated Code of Maryland
Property location: Patapsco Valley State Park, Anne Arundel and Baltimore Counties
Award: Baltimore Gas and Electric Company
Term: 10/26/2023 – 10/25/2053 (30-years)
Amount: Projected Value of Agreement over thirty years = $126,440
Compensation to State Projected Value of Agreement over thirty years
$126,440 (30-years)
$126,440 (Total)
Requesting Agency Remarks: This revenue-generating transaction results from a resource
sharing agreement between Maryland Department of Natural Resources and Baltimore Gas and
Electric Company. For this proposal, the benefit to the State is the monetary compensation in
exchange for access to State lands for the installation, use and operations of fiber optics cables
located within Patapsco Valley State Park, Anne Arundel and Baltimore Counties, Maryland.
Since the monetary value of the lease over the 30-year term is more than $100,000, this item was
submitted to the Legislative Policy Committee for review and comment and was posted on
eMarylandMarketplace.
Fund Source: Revenue Generating- MITDP Fund
MD Tax Clearance: 23-1957-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
18
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
Contact: Paul Peditto 410-260-8549
paul.peditto@maryland.gov
13. DEPARTMENT OF NATURAL RESOURCES
Rocky Gap Casino/Resort
Recommendation: That the Board of Public Works approve Evitts Resort, LLC granting a
leasehold deed of trust to Goldman Sachs Bank USA on the Department of
Natural Resources property at Rocky Gap State Park.
Prior Approval: Secretary’s Agenda, Item 7 (7/19/2023)
Background: Reference is made to Secretary’s Agenda, Item 7 (July 19, 2023) in which the Board
of Public Works approved, among other things: (1) The First Amendment to Amended and
Restated Ground Lease by and between the State of Maryland, to the use of the Department of
Natural Resources, and Rocky Gap Propco, LLC (a subsidiary of VICI Properties, Inc.); and (2)
the Assignment and Assumption of Ground Lease from Evitts Resort, LLC to Rocky Gap Propco,
LLC; and 3) the Sublease of the Amended and Restated Ground Lease from Rocky Gap Propco,
LLC to Evitts Resort, LLC, as amended.
Century Maryland Acquisition, Inc., a direct and wholly owned subsidiary of Century Casinos,
Inc., has acquired Evitts. Evitts will continue to be the operator of the resort and casino as a
subsidiary of Century pursuant to the Sublease from VICI to Evitts.
The Maryland State Lottery and Gaming Control Commission has provided approval for Evitts
Resort, LLC and Century Maryland Acquisition, Inc. to join Century’s credit facility with
Goldman Sachs Bank USA as guarantors.
Subject to Board of Public Works approval, the lease permits Evitts to grant a security interest to
its financing provider in Evitts’ leasehold interest as set forth in the recently approved amended
ground lease with the State. A leasehold deed of trust is a customary requirement in commercial
lending that allows the lender to step into the tenant’s role if the tenant defaults (this includes the
obligation to continue to make lease payments to the landlord).
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
19
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
Contact: Nick Napolitano 410-767-5195
nick.napolitano1@maryland.gov
14. MARYLAND DEPARTMENT OF HEALTH
Recommendation: That the Board of Public Works create 144 positions.
Authority: Section 7-236, State Finance and Procurement Article, Annotated Code
Maryland; Section 34 of Chapter 101 of 2023 (Budget Bill for FY 2024).
Amount: $0
Appropriation Codes: M00A01.01, M00A01.02, M00A01.07, M00B01.03, M00F01.01,
M00F02.01, M00F03.01, M00F03.04, M00F06.01, M00J02.01,
M00L01.01, M00L01.02, M00M01.01, M00M01.02, M00Q01.01,
M00Q01.02, M00Q01.04, M00Q01.05, M00Q01.08, M00Q01.09
Requesting Agency Remarks: Section 34 of Chapter 101 of 2023 (Budget Bill for FY 2024)
authorizes the Board of Public Works to create additional positions beyond the Rule of 100
established in provided that 1.25 full-time equivalent (FTE) contractual positions are abolished for
each regular position added and if there is no increase in agency funding in the current budget or
the next two budgets.
The Maryland Department of Health requests 144 contractual conversions to support critical
programming that impacts all Marylanders. Following the COVID-19 pandemic response, it
became apparent that an experienced, knowledgeable, stable public health workforce is essential
to perform many critical state-level functions that support the health and safety of Marylanders.
Converting current contractual employees to permanent state merit positions will provide stability
not offered by contractual employment and ultimately strengthen the state public health workforce
that we are rebuilding. In addition, many of these conversions will help ensure that Marylander's
eligible for Medicaid remain enrolled in the program. Specifically, positions support eligibility
determinations and enrollment for Medicaid’s various programs due to the increase in Medicaid
Provider participation and expansion of programs including a January 1, 2023 adult dental
expansion.
Finally, this conversion request supports MDH Operations employees including a position
supporting our Office of Human Resources which are critical to make sure we meet the Moore-
Miller objective of filling State Government vacancies.
The Department identified 180 contractual FTE positions to be abolished to create the 144 regular
positions listed above. This is a ratio of 1.25 contractual FTE positions abolished to 1 regular
position created.
20
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
14. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Requesting Agency Remarks (cont’d):
The 144 positions created are within the following MDH units:
EXECUTIVE DIRECTION - OFFICE OF THE SECRETARY
OPERATIONS - OFFICE OF THE SECRETARY
MDH HOSPITAL SYSTEM - OFFICE OF THE SECRETARY
OFFICE OF HEALTH CARE QUALITY - REGULATORY SERVICES
EXECUTIVE DIRECTION – DEPUTY SECRETARY FOR PUBLIC HEALTH
SERVICES
OFFICE OF POPULATION HEALTH IMPROVEMENT
INFECTIOUS DISEASE AND ENVIRONMENTAL HEALTH SERVICES –
PREVENTION AND HEALTH PROMOTION ADMINISTRATION
FAMILY HEALTH AND CHRONIC DISEASE SERVICES – PREVENTION AND
HEALTH PROMOTION ADMINISTRATION
OFFICE OF PREPAREDNESS AND RESPONSE
LABORATORY SERVICES – LABORATORIES ADMINISTRATION
PROGRAM DIRECTION – BEHAVIORAL HEALTH ADMINISTRATION
COMMUNITY SERVICES – BEHAVIORAL HEALTH ADMINISTRATION
PROGRAM DIRECTION – DEVELOPMENTAL DISABILITIES ADMINISTRATION
COMMUNITY SERVICES – DEVELOPMENTAL DISABILITIES
ADMINISTRATION
DEPUTY SECRETARY FOR HEALTH CARE FINANCING – MEDICAL CARE
PROGRAMS ADMINISTRATION
OFFICE OF ENTERPRISE TECHNOLOGY – MEDICAL CARE PROGRAMS
ADMINISTRATION
BENEFITS MANAGEMENT AND PROVIDER SERVICES – MEDICAL CARE
PROGRAMS ADMINISTRATION
OFFICE OF FINANCE – MEDICAL CARE PROGRAMS ADMINISTRATION
MAJOR INFORMATION TECHNOLOGY DEVELOPMENT PROJECTS – MEDICAL
CARE PROGRAMS ADMINISTRATION
OFFICE OF ELIGIBILITY SERVICES – MEDICAL CARE PROGRAMS
ADMINISTRATION
DBM REMARKS: The Secretary of the Department of Budget and Management has certified that
the FY 2024 budget includes the contractual positions to be abolished and that funds are available
for the new positions for which approval is requested.
21
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
14. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Regular Positions to be Created
FTE Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0 Accountant Advanced 4549 17/07 $90,612
1.0 Administrative Aide 2572 11/05 $58,789
1.0 Administrative Officer I 2711 13/02 $59,728
1.0 Administrative Officer I 2711 13/07 $70,220
1.0 Administrative Officer I 2711 13/08 $70,300
1.0 Administrative Officer I 2711 13/11 $74,271
1.0 Administrative Officer II 3235 14/10 $77,679
1.0 Administrative Officer II 3235 14/20 $93,858
2.0 Administrative Officer II 3235 14/03 $132,926
1.0 Administrative Officer II 3235 14/06 $73,386
1.0 Administrative Officer II 3235 14/22 $99,332
2.0 Administrative Officer III 2247 15/01 $130,458
1.0 Administrative Officer III 2247 15/02 $68,797
1.0 Administrative Officer III 2247 15/03 $71,346
1.0 Administrative Officer III 2247 15/05 $76,740
1.0 Administrative Officer III 2247 15/10 $84,252
22
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
14. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Regular Positions to be Created (cont’d)
FTE Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0 Administrative Officer III 2247 15/11 $85,862
1.0 Administrative Officer III 2247 15/17 $96,220
1.0 Administrative Specialist I 1755 10/09 $60,426
2.0 Administrative Specialist I 1755 10/14 $130,082
2.0 Administrative Specialist II 1756 11/02 $106,576
1.0 Administrative Specialist II 1756 11/03 $55,676
2.0 Administrative Specialist II 1756 11/07 $121,872
1.0 Administrative Specialist II 1756 11/08 $63,135
1.0 Administrative Specialist II 1756 11/10 $64,370
1.0 Administrative Specialist II 1756 11/12 $67,885
1.0 Administrative Specialist II 1756 11/19 $77,196
1.0 Administrative Specialist
I
I
I
5557 12/10 $68,502
23
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
14.. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Regular Positions to be Created (cont’d)
FTE Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0 Administrative Specialist III 2043 12/07 $64,853
1.0 Administrative Specialist III 2043 12/08 $66,034
1.0 Administrative Specialist III 2043 12/14 $74,995
1.0 Administrator I 7688 16/02 $72,017
1.0 Administrator I 2586 16/04 $78,806
1.0 Administrator I 2586 16/05 $81,784
1.0 Administrator I 2586 16/06 $81,945
1.0 Administrator I 2586 16/11 $90,075
1.0 Administrator I 2586 16/14 $95,361
1.0 Administrator I 2586 16/16 $100,754
1.0 Administrator I 2586 16/17 $100,968
1.0 Administrator II 2587 17/11 $96,113
1.0 Administrator II 2587 17/12 $97,964
1.0 Administrator III 2588 18/05 $91,497
24
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
14. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Regular Positions to be Created (cont’d)
FTE Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0 Agency Grants Specialist II 0807 16/12 $93,375
1.0 Agency Grants Specialist
Superviso
r
0809 18/12 $106,362
1.0 Agency Grants Specialist
Trainee
0805 13/14 $79,879
1.0
Community Health Educator II
1026 14/04 $68,314
1.0
Community Health Educator II
1026 14/12 $82,026
1.0
Community Health Educator III
2071 16/11 $90,075
1.0
Community Health Educator III
2071 16/14 $96,998
1.0
Community Health Educator III
2071 16/16 $99,064
1.0
Coordinator Special Programs
Health Services II,
Developmental Disabilities
2817 14/02 $64,638
1.0 Coordinator Special
Programs Health Services II,
Developmental Disabilities
2817 14/09 $77,572
1.0 Coordinator Special
Programs Health Services
I
II, Addiction
0476 15/11 $79,154
3.0 Coordinator Special
Programs Health Services
III, Developmental
Disabilities
0491 15/03 $203,146
2.0 Coordinator Special
Programs Health Services
III, Developmental
Disabilities
0491 15/06 $150,312
1.0 Coordinator Special
Programs Health Services
III, Developmental
Disabilities
0491 15/07 $79,637
25
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
14. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Regular Positions to be Created (cont’d)
FTE Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0 Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491 15/08 $74,861
4.0 Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491 15/09 $317,908
1.0 Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491 15/10 $84,252
1.0 Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491 15/13 $82,186
1.0 Coordinator Special Programs
Health Services III, Health
Services
0484 15/03 $65,900
1.0 Coordinator Special Programs
Health Services IV, Addiction
1334 16/03 $70,139
1.0 Coordinator Special Programs
Health Services IV,
Developmental Disabilities
2819 16/02 $67,644
26
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
14. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Regular Positions to be Created (cont’d)
FTE Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0 Coordinator Special Programs
Health Services IV,
Developmental Disabilities
2819 16/08 $79,771
1.0 Coordinator Special Programs
Health Services IV, Health
Services
2820 16/13 $95,174
1.0 Coordinator Special Programs
Health Services IV, Mental
Health
2344 16/06 $83,340
2.0 Epidemiologist I 3641 18/02 $166,358
1.0 Epidemiologist I 3641 18/05 $93,080
1.0 Epidemiologist I 3641 18/14 $110,494
1.0 Epidemiologist I 3641 18/16 $114,787
1.0 Epidemiologist II 3642 19/06 $99,520
1.0 Fiscal Accounts Clerk II 4518 10/11 $61,606
1.0 Fiscal Accounts Technician I 4522 11/03 $54,737
1.0 Fiscal Accounts Technician II 4523 12/03 $59,219
1.0 Health Facilities Surveyor
Nurse I
4244 20/08 $103,383
1.0 Health Planner II 3351 15/03 $71,346
27
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
14. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Regular Positions to be Created (cont’d)
FTE Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0 Health Planner IV 3353 18/20 $157,826
1.0 Health Policy Analyst
Advanced
2420 19/16 $122,568
1.0 Health Policy Analyst
Associate
2417 16/01 $65,229
2.0 Health Policy Analyst
Associate
2417 16/02 $135,288
1.0 Health Policy Analyst I 2418 17/01 $69,441
2.0 Health Policy Analyst I 2418 17/02 $144,034
1.0 Health Policy Analyst I 2418 17/06 $81,945
1.0 Health Policy Analyst I 2418 17/17 $109,609
1.0 Health Policy Analyst II 2419 18/03 $86,345
1.0 Health Policy Analyst II 2419 18/06 $94,878
2.0 Health Policy Analyst II 2419 18/08 $189,326
1.0 Health Policy Analyst II 2419 18/09 $92,516
1.0 Health Policy Analyst II 2419 18/10 $102,364
1.0 HR Administrator II 4919 19/21 $132,523
1.0 IT Functional Analyst II 4499 16/11 $90,075
1.0 IT Quality Assurance
Specialist
4483 18/09 $98,742
28
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
14. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Regular Positions to be Created (cont’d)
FTE Position Title
Class
Code
Grade/Step
Salary and
Fringe
2.0 Medical Care Program
Associate
I
4394 10/08 $116,666
1.0 Medical Care Program
Associate I
I
4395 11/01 $51,008
1.0 Medical Care Program
Associate I
I
4395 11/02 $52,832
1.0 Medical Care Program
Associate I
I
4395 11/06 $59,862
3.0 Medical Care Program
Associate I
I
4395 11/11 $198,906
1.0 Medical Care Program
Associate I
I
4395 11/13 $67,965
1.0 Nursing Program
Consultant/Administrator
I
4261 22/16 $148,783
1.0 Nursing Program
Consultant/Administrator
I
4261 22/17 $139,715
1.0 Nursing Program
Consultant/Administrator I
I
4262 23/10 $141,673
1.0 Nursing Program
Consultant-Administrator I
I
6646 23/23 $182,646
1.0 Office Clerk II 1375 07/06 $46,902
1.0 Office Clerk II 1375 07/09 $49,451
1.0 Office Clerk II 1375 07/10 $50,337
2.0 Office Clerk II 1375 07/12 $104,322
1.0 Office Services Clerk 1376 08/02 $44,193
1.0 Office Services Clerk 1376 08/08 $52,511
2.0 Office Services Clerk 1376 08/09 $105,074
1.0 Office Services Clerk Lead 1377 09/07 $53,905
29
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
14. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Regular Positions to be Created (cont’d)
FTE Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0 Program Administrator I
Health Services
2941 16/08 $86,560
1.0 Program Administrator II
Health Services
2942 17/18 $111,728
1.0 Program Administrator II
Mental Health
1723 17/04 $84,038
1.0 Program Administrator II
Mental Health
1723 17/05 $87,231
1.0 Program Administrator III
Health Services
2943 18/20 $121,817
1.0 Program Administrator III
Mental Health
1725 18/11 $104,349
1.0 Program Administrator IV
Health Services
2944 19/01 $84,011
1.0 Program Manager II 5477 20/07 $108,267
1.0 Program Manager II 5477 20/14 $125,896
1.0 Program Manager II 5477 20/20 $140,975
1.0 Program Manager Senior I 5482 23/22 $191,956
1.0 Program Manager Senior II 5483 24/18 $173,066
1.0
Services Specialist
0916 09/15 $61,552
1.0 Social Worker I Health
Services
1991 16/14 $95,361
Total 144.0 $11,866,186
30
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
14. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished
FTE Position Title Class
Code
Grade/Step Salary and
Fringe
0.75 Accountant Advanced 4549 17/00 $53,205
1.0 Accountant Advanced 4549 17/07 $90,612
0.25 Accountant I 4546 15/00 $15,649
1.0 Administrative Aide 2572 11/05 $58,789
1.0 Administrative Officer I 2711 13/08 $70,300
1.0 Administrative Officer I 2711 13/07 $70,220
1.0 Administrative Officer I 2711 13/11 $74,271
1.0 Administrative Officer I 2711 13/00 $55,307
1.0 Administrative Officer I 2711 13/02 $59,728
1.0 Administrative Officer II 3235 14/20 $93,858
1.0 Administrative Officer II 3235 14/06 $73,386
2.0 Administrative Officer II 3235 14/03 $132,926
1.0 Administrative Officer II 3235 14/10 $77,679
1.0 Administrative Officer II 3235 14/22 $99,332
2.0 Administrative Officer III 2247 15/01 $130,458
1.25 Administrative Officer III 2247 15/00 $78,246
1.0 Administrative Officer III 2247 15/17 $96,220
1.0 Administrative Officer III 2247 15/02 $68,797
1.0 Administrative Officer III 2247 15/03 $71,346
31
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
14. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished (cont’d)
FTE Position Title Class
Code
Grade/Step Salary and
Fringe
1.0 Administrative Officer III 2247 15/05 $76,740
1.0 Administrative Officer III 2247 15/10 $84,252
1.0 Administrative Officer III 2247 15/11 $85,862
0.5 Administrative Program
M
ana
g
er
I
5472 19/00 $40,309
1.0 Administrative Specialist
I
1755 10/09 $60,426
2.0 Administrative Specialist
I
1755 10/14 $130,082
1.75 Administrative Specialist
II
1756 11/00 $85,643
2.0 Administrative Specialist
II
1756 11/02 $106,576
2.0 Administrative Specialist
II
1756 11/07 $121,872
1.0 Administrative Specialist
II
1756 11/03 $55,676
1.0 Administrative Specialist
II
1756 11/08 $63,135
1.0 Administrative Specialist
II
1756 11/10 $64,370
1.0 Administrative Specialist
II
1756 11/12 $67,885
1.0 Administrative Specialist
II
1756 11/19 $77,196
1.0 Administrative Specialist
I
I
I
5557 12/10 $68,502
0.75 Administrative Specialist
I
I
I
2043 12/00 $39,010
1.0 Administrative Specialist
I
I
I
2043 12/07 $64,853
1.0 Administrative Specialist
I
I
I
2043 12/08 $66,034
1.0 Administrative Specialist
I
I
I
2043 12/14 $74,995
32
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
14. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished (cont’d)
FTE Position Title Class
Code
Grade/Step Salary and
Fringe
6.25 Administrator I 2586 16/00 $416,418
1.0 Administrator I 2586 16/02 $72,017
1.0 Administrator I 2586 16/04 $78,806
1.0 Administrator I 2586 16/05 $81,784
1.0 Administrator I 2586 16/06 $81,945
1.0 Administrator I 2586 16/11 $90,075
1.0 Administrator I 2586 16/14 $95,361
1.0 Administrator I 2586 16/16 $100,754
1.0 Administrator I 2586 16/17 $100,968
1.0 Administrator II 2587 17/00 $70,940
1.0 Administrator II 2587 17/11 $96,113
1.0 Administrator II 2587 17/12 $97,964
1.0 Administrator III 2588 18/05 $91,497
1.0 Agency Budget Specialist
Superviso
r
0989 18/00 $83,628
1.0 Agency Grants Specialist II 0807 16/12 $93,375
1.0 Agency Grants Specialist
Superviso
r
0809 18/12 $106,362
1.0 Agency Grants Specialist
Trainee
0805 13/00 $61,100
1.0 Agency Grants Specialist
Trainee
0805 13/14 $79,879
33
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
14. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished (cont’d)
FTE Position Title Class
Code
Grade/Step Salary and
Fringe
1.0 Community Health Educator II 1026 14/04 $68,314
1.0 Community Health Educator II 1026 14/12 $82,026
0.5 Community Health Educator III 2071 16/00 $33,314
1.0 Community Health Educator III 2071 16/11 $90,075
1.0 Community Health Educator III 2071 16/14 $96,998
1.0 Community Health Educator III 2071 16/16 $99,064
4.25 Contractual Hourly 8998 00/00 $93,275
1.0 Contractual Hourly 8998 00/20 $191,956
1.5 Coordinator Special Programs
Health Services II, Developmental
Disabilities
2817 14/00 $82,961
1.0 Coordinator Special Programs
Health Services II, Developmental
Disabilities
2817 14/02 $64,638
1.0 Coordinator Special Programs
Health Services II, Developmental
Disabilities
2817 14/09 $77,572
1.0 Coordinator Special Programs
Health Services III, Addiction
0476 15/11 $79,154
3.5 Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491 15/00 $242,127
34
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
14.. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished (cont’d)
FTE Position Title Class
Code
Grade/Step Salary and
Fringe
3.0 Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491 15/03 $203,146
2.0 Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491 15/06 $150,312
1.0 Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491 15/07 $79,637
1.0 Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491 15/08 $74,861
4.0 Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491 15/09 $317,908
1.0 Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491 15/10 $84,252
1.0 Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491 15/13 $82,186
1.0 Coordinator Special Programs
Health Services III, Health
Services
0484 15/00 $69,179
35
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
14. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished (cont’d)
FTE Position Title Class
Code
Grade/Step Salary and
Fringe
1.0 Coordinator Special Programs
Health Services III, Health
Services
0484 15/03 $65,900
1.0 Coordinator Special Programs
Health Services IV, Addiction
1334 16/03 $70,139
1.0 Coordinator Special Programs
Health Services IV,
Developmental Disabilities
2819 16/02 $67,644
1.0 Coordinator Special Programs
Health Services IV,
Developmental Disabilities
2819 16/08 $79,771
0.75 Coordinator Special Programs
Health Services IV, Health
Services
2820 16/00 $46,948
1.0 Coordinator Special Programs
Health Services IV, Health
Services
2820 16/13 $95,174
1.0 Coordinator Special Programs
Health Services IV, Mental
Health
2344 16/06 $83,340
2.0 Epidemiologist I 3641 18/02 $166,358
1.0 Epidemiologist I 3641 18/05 $93,080
1.0 Epidemiologist I 3641 18/14 $110,494
1.0 Epidemiologist I 3641 18/16 $114,787
1.0 Epidemiologist II 3642 19/06 $99,520
1.0 Fiscal Accounts Clerk II 4518 10/11 $61,606
1.0 Fiscal Accounts Technician I 4522 11/03 $54,737
0.5 Fiscal Accounts Technician II 4523 12/00 $26,006
1.0 Fiscal Accounts Technician II 4523 12/03 $59,219
36
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
14.. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished (cont’d)
FTE Position Title Class
Code
Grade/Step Salary and
Fringe
1.0 Health Facilities Surveyor
Nurse I
4244 20/08 $103,383
1.0 Health Planner II 3351 15/03 $71,346
1.0 Health Planner III 3352 16/00 $66,627
1.0 Health Planner IV 3353 18/20 $157,826
1.0 Health Policy Analyst
Advanced
2420 19/16 $122,568
2.0 Health Policy Analyst
Associate
2417 16/00 $125,194
2.0 Health Policy Analyst
Associate
2417 16/02 $135,288
1.0 Health Policy Analyst
Associate
2417 16/01 $65,229
0.75 Health Policy Analyst I 2418 17/00 $49,971
1.0 Health Policy Analyst I 2418 17/01 $69,441
2.0 Health Policy Analyst I 2418 17/02 $144,034
1.0 Health Policy Analyst I 2418 17/06 $81,945
1.0 Health Policy Analyst I 2418 17/17 $109,609
1.0 Health Policy Analyst II 2419 18/00 $70,940
1.0 Health Policy Analyst II 2419 18/03 $86,345
37
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
14. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished (cont’d)
FTE Position Title Class
Code
Grade/Step Salary and
Fringe
1.0 Health Policy Analyst II 2419 18/06 $94,878
2.0 Health Policy Analyst II 2419 18/08 $189,326
1.0 Health Policy Analyst II 2419 18/09 $92,516
1.0 Health Policy Analyst II 2419 18/10 $102,364
1.0 HR Administrator II 4919 19/21 $132,523
1.0 IT Functional Analyst II 4499 16/11 $90,075
1.0 IT Quality Assurance
Specialist
4483 18/09 $98,742
1.0 Medical Care Program
Associate
I
4394 10/00 $36,704
2.0 Medical Care Program
Associate
I
4394 10/08 $116,666
0.75 Medical Care Program
Associate I
I
4395 11/00 $46,066
1.0 Medical Care Program
Associate I
I
4395 11/01 $51,008
1.0 Medical Care Program
Associate I
I
4395 11/02 $52,832
1.0 Medical Care Program
Associate I
I
4395 11/06 $59,862
3.0 Medical Care Program
Associate I
I
4395 11/11 $198,906
1.0 Medical Care Program
Associate I
I
4395 11/13 $67,965
2.0 Nursing Program
Consultant /
Administrator
I
4261 22/00 $183,546
1.0 Nursing Program
Consultant /
Administrator
I
4261 22/16 $148,783
38
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
14. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished (cont’d)
FTE Position Title Class
Code
Grade/Step Salary and
Fringe
1.0 Nursing Program
Consultant /
Administrator I
4261 22/17 $139,715
1.0 Nursing Program
Consultant /
Administrator II
4262 23/10 $141,673
1.25 Office Clerk II 1375 07/00 $53,007
1.0 Office Clerk II 1375 07/06 $46,902
1.0 Office Clerk II 1375 07/09 $49,451
1.0 Office Clerk II 1375 07/10 $50,337
2.0 Office Clerk II 1375 07/12 $104,322
1.0 Office Services Clerk 1376 08/02 $44,193
1.0 Office Services Clerk 1376 08/08 $52,511
2.0 Office Services Clerk 1376 08/09 $105,074
0.25 Office Services Clerk
Lead
1377 09/00 $10,845
1.0 Office Services Clerk
Lead
1377 09/07 $53,905
1.0 Program Administrator I
Health Services
2941 16/08 $86,560
1.0 Program Administrator II
Health Services
2942 17/18 $111,728
1.0 Program Administrator II
Mental Health
1723 17/04 $84,038
1.0 Program Administrator II
Mental Health
1723 17/05 $87,231
39
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
14. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished (cont’d)
FTE Position Title Class Code Grade/Step Salary and
Fringe
1.0 Program Administrator
III Health Services
2943 18/20 $121,817
1.0 Program Administrator
III Mental Health
1725 18/11 $104,349
0.5 Program Administrator
IV Health Services
2944 19/00 $40,309
1.0 Program Administrator
IV Health Services
2944 19/01 $84,011
1.0 Program Manager II 5477 20/07 $108,267
1.0 Program Manager II 5477 20/14 $125,896
1.0 Program Manager II 5477 20/20 $140,975
1.0 Program Manager
Senior I
I
5483 24/18 $173,066
1.0 Social Worker I Health
Services
1991 01/14 $95,361
Total 180

$13,898,462
This Item was withdrawn from the 10/4/23 BPW Meeting as Secretary’s Agenda, Item 21.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
40
B
OARD OF
P
UBLIC
W
ORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
Contacts: Nicole Carlozo 410-260-8726 nicole.carlozo@maryland.gov
Emily H. Wilson 410-260-8436 emilyh.wilson@maryland.gov
15. DEPARTMENT OF NATURAL RESOURCES
Resiliency through Restoration Initiative
Recommendation: That the Board of Public Works approve the Department of Natural
Resources granting $634,805 in general obligation bond proceeds to
design one restoration project and construct one restoration project.
Authority: Section 8-301, State Finance and Procurement Article,
Annotated Code of Maryland
Project ID: Empowering Believers / CRP 03-24
Grantee: Empowering Believers Church of the Apostolic Faith
Location: Glen Burnie, Anne Arundel County
Amount: $99,415
Fund Source: MCCBL of 2022 (Acts of 2022): Resiliency through Restoration Initiative
$99,415.00
Source Code: 22119
Remarks: This project will design stormwater green infrastructure practices and removal of
impervious surfaces to reduce flood impacts on Church property in Glen Burnie, Anne Arundel
County. Natural features may include a rain garden, submerged gravel wetland, bioswale,
cistern, native trees, and removal of impervious surfaces. DNR is seeking approval to award
design funds for this green infrastructure project. After design, DNR may return to the Board for
approval to award construction funds depending on local fund requests.
Project ID: Stoney Beach / CRP 04-24
Grantee: GreenTrust Alliance
Location: Stoney Creek, Patapsco River, Riviera Beach, Anne Arundel County
Amount: $535,390
Fund Source: MCCBL of 2021 (Acts of 2021): Resiliency through Restoration Initiative
$535,390.00
Source Code: 21524
Remarks: This project will construct an 850 linear foot living shoreline with breakwater and
marsh features along Stoney Creek near the Patapsco River in northern Anne Arundel County to
address erosion and sea level rise.
41
B
OARD OF
P
UBLIC
W
ORKS
SECRETARY'S
ACTION AGENDA
October 25, 2023
15. DEPARTMENT OF NATURAL RESOURCES (cont’d)
Background: The Resiliency through Restoration Initiative was developed to address escalating
risks to Maryland’s coastal and inland communities and public resources from extreme weather
and climate-related events. This Program implements on-the-ground natural and nature-based
projects in priority areas where nature can help communities become more resilient to impacts
from water. Targeting models, such as the Coastal Resiliency Assessment, identify areas where
restoration can provide the greatest protection benefits for infrastructure, communities,
businesses, and habitats. Datasets, such as impervious cover, highlight urban and inland areas
where green infrastructure is needed to address more intense rain events. Projects will protect
both public and private investments, while demonstrating a suite of nature-based projects that
will enhance the ability of communities to respond to or recover from extreme hazards like
storms and more frequent and intense rain events, or chronic hazards like nuisance flooding and
sea level rise.
DNR will provide technical assistance and grant funds to entities to design and construct living
shoreline, marsh enhancement, green infrastructure, and nature-based projects. These projects
will reduce the impacts of flooding on vulnerable communities across the state.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
42
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
October 25, 2023
APP 1
Contact: Nneka Willis-Gray 410-767-7675
nneka.willisg[email protected]v
A1. DEPARTMENT OF HUMAN SERVICES
Social Services Administration (SSA)
Foster Care Maintenance Payments Program
Contract Title: Out-of-State Residential Child Care Services
SSA/OOS-24-008, ADPICS # N00B4600115
Contract Type: Services
Contract Description: Emergency placement of one youth.
Procurement Method: Emergency
Award: Lakeland Hospital Acquisition, LLC dba
Lakeland Behavioral Health System Residential Treatment Center
Springfield, MO
Amount: $103,680 (not to exceed)
Term: 9/22/2023 3/31/2024
Date Emergency Declared: 9/22/2023
Contract Award Date: 9/22/2023
Date Emergency Reported: 10/05/2023
MBE / VSBE Participation: 0% / 0%
Fund Source: 100% General
Appropriation Code: N00G0001
Remarks: Nature of Emergency: Emergency placement of one youth, age 16, diagnosed with
F20.1 disorganized schizophrenia.
Basis for Selection: Due to the unique and emergent needs of the youth, it was determined by
the Baltimore County Department of Social Services that Lakeland Hospital Acquisition, LLC
Lakeland Behavioral Health System Residential Treatment Center is the most appropriate
placement as they specialize in providing complex behavioral health services to children and
young adults.
43
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
October 25, 2023
APP 2
A1. DEPARTMENT OF HUMAN SERVICES (cont’d)
Remarks (cont’d):
The youth is currently stable. This out-of-state provider can clinically address the specialized
needs of the youth, and when clinically appropriate, the youth will be stepped down to a less
restrictive placement. The provider’s performance and compliance is reviewed by the State of
Missouri and SSA Contract and Placement Units.
As of September 22, 2023, 21 youth were placed with out-of-state providers. The average
number of weekly out-of-state placements for calendar year 2023 has remained consistent at this
number. There are a total of 3,880 youth in out-of-home care in Maryland. While one youth in an
out-of-state placement is one too many, youth in out-of-state placements represent less than 1%
of the total youth in out-of-home care.
No MBE or VSBE participation goals were established for this contract since the specialized
core services (psychiatric services/evaluations, case management, therapy, recreational
therapeutic programs, educational services etc.) are available within the facility and require
specialized training, certification, and clearances.
The proposed price for this contract is fair and reasonable because the price is set by Maryland
State Department of Health, Developmental Disabilities Administration, using the same
established methodology in price setting for all In-State providers.
Resident Business: No
Tax Clearance: 23-4026-0000
BOARD OF PUBLIC WORKS THIS ITEM WAS:
ACCEPTED REMANDED
WITH DISCUSSION WITHOUT DISCUSSION
44
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
October 25, 2023
APP 3
Contact: Nneka Willis-Gray 410-767-7675
nneka.willisg[email protected]v
A2. DEPARTMENT OF HUMAN SERVICES
Contract Title: Emergency Out-of-State Residential Child Care Services
SSA/OOS-24-006 ADPICS # N00B4600072
Contract Type: Services
Contract Description: Emergency Placement of one youth.
Procurement Method: Emergency
Award: Riverview Behavioral Health LLC, Texarkana, AR
Amount: $176,800
Term: 9/06/2023 03/31/2024
Date Emergency Declared: 9/06/2023
Contract Award Date: 9/06/2023
Date Emergency Reported: 9/20/2023
MBE / VSBE Participation: 0% / 0%
Fund Source: 100% General
Appropriation Code: N00G0001
Remarks: Nature of Emergency: Emergency placement of a 16-year-old youth, diagnosed with
Attention-Deficit/Hyperactivity Disorder, Disruptive Mood Dysregulation Disorder,
Oppositional Defiant Disorder, Post-traumatic stress disorder, and post-traumatic stress disorder,
unspecified.
Basis for Selection: Due to the unique and emergent needs of the youth, it was determined by
the Frederick County Local Department of Social Services that Riverview Behavioral Health,
LLC is the most appropriate placement as they provide a comprehensive continuum of
psychiatric and behavioral health treatment services for adolescents aged 13-17 at a subacute
level.
45
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
October 25, 2023
APP 4
A2. DEPARTMENT OF HUMAN SERVICES (cont’d)
Remarks (cont’d):
The youth is currently stable. This out-of-state provider can clinically address the specialized
needs of the youth, and when clinically appropriate, the youth will be stepped down to a less
restrictive placement. The provider's performance and compliance is reviewed by the State of
Arkansas Department of Health, and inclusive of representatives from Maryland state agencies.
No MBE or VSBE participation goals were established for this contract as the specialized core
services (psychiatric services/evaluations, case management, therapy, recreational therapeutic
programs, educational services etc.) are available within the facility and require specialized
training, certification, and clearances.
The proposed price for this contract is fair and reasonable because the price is set by Maryland
State Department of Health, Developmental Disabilities Administration, using the same
established methodology in price setting for all In-State providers.
Resident Business: No
Tax Clearance: 23-3737-0000
BOARD OF PUBLIC WORKS THIS ITEM WAS:
ACCEPTED REMANDED
WITH DISCUSSION WITHOUT DISCUSSION
46
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
October 25, 2023
APP 5
Contact: Raelene Glasgow 410-767-7050
raelene.glas[email protected]
A3. MARYLAND DEPARTMENT OF LABOR
Contract Title: Federal Government Shutdown Loan Program
ADPICS # P00B4600024
Contract Type: Information Technology
Contract Description: Stand up an individual management software solution to provide
the necessary supplemental income, via loans, on a short-term
basis, for the citizens of Maryland who work for the Federal
Government and will be affected by the Federal Government
shutdown, anticipated to begin October 1, 2023.
Procurement Method: Emergency
Bids: Submittable Holdings, Inc., Missoula, MT $ 635,481.00
Sagitec , Saint Paul, MN $ 713,179.84
Accenture, Annapolis, MD $1,096,000.00
Award: Submittable Holdings, Inc.
Missoula, MT
Amount: $635,481
Term: 9/22/2023 9/22/2024
Date Emergency Declared: 8/15/2023
Contract Award Date: 9/22/2023
Date Emergency Reported: 10/3/2023
MBE / VSBE Participation: 0% / 0% - Full waiver granted of 19.3% MBE Goal
Fund Source: 100% Special (Catastrophic Event Account)
Appropriation Code: H0101
47
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
October 25, 2023
APP 6
A3. MARYLAND DEPARTMENT OF LABOR (cont’d)
Remarks: Nature of Emergency: Around the middle of August, the Department of Labor
(MDOL) recognized that the likelihood of a federal government shutting down was imminent. At
this juncture, MDOL began meeting internally to assess what resources were available, what
exactly would be needed, and what the ultimate software solution would look like. Labor also
started researching vendors who may be able to stand up an individual management software
solution in a very short time, given the window available.
In most cases, the ideal situations surrounding an emergency procurement are those where the
agency knows exactly what is needed, is aware of vendors who can meet the agencies needs
within a given time and allows the agency to have all the necessary information available. In this
regard, MDOL needed to engage the Treasurer and Comptroller’s Office to gain insight and
additional information on the best way to move forward. This period of planning and information
gathering took several days. Upon recognizing that this project would entail a vendor that
specializes in this level of work, MDOL reached out to the Department of General Services
Office of State Procurement (DGS-OSP) to obtain approval, after receiving internal approval to
use the Emergency Procurement method.
MDOL added a 19.3% MBE goal to the procurement for the customer support piece of the Scope
of Work. The contactor requested and received a full waiver of the MBE goal as the contractor is
based in Montana, is not a Minority Business Enterprise, and because of the timeline, did not
believe it had adequate time to seek a partner in this space to meet the MBE goal. Due to the
early October anticipated shutdown date, the vendor was limited to using native platform
solutions that were used before, had existing contractual agreements in place, and could deliver
the solution required within the timeline provided by MDOL to administer the program.
While the federal government shutdown has been delayed, MDOL intends to proceed with this
contract as there is still a risk of a shutdown occurring in mid-November. On September 30,
2023, the U.S. Congress passed a 45-day continuing resolution to fund the federal government
through November 17, 2023, averting an October 1 shutdown. If Congress fails to pass
appropriations within that 45-day period or does not pass another continuing resolution, a full or
partial federal government shutdown will begin on Saturday, November 18, 2023.
Basis for Selection: MDOL selected Submittable Holdings, Inc., a vendor based in Missoula,
Montana, because of its experience standing up individual management software solution of this
nature and their ability to provide the service MDOL sought. Three vendors were contacted and
all three submitted their costs to MDOL. Submittable Holdings provided the lowest price
proposal. Submittable Holdings is a technology firm that has been in business for the last 13
years, with niche expertise in emergency relief payment programs. Since inception, Submittable
Holdings has served over 11 thousand clients; has created over 134 thousand programs on its
platform; has had over 21.8 million submissions and applications collected; has been on the Inc.
5000 fastest growing private companies list and has also received a few prestigious technology
and SaaS awards over the years.
48
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
October 25, 2023
APP 7
A3. MARYLAND DEPARTMENT OF LABOR (cont’d)
Remarks (cont’d):
The firm is a funds distribution software company that has provided a reasonable quote and is
accustomed to working with tight timelines to create application and eligibility verification
processes like those needed for this project. They have the existing capacity to provide end-to-
end services, from application portal to repayment. The Maryland State Department of
Education, which currently uses the firm for the BOOST scholarship program, recommended
them for their high-quality work and responsiveness, as did the Minnesota Department of Labor
and Industry, which used the firm to quickly stand up a front-line worker bonus pay program for
1 million employees in 2022. Submittable Holdings was prompt and thorough in their responses
to MDOL’s inquiries, in contrast to other firms considered. The firm appeared to present
relatively low risk for issues related to procurement, schedule, technology, performance, cost,
fraud, or user experience. All three vendors sought start-up costs as part of their proposal:
Submittable’s proposed price was $219,500, Sagitec proposed $304,531.92, and Accenture
proposed $576,000.
Resident Business: No
Tax Clearance: 23-3708-1110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
ACCEPTED* REMANDED
WITH DISCUSSION WITHOUT DISCUSSION
*Accepted 2 to 1; Treasurer voted No
49
Board of Public Works
Department of Natural Resources – Real Property
Supplement
October 25, 2023
DNR 1
Contact: Emily Wilson 410-260-8436
emilyh.wilson@maryland.gov
1A. PROGRAM OPEN SPACE LOCAL SHARE
Anne Arundel County
Recommendation: Approval to commit $4,773,246 for the following development and
planning projects.
1. Eisenhower Golf Course Clubhouse - $2,996,246.65
Anne Arundel County
POS #7616-2-349 MD20230728-0663
Background: Construct a new clubhouse to support the expanded use of the recently renovated
Eisenhower Golf Course. The clubhouse would include restrooms, a pro-shop, staff offices, food
service, and event space.
Fund Source: Outdoor Recreation Land Loan 2023, Chapter 484, Acts of 2022
Program Open Space Local
Source Code: 23002 $498,170.32
Outdoor Recreation Land Loan 2024, Chapter 101, Acts of 2023
Program Open Space Local
$2,498,076.33
2. Odenton Community Park Phase Two - $1,752,000.00
Anne Arundel County
POS #7617-2-350 MD20230810-0704
Background: Design and construct a dog park and amphitheater at the park.
Fund Source: Outdoor Recreation Land Loan 2024, Chapter 101, Acts of 2023
Program Open Space Local
$1,752,000.00
3. Anne Arundel 2027 Land Preservation, Parks and Recreation Plan - $25,000.00
Anne Arundel County
POS #7630-2-351 MD20230915-0765
Background: Funding to complete Anne Arundel County’s 2027 Land Preservation, Parks, and
Recreation Plan to fulfill State requirements.
Fund Source: Outdoor Recreation Land Loan 2022, Chapter 357, Acts of 2021
Program Open Space Local
Source Code: 22011 $25,000.00
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
50
Board of Public Works
Department of Natural Resources – Real Property
Supplement
October 25, 2023
DNR 2
Contact: Emily Wilson 410-260-8436
emilyh.wilson@maryland.gov
2A. PROGRAM OPEN SPACE LOCAL SHARE
Calvert County
Recommendation: Approval to commit $25,000 for the following planning project.
Calvert County 2027 Land Preservation, Parks and Recreation Plan - $25,000.00
Calvert County
POS #7384-4-86 MD20220209-0100
Background: Additional funding to complete Calvert County’s 2027 Land Preservation, Parks,
and Recreation Plan to fulfill State requirements.
Prior Approvals: $25,000.00 (DNR-RP Item 2A [March 23, 2022])
$25,000.00 (DNR-RP Item 3A [April 19, 2023])
Fund Source: Outdoor Recreation Land Loan 2019, Chapter 570, Acts of 2018
Program Open Space Local
Source Code: 19011 $25,000.00
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
51
Board of Public Works
Department of Natural Resources – Real Property
Supplement
October 25, 2023
DNR 3
Contact: Emily Wilson 410-260-8436
emilyh.wilson@maryland.gov
3A. COMMUNITY PARKS AND PLAYGROUNDS PROGRAM
Cecil County
Recommendation: Approval to commit $141,716 for the following development project.
North East Community Park Expansion and Improvement - $141,716.00
Town of North East
CPP #7574-7-278 MD20230526-0429
Background: Purchase and install new sensory playground and safety surfacing consistent with
National Playground Safety Standards and the Americans with Disabilities Act, park benches,
outdoor fitness equipment, and associated amenities.
Fund Source: Maryland Consolidated Capital Bond Loan of 2023, Chapter 102, Acts of 2023
Community Parks and Playgrounds Program
General Obligation Bonds $141,716.00
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
52
Board of Public Works
Department of Natural Resources – Real Property
Supplement
October 25, 2023
DNR 4
Contact: Emily Wilson 410-260-8436
emilyh.wilson@maryland.gov
4A. COMMUNITY PARKS AND PLAYGROUNDS PROGRAM
Dorchester County
Recommendation: Approval to commit $82,580 for the following development project.
Railroad Avenue Walking Trail - $82,580.00
Town of Hurlock
CPP #7578-9-194 MD20230526-0432
Background: Construct a new asphalt trail in downtown Hurlock along Railroad Avenue
between Delaware Avenue to Jackson Street.
Fund Source: Maryland Consolidated Capital Bond Loan of 2023, Chapter 102, Acts of 2023
Community Parks and Playgrounds Program
General Obligation Bonds $82,580.00
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
53
Board of Public Works
Department of Natural Resources – Real Property
Supplement
October 25, 2023
DNR 5
Contact: Emily Wilson 410-260-8436
emilyh.wilson@maryland.gov
5A. PROGRAM OPEN SPACE LOCAL SHARE
Frederick County
Recommendation: Approval to commit $29,500 for the following acquisition project.
Doubs Meadow Park – Myersville Volunteer Fire Company Property Acquisition - $29,500
Town of Myersville
POS #7570-10-490 MD20230728-0658
Background: Acquire 3.36 acres of forested land adjacent to Doubs Meadow Park to expand
existing recreational space and hiker/biker trails.
Appraised Value: Bowers Appraisal Services $17,000
William G. Bowen, Inc. $18,000
Property Cost: $17,500
Incidental Costs: $12,000
Fund Source: Outdoor Recreation Land Loan 2022, Chapter 357, Acts of 2021
Program Open Space Local
Source Code: 22011 $29,500.00
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
54
Board of Public Works
Department of Natural Resources – Real Property
Supplement
October 25, 2023
DNR 6
Contact: Emily Wilson 410-260-8436
emilyh.wilson@maryland.gov
6A. PROGRAM OPEN SPACE LOCAL SHARE
Howard County
Recommendation: Approval to commit $112,500 for the following development project.
Roger Carter Community Center – Restroom Renovation – $112,500
Howard County
POS# 7607-13-124 MD20230728-0655
Background: Renovate the existing restrooms at the Roger Carter Community Center to include
a family restroom with adult changing table, lift, and accessible roll-in shower.
Fund Source: Outdoor Recreation Land Loan 2023, Chapter 484, Acts of 2022
Program Open Space Local
Source Code: 23002 $112,500.00
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
55
Board of Public Works
Department of Natural Resources – Real Property
Supplement
October 25, 2023
DNR 7
Contact: Emily Wilson 410-260-8436
emilyh.wilson@maryland.gov
7A. PROGRAM OPEN SPACE LOCAL SHARE
LOCAL PARKS AND PLAYGROUNDS INFRASTRUCTURE
Prince George’s County
Recommendation: Approval to commit $23,259,911 for the following acquisition and
development projects.
1. Good Luck Community Center Improvements – $5,240,000.00
M-NCPPC (Prince George’s County)
POS #7605-16-865 MD20230728-0653
Background: Demolish the current aging community center and construct a new 25,000-square
foot community center. The project will also include expanding the parking lot, relocating the
playground, resurfacing the outdoor tennis and basketball courts, providing outdoor fields and a
trail, and associated park amenities.
Fund Source: Outdoor Recreation Land Loan 2019, Chapter 570, Acts of 2018
Program Open Space Local
Source Code: 19011 $1,409,807.37
Outdoor Recreation Land Loan 2020, Chapter 565, Acts of 2019
Program Open Space Local
Source Code: 20011 $3,717,995.00
Outdoor Recreation Land Loan 2021, Chapter 19, Acts of 2020
Program Open Space Local
Source Code: 21011 $112,197.63
2. Charles Branch Stream Valley Park - Marlton Acquisition – $12,831,525.00
M-NCPPC (Prince George’s County)
POS #7610-16-866 MD20230810-0703
Background: Acquire 537.24 acres to add on to Charles Branch Stream Valley Park. This
acquisition would protect significant undeveloped acreage from future development. The land is
envisioned to be a conservation park as it includes large tracts of forested land and provides a
buffer for streams, wetlands, riparian areas, and wildlife habitats. There are opportunities on this
property for passive recreation and natural surface trail connectivity with the County’s park
system.
Appraised Value: John R. Fowler $13,000,000
Associated Appraisers, LLC $13,200,000
Property Cost: $12,800,000
Incidental Costs: $31,525
56
Board of Public Works
Department of Natural Resources – Real Property
Supplement
October 25, 2023
DNR 8
7A. PROGRAM OPEN SPACE LOCAL SHARE
LOCAL PARKS AND PLAYGROUNDS INFRASTRUCTURE (cont’d)
Prince George’s County
Fund Source: Outdoor Recreation Land Loan 2017, Chapter 143, Acts of 2016
Program Open Space Local
Source Code: 17009 $43,133.50
Outdoor Recreation Land Loan 2018, Chapter 150, Acts of 2017
Program Open Space Local
Source Code: 18011 $535.00
Outdoor Recreation Land Loan 2020, Chapter 565, Acts of 2019
Program Open Space Local
Source Code: 20011 $3,237,820.04
Outdoor Recreation Land Loan 2021, Chapter 19, Acts of 2020
Program Open Space Local
Source Code: 21011 $3,405,822.50
Outdoor Recreation Land Loan 2022, Chapter 357, Acts of 2021
Program Open Space Local
Source Code: 22011 $4,104,769.50
Outdoor Recreation Land Loan 2023, Chapter 484, Acts of 2022
Program Open Space Local
Source Code: 23002 $2,039,444.46
3. Prince George's County Sports and Learning Complex - Indoor Track Replacement –
$1,400,000.00
M-NCPPC (Prince George’s County)
POS #7612-16-867 MD20230728-0660
Background: Replace the indoor track at the sports complex.
Fund Source: Outdoor Recreation Land Loan 2021, Chapter 19, Acts of 2020
Program Open Space Local
Source Code: 21011 $1,400,000.00
4. Prince George's Equestrian Center - Improvements – $2,514,720.00
M-NCPPC (Prince George’s County)
POS #7618-16-869 MD20230728-0664
Background: Construct improvements including sound system, outdoor ring improvements,
shade structure, barn stall improvements, retaining walls, permeable pavers and indoor
scoreboard.
57
Board of Public Works
Department of Natural Resources – Real Property
Supplement
October 25, 2023
DNR 9
7A. PROGRAM OPEN SPACE LOCAL SHARE
LOCAL PARKS AND PLAYGROUNDS INFRASTRUCTURE (cont’d)
Prince George’s County
Fund Source: Outdoor Recreation Land Loan 2021, Chapter 19, Acts of 2020
Program Open Space Local
Source Code: 21011 $1,893,624.87
Outdoor Recreation Land Loan 2022, Chapter 357, Acts of 2021
Program Open Space Local
Source Code: 22011 $621,095.13
5. Upper Marlboro - Old Crain Highway Acquisition – $523,666.38
Town of Upper Marlboro
POS #7614-16-868 MD20230728-0665
Background: Acquire 27.03 acres to create a new park that is planned to connect to the
Chesapeake Beach Railroad Trail.
Appraised Value: Associated Appraisers LLC $500,000
John R Fowler LLC $532,000
Property Cost: $516,000.00
Incidental Costs: $7,666.38
Fund Source: Outdoor Recreation Land Loan 2023, Chapter 484, Acts of 2022
Program Open Space Local
Source Code: 23002 $523,666.38
6. Central Area Dog Park – $750,000.00
M-NCPPC (Prince George’s County)
LPPI #LPPI-16-5
Background: Construct a new dog park at Kentland Center Park including fencing, signage,
seating, site furniture, shade structures, and an extension of a water line.
Fund Source: Maryland Consolidated Capital Bond Loan 2022, Chapter 344, Acts of 2022
Local Parks and Playgrounds Infrastructure
Source Code: 22116 $750,000.00
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
58
Board of Public Works
Department of Natural Resources – Real Property
Supplement
October 25, 2023
DNR 10
Contact: Emily Wilson 410-260-8436
emilyh.wilson@maryland.gov
8A. PROGRAM OPEN SPACE LOCAL SHARE
Wicomico County
Recommendation: Approval to commit $578,700 for the following development projects.
1. Pirates Wharf Park - $443,700.00
Wicomico County
POS #6900-22-254 MD20181126-0918
Background: Additional funds for engineering, design and construction of a new waterfront
park including trails, soft boat launch and landing, fishing pier, observation deck, bulk heads,
parking, landscaping, natural playground, signage, and additional site amenities.
Prior Approvals: $420,300.00 (DNR-RP Item 11A(1) [September 2, 2020])
$104,086.40 (DNR-RP Item 5A(1) [July 6, 2022])
$54,000.00 (DNR-RP Item 5A [April 19, 2023])
Fund Source: Outdoor Recreation Land Loan 2024, Chapter 101, Acts of 2023
Program Open Space Local
$443,700.00
2. Wetipquin Park – Improvements - $135,000.00
Wicomico County
POS #7623-22-292 MD20230810-0702
Background: Install a small fishing pier, pavilion, soft launch area and other park amenities.
Fund Source: Outdoor Recreation Land Loan 2024, Chapter 101, Acts of 2023
Program Open Space Local
$135,000.00
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
59
Board of Public Works
Department of Natural Resources – Real Property
Supplement
October 25, 2023
DNR 11
Contact: Emily Wilson 410-260-8436
emilyh.wilson@maryland.gov
9A. PROGRAM OPEN SPACE STATE SHARE
Frederick County (Remsburg)
Recommendation: That the Board of Public Works approve the acquisition.
Description: This entirely forested property is located just east of the Appalachian Trail (AT)
and adjoins South Mountain State Park on two sides. It will be managed by Maryland Park
Service as an addition to South Mountain State Park. Acquisition will expand public recreational
opportunities, protect Forest Interior Dwelling Species habitat and an important forested wildlife
corridor, as well as provide a buffer and enhanced access to AT lands, cabins, and shelters.
POS Scoring System: 87 out of 100 Targeted Ecological Area: Yes
Grantor: James R. Remsburg
Grantee: The State of Maryland to the use of the Department of Natural Resources
Property: 3.69+/- acres, unimproved, POS No. 13757
Price: $37,000
Appraisals: $35,000 (5/31/23) – Karen H. Belinko
$37,000 (5/24/23) – Terry R. Dunkin
All appraisals reviewed by Mary Lou Krozack, Review Appraiser
Fund Source: Outdoor Recreation Land Loan of 2021, Chapter 19, Acts of 2020
Program Open Space Stateside
Source Code: 21010 $37,000
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
60
Board of Public Works
Department of Natural Resources – Real Property
Supplement
October 25, 2023
DNR 12
Contact: Emily Wilson 410-260-8436
emilyh.wilson@maryland.gov
10A. RURAL LEGACY PROGRAM FUNDS
Caroline County
Recommendation: Approval to grant $950,727.91 to the Eastern Shore Land Conservancy,
Inc. from Rural Legacy Funds to acquire a 239.43 acre conservation easement.
Agricultural Security Corridor – Tuckahoe Rural Legacy Area – Saathoff, et al. Property
Prior Approval: Rural Legacy Area Grant for easement acquisitions:
DNR-RP Item 14A (12/01/2021) $1,316,321 for FY 2022
Project Description: Acquisition of this conservation easement will protect 239.43 acres of
agricultural fields and woodlands. The forested acreage is habitat for Forest Interior Dwelling
Species (FIDS). The easement provides for over 3,475 linear feet of buffers directly on the
Choptank River. Preserving this land from development provides additional resiliency to the
effects of climate change on the Eastern Shore. This Rural Legacy easement, RL No. 34743, will
be held by the Department of Natural Resources and the Eastern Shore Land Conservancy, Inc.
Easement Value: $881,081.00 ($3,679.91 per acre)
Purchase Price: $881,081.00 ($3,679.91 per acre)
Total Other DNR Costs: Administrative: $26,432.43
Incidental: $29,998.26
Compliance: $13,216.22
$69,646.91
Amount Requested: $950,727.91
Fund Sources: Outdoor Recreation Land Loan of 2022, Chapter 357, Acts of 2021
Rural Legacy Program
Source Code: 22012 $950,727.91
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
61
Board of Public Works
Department of Natural Resources – Real Property
Supplement
October 25, 2023
DNR 13
Contact: Emily Wilson 410-260-8436
emilyh.wilson@maryland.gov
11A. RURAL LEGACY PROGRAM FUNDS
Queen Anne’s County
Recommendation: Approval to grant $957,833.46 to the Queen Anne’s County
Commissioners from Rural Legacy Funds to acquire a 224.30 acre conservation easement.
Foreman Branch Rural Legacy Area – Bluestem Farms, LLC
Prior Approval: Rural Legacy Area Grant for easement acquisitions:
DNR-RP Item 15A (10/12/2022) $1,307,452 for FY 2023
Project Description: Acquisition of this conservation easement will protect significant
agricultural and forested land and provide 3,900 feet of forested and grassed stream buffers to the
Chester River and an unnamed tributary. This Rural Legacy easement, RL No. 34678, will be
co-held by the Department of Natural Resources and the Board of County Commissioners of
Queen Anne’s County. The County is not requesting reimbursement for administrative and
program compliance costs.
Easement Value: $946,675 ($4,220.58 per acre)
Purchase Price: $946,675 ($4,220.58 per acre)
Total Other DNR Costs: Administrative: $ 0.00
Incidental: $11,158.46
Compliance: $ 0.00
$11,158.46
Amount Requested: $957,833.46
Fund Sources: Outdoor Recreation Land Loan of 2022, Chapter 357, Acts of 2021
Rural Legacy Program
Source Code: 22012 $957,833.46
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
62
Board of Public Works
Department of Natural Resources – Real Property
Supplement
October 25, 2023
DNR 14
Contact: Emily Wilson 410-260-8436
emilyh.wilson@maryland.gov
12A. RURAL LEGACY PROGRAM FUNDS
Queen Anne’s County
Recommendation: Approval to grant $215,322.75 to the Queen Anne’s County
Commissioners from Rural Legacy funds to acquire a 51.05 acre conservation easement.
Lands End Rural Legacy Area – Tottingham Farms, LLC
Prior Approval: Rural Legacy Area Grant for easement acquisitions:
DNR-RP Item 14A (12/01/2021) $1,650,321 for FY 2022
DNR-RP Item 15A (10/12/2022) $1,307,452 for FY 2023
Project Description: Acquisition of this conservation easement will protect valuable agricultural
lands. In addition, the easement will protect forest lands that help buffer Island Creek, a
tributary to the Chester River. This Rural Legacy easement, RL No. 34739, will be co-held by
the Department of Natural Resources and the Board of County Commissioners of Queen Anne’s
County. The County is not requesting reimbursement for administrative and program
compliance costs.
Easement Value: $210,735 ($4,128.01 per acre)
Purchase Price: $210,735 ($4,128.01 per acre)
Total Other DNR Costs: Administrative: $ 0.00
Incidental: $ 4,587.75
Compliance: $ 0.00
$ 4,587.75
Amount Requested: $215,322.75
Fund Sources: Outdoor Recreation Land Loan of 2022, Chapter 357, Acts of 2021
Rural Legacy Program
Source Code: 22012 $215,322.75
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
63
Board of Public Works
Department of Natural Resources – Real Property
Supplement
October 25, 2023
DNR 15
Contact: John Turgeon 410-697-9525
john.turgeon@maryland.gov
13A. MARYLAND ENVIRONMENTAL TRUST
Recommendation: That the Board of Public Works approve the following acquisition of a
perpetual Deed of Conservation Easement.
State Income Tax Credit: Section 10-723, Tax General Article, Annotated Code of Maryland
provides:
“An individual or a member of a pass-through entity may claim a credit against the State
income tax . . . for an easement conveyed to the Maryland Environmental Trust . . . if the
[perpetual] easement is accepted and approved by the Board of Public Works.”
“For pass through entities the Board of Public Works shall approve credits for
conveyance under this section on a first-come first-served basis.”
Property: 60.829 acres, Caroline County,
25389 Harpers Branch Dr. Denton
Caroline Tax Map 100, Parcels 88, 47, 467: lots 4, 5, 6.;
Legislative District 36
Grantor: The Estate of Leland T. Short Jr. and Dennis Dill, Trustee Under the Will
of Leland T. Short, Jr.
Grantees: Maryland Environmental Trust
Purchase Price: Donation
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
64
Board of Public Works
University System of Maryland
Supplement
October 25, 2023
USM 1
Contact: Thomas Hickey 410-576-5736
1-GM. GENERAL MISCELLANEOUS
Recommendation: That the Board of Public Works approve use of general obligation bond
funding proceeds, Bond Premium Funds, and General Fund (PayGo) funding for the following
contracts totaling $7,335,951.
Authority: State Finance and Procurement Article, Annotated Code of Maryland,
§8-301(general obligation bond funding)
Towson University
Health Professions Building
1.Description: Furnish, deliver, and install workstation furniture.
Procurement Method: Preferred Provider
Award : Maryland Correctional Enterprise (MCE), Jessup, MD
Amount: $604,601
Fund Source: MCCBL 2023: Provide funds to complete construction and
equipping of a new building for the College of Health Professions
and demolition of Linthicum Hall, Glen Esk Counseling Center
and Dowell Health Center. Item 111
Resident Business: Yes MD Tax Clearance: 23-3803-0000
2.Description: Furnish, deliver, and install space saver storage shelving.
Procurement Method: Preferred Provider
Award : Maryland Correctional Enterprise (MCE), Jessup, MD
Amount: $158,083
Fund Source: MCCBL 2023: Provide funds to complete construction and
equipping of a new building for the College of Health Professions
and demolition of Linthicum Hall, Glen Esk Counseling Center
and Dowell Health Center. Item 111
Resident Business: Yes MD Tax Clearance: 23-3803-0000
3.Description: Furnish, deliver, and install signage.
Procurement Method: Cooperative Purchasing Agreement (MHEC Contract No. G24)
Award : Quorum Group LLC dba Takeform, Medina, NY
Amount: $67,436
Fund Source: FY 2023 General Funds (PayGo Funding)
Resident Business: No MD Tax Clearance: 23-3957-1111
65
Board of Public Works
University System of Maryland
Supplement
October 25, 2023
USM 2
1-GM. GENERAL MISCELLANEOUS (cont’d)
Frostburg State University
Physical Education Building Roof and Window Replacement
Description: Remove and replace the roof and windows.
Procurement Method: Cooperative Purchase (MICPA) #PW1925
Award: Garland/DBS, Inc., Cleveland, OH
Amount: $939,743
Fund Source: FY 2023 General Funds (PayGo Funding)
Resident Business: No MD Tax Clearance: 23-3865-1000
Salisbury University
Holloway Hall Renovations
1.Description: Improvements to Auditorium and Bathroom Renovations
Procurement Method: Competitive Sealed Proposal
Award: Henley Construction Co, Inc., Gaithersburg, MD
Amount: $822,000
Fund Source: FY 2021 Deficiency Appropriation (Bond Premium Funds)
Resident Business: Yes MD Tax Clearance: 23-3916-1111
2.Description: Electrical Upgrades to Great Hall
Procurement Method: Competitive Sealed Bid
Award: Harper & Sons, Inc., Easton, MD
Amount: $132,120
Fund Source: FY 2021 Deficiency Appropriation (Bond Premium Funds)
Resident Business: Yes MD Tax Clearance: 23-3723-1111
University of Maryland, Baltimore County
University Center Canopy Replacement
Description: Replacement of the Roof Canopy
Procurement Method: UMBC On-Call Multi-trade task order
Award: Baltimore Contractors, Inc., Glen Burnie, MD
Amount: $112,688
Fund Source: FY 2021 Deficiency Appropriation (Bond Premium Funds)
Resident Business: Yes MD Tax Clearance: 23-3847-1111
66
Board of Public Works
University System of Maryland
Supplement
October 25, 2023
USM 3
1-GM. GENERAL MISCELLANEOUS (cont’d)
University of Maryland College Park for Bowie State University
Communication Arts and Humanities Building
1. Description: Furniture for floors 1 through 3.
Procurement Method: Master Contract (Vendor Contract No. 12140)
Award: Maryland Correctional Enterprise, Jessup MD
Amount: $3,252,619
Fund Source: MCCBL 2023: Provide funds to continue construction and
equipping of a new Communication Arts and Humanities
building, provided that notwithstanding Section 6 of this Act, work
may continue on this project prior to the appropriation of all funds
necessary to complete this project. Item # 109: $1,000,000.
General Funds (FY 2023 PayGo Funding): $2,252,619
Resident Business: Yes MD Tax Clearance: 23-1731-0000
2. Description: Herman Miller –Layout Studio Project Table
Procurement Method: Cooperative Purchase
Award: MOI, Inc., Baltimore, MD
Amount: $4,169
Fund Source: FY 2023 General Funds (PayGo Funding)
Resident Business: Yes MD Tax Clearance: 23-3900-1111
University of Maryland, College Park for University of Maryland Center for
Environmental Science
Chesapeake Analytics Collaborative Building, Solomons, MD
Description: Architectural and engineering services for bidding and
Construction Administration services.
Procurement Method: On-call Indefinite Delivery Contract
Award: Design Collective, Baltimore, MD
Amount: $373,953
Fund Source: FY 2023 General Funds (PayGo Funding)
Resident Business: Yes MD Tax Clearance: 23-3849-1111
67
Board of Public Works
University System of Maryland
Supplement
October 25, 2023
USM 4
1-GM. GENERAL MISCELLANEOUS (cont’d)
University of Maryland College Park
Chemistry Wing 1 Replacement
Description: Thermal analysis instrumentation
Procurement Method: Sole Source
Award: TA Instruments – Waters LLC, New Castle, DE
Amount: $784,175
Fund Source: FY 2023 General Funds (PayGo Funding)
Resident Business: No MD Tax Clearance: 23-3790-1100
University of Maryland, Baltimore
Bressler Research Building Electrical Substation Improvements
Description: Improvements to electrical substations.
Procurement Method: Competitive Sealed Proposal
Award: Cynergy Electric, Inc., Crofton, MD
Amount: $84,364
Fund Source: FY 2022 General Funds (PayGo Funding)
Resident Business: Yes MD Tax Clearance: 23-3740-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
68
Board of Public Works
University System of Maryland
Supplement
October 25, 2023
USM 5
Contact: Thomas Hickey 410-576-5736
2-S. FROSTBURG STATE UNIVERSITY
Service Contract
Contract ID: Enrollment Management Recruitment and Marketing Services
Contract Description: This contract is to provide marketing and recruitment services to support
the enrollment growth at Frostburg State University for graduate and undergraduate programs.
Contractor: EAB Global, Inc, Washington, DC
Term: 10/26/2023 – 6/30/2026
Contract Amount: $3,592,516
Procurement Method: Sole Source
MBE Participation: 6%
Performance Security: N/A
Requesting Institution Remarks: This contract will help Frostburg State University grow
enrollment and revenue in its online programs by developing and implementing an innovative
blueprint for adult enrollment growth through best practice research and EAB expertise to
include the following:
Building a prospect pool with advantaged audience generation, direct access to a
proprietary consumer database, and channels that deliver high-intent, best fit students to
Frostburg State University.
Driving enrollment results with choreographed, responsive marketing to keep pace with
shifting student behavior and trends in the graduate and adult learner market.
Developing a nimble, forward-thinking growth strategy based on custom and best
practice research guided by a team of EAB experts.
Illuminating the student journey and fueling each decision with micro and macro insights
derived from digital body language, proprietary data sets, and predictive analytics.
As a comprehensive approach to smart enrollment growth, EAB’s Adult Learner Recruitment
Services (ALR) are completely unique in the market. There are no known providers of any
similar offering that integrates full-service execution and strategy services as part of a holistic
approach to enrollment. A competitive bidding process would yield no additional vendors
capable of providing the complete scope of services supplied by ALR and required by Frostburg
State University. It is due to the uniqueness of ALR that this sole source procurement is justified.
Frostburg State University retains the ability to opt-out after year two of the contract.
REVISED
69
Board of Public Works
University System of Maryland
Supplement
October 25, 2023
USM 6
2-S. FROSTBURG STATE UNIVERSITY (cont’d)
Service Contract
Fund Source: Institutional Funds
Resident Business: No
MD Tax Clearance: 23-3442-0101
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
70
Board of Public Works
University System of Maryland
Supplement
October 25, 2023
USM 7
Contact: Thomas Hickey 410-576-5736
3-C. UNIVERSITY OF MARYLAND, BALTIMORE
Bressler Research Building 2
nd
Floor Anatomy Lab Renovation
Contract ID: On-Call General Contractor, #C-00873
Task Order Bid #23-304 MC
Contract Approved: USM Item 3-C (8/14/2019)
Procurement Method: On Call General Contracting-Task Order
Task Order Description: The Work consists of a renovation of an existing approximately 6,350
sf Gross Anatomy Lab and support spaces in the Bressler Research Building. The primary
functions of the overall building are classrooms, anatomy lab, offices, and student space. The
existing building is steel frame construction. The work includes steel framing, solid and hollow
core wood doors, door hardware and interior finishes including resinous floor, acoustical ceiling
tile, and painting. The bulk of design work includes planning space and coordinating
support/utilities for new knee walls with exam lights or an alternate for the surgical lights. The
work also includes reconfiguration of plumbing, heating/air conditioning, lighting/electrical,
A/V, IT in service of the overall lab space.
Task Order Bids:
Bidders Price
Em
j
a
y
En
g
ineerin
g
and Construction Co., Inc. $1,434,900
Brawner Builders, Inc. $1,685,710
A.R. Marani, Inc. $1,828,981
Award: Emjay Engineering and Construction Co., Inc.
Task Order Term: 8 months from notice to proceed
Task Order Amount: $1,434,900
Fund Source: MCCBL 2022- Provide funds to design, construct, and
equip the renovation of the Anatomy Laboratory. Item 101
MBE Participation: 30%
Sub-goals: 8% African American
11% Women Owned
Performance Security: 100% performance bond
71
Board of Public Works
University System of Maryland
Supplement
October 25, 2023
USM 8
3-C. UNIVERSITY OF MARYLAND, BALTIMORE (cont’d)
Bressler Research Building 2
nd
Floor Anatomy Lab Renovation
Requesting Institution Remarks: The solicitation was bid among all four on-call general
contractors. Three contractors submitted bids. Award is recommended to Emjay Engineering
and Construction Co., Inc who had the lowest responsive responsible bid.
Resident Businesses: Yes
MD Tax Clearance: 23-3943-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
72
Board of Public Works
University System of Maryland
Supplement
October 25, 2023
USM 9
Contact: Thomas Hickey 410-576-5736
4-AE. UNIVERSITY OF MARYLAND, BALTIMORE
On-Call Architectural/Engineering Design Services for Medical/Research
Projects
Contract ID: On-Call Architectural/Engineering Design Services for Medical/Research
Projects, RFP #91081 MC
Awards:
Ayers Saint Gross, Inc. Baltimore, MD
CR Goodman Associates Inc. (DBA CRGA Design) Baltimore, MD
Design Collective, Inc. Baltimore, MD
IB Holdings, Inc. dba Colimore Architects Baltimore, MD
Johnson, Mirmiran & Thompson, Inc. Hunt Valley, MD
Marshall Craft Associates, Inc. Baltimore, MD
Contract Description: Indefinite delivery A/E service contracts for full engineering services for
University System of Maryland institutions in the Baltimore region. UMB awards projects on a
task order basis with no guarantee of work to any specific on-call firm. Medical/Research
projects include medical scientific laboratories, teaching labs, computer labs and associated
support areas.
Contract Term: 11/3/2023 – 11/2/2026 (with one 2-year renewal option)
Procurement Method: Competitive Sealed Proposals
Amount: $8,000,000 (not to exceed) (3-year base term)
$5,000,000 (not to exceed) (2-year renewal option)
$13,000,000 (not to exceed) Total
Fund Source: Various USM Institutional Funds
Proposals:
Firm Price Proposal
R
ankin
g
Overall Ranking
IB Holdin
g
s, Inc. dba Colimore Architects 1 1
Desi
g
n Collective, Inc. 2 2
Marshall Craft Associates, Inc. 4 3
A
y
ers Saint Gross, Inc. 5 4
Johnson Mirmiran & Thompson, Inc. (JMT
Architecture)
6 5
CR Goodman Associates, Inc. (DBA CRGA Desi
g
n) 3 6
73
Board of Public Works
University System of Maryland
Supplement
October 25, 2023
USM 10
4-AE. UNIVERSITY OF MARYLAND, BALTIMORE (cont’d)
On-Call Architectural/Engineering Design Services for Medical/Research
Projects
MBE Participation: MBE Participation shall be determined for task orders over
$50,000
Performance Security: None
Requesting Institution Remarks: The solicitation was advertised in
eMarylandMarketplaceAdvantage and the University’s eBid Board. Ten proposals were
received. The proposals were evaluated by an Evaluation Committee which included
representatives from UMB’s Design and Construction group. After review by the Evaluation
Committee, six firms were shortlisted. These shortlisted firms provided price proposals
consisting of hourly rates for a variety of design staff positions. For analysis and evaluation
purposes, the hourly rates were applied to five sample projects using hours for various staff
positions based on prior A/E Design projects done for UMB. Award is recommended to the six
technically qualified firms which provide the best overall value to UMB based on the results of
the technical and financial evaluation.
As projects arise, the University will rotate among the six awarded firms beginning with the firm
that achieved the highest total score. These firms will be required to use the fixed hourly rates
for any task orders done under the master contracts for the initial term of the contract. Hourly
rates may increase in the renewal option term based on increases in the Consumer Price Index.
MD Tax Clearance
Resident Business
Ayers Saint Gross, Inc. 23-3907-1111
Yes
C.R. Goodman Associates, Inc. (DBA CRGA
Desi
g
n)
23-3909-0111
Design Collective, Inc. 23-3910-1111
IB Holdings, Inc. dba Colimore Architects 23-3940-1100
Johnson, Mirmiran & Thompson, Inc. 23-3911-1111
Marshall Craft Associates, Inc. 23-3912-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
74
Wes Moore
Governor
Aruna Miller
Lt. Governor
Paul J. Wiedefeld
Secretary
BOARD OF PUBLIC WORKS
ACTION AGENDA
October 25, 2023
Item # Mode Pages
1 – 5 Maryland Transit Administration (MTA) 1 - 13
6 – 19 State Highway Administration (SHA) 14 - 45
75
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 1
Contact: Memory M. Hewlett 410-767-8374
mhewlett@mdot.maryland.gov
1-CMR. MARYLAND TRANSIT ADMINISTRATION
Construction Management at Risk
Contract ID: Eastern Bus Division Redevelopment Project – Construction Management
Consulting Services; T-1547-0150
EPICS No.: T15470150
Contract Description: Provision of preconstruction services performed by a construction
management firm for the design of the Eastern Bus Division Redevelopment Project (EBDRP) for
the Maryland Transit Administration (MTA). This contract will be amended to cover the
construction phase of the project once a guaranteed maximum price (GMP) is agreed upon.
Award: Clark Construction Group, LLC; Baltimore, MD
Contract Term:  759 Calendar days
Amount: $1,793,861
Procurement Method: Competitive Sealed Proposal
Proposals:
Offerors
Technical
Ranking
Financial
Ranking
Overall
Ranking
Clark Construction Group, LLC; Baltimore, MD 1 $1,793,861 (3) 1
Hensel Phelps; T
y
sons Corner, VA 2 $1,053,086 (1) 2
Turner Construction Compan
y
; Baltimore, MD 3 $1,100,000 (2) 3
*Note: Technical factors had greater weight than price in the overall ranking.
MBE/VSBE Participation: 0% / 0%
Performance Security: Performance & Payment Bonds at 100% of the Contract Amount
Requesting Agency Remarks: The Request for Proposals (RFP) was advertised on eMaryland
Marketplace Advantage (eMMA) on December 5, 2022 with an initial due date of February 7,
2023, which was extended until March 1, 2023 due to amendments to the RFP. Three timely
proposals were received on March 1, 2023. The Procurement Officer conducted an initial review
for responsiveness and identified minor irregularities with two of the three submissions, and both
offerors were granted an opportunity to cure the deficiencies.
76
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 2
1-CMR. MARYLAND TRANSIT ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
Once the technical proposals were deemed responsive, they were sent to the Evaluation Committee
for a formal review based on the criteria set forth in the RFP. Clark’s proposal package
demonstrated the best value for the MTA and the State of Maryland.
The contractor will provide preconstruction services for the design of MTA’s EBDRP that will
mitigate risks, improve the construction schedule, streamline the design process, improve the
decision-making process, and develop a project that adheres to MTA’s budget.
The proposed EBDRP includes clearing the entire current Eastern Bus Division site, demolishing
existing buildings, and expanding the site to approximately 8.5 acres by closing and relocating
Ponca Street. The new facility will be designed to initially accommodate a combined fleet of diesel
and Battery Electric Buses (BEB), then transition into a 100% BEB fleet of approximately 200
electric buses.
Lastly, this contract will later be amended to include the construction and construction
management portion of the project once a GMP is determined and agreed upon.
Per BPW Advisory 2001-1, the MTA Procurement Review Group reviewed the contract scope of
work to determine the potential for establishing MBE and VSBE participation goals, as well as a
Small Business Reserve designation. It was determined that no subcontracting opportunities
existed for the preconstruction phase of the project. Therefore, no MBE nor VSBE goals were
established. However, the MTA Procurement Division does anticipate that subcontracting
opportunities will be available during the construction phase of the project.
Fund Source:  100% Special (Transportation Trust Funds)
Approp. Code: J05H0105
Resident Business: Yes
MD Tax Clearance: 23-3845-1110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
77
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 3
Contact: Memory Hewlett 410-767-8374
mhewlett@mdot.maryland.gov
2-M-MOD. MARYLAND TRANSIT ADMINISTRATION
Modification: Maintenance Contract
Contract ID: Bus Graphics Maintenance; OPS-19-011-MT
EPICS No.: CO412263
Contract Approval:  MDOT 2-M, 08/14/2019
Contract Description: Install, remove, and maintain vinyl graphics on buses for the
Maryland Transit Administration (MTA).
Modification Description: Increase contract authority, increase contract rate for the application
of graphics, and extend the term of the contract to allow for the continuation of services while
MTA works to complete a new procurement.
Award: Absolute Perfection, Inc; Sykesville, MD
Contract Term: 09/05/2019 – 09/04/2022 (3 years)
Modification Term: 10/26/2023 – 05/25/2024 (7 months)
Original Contract Amount: $ 600,000.00
Modification Amount: $ 300,000.00
Prior Mod/Option: $ 49,000.00 (Mod. #1: 09/05/2022 - 09/04/2023; Increased
authority and added time; Delegated Authority – MTA, 09/02/2022)
$ 49,000.00 (Mod. #2: Increased authority to accommodate BEB
buses added to the MTA fleet; Delegated Authority – MTA, 01/27/2023)
$ 50,000.00 (Mod. #3: Increased authority and extended contract
09/05/2023-10/25/2023; Delegated Authority – MTA, 09/05/2023)
Total Contract Amount: $1,048,000.00
Percent +/- Change: 50.00%
Total Percent Change: 74.67%
Procurement Method: Competitive Sealed Bidding
78
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 4
2-M-MOD. MARYLAND TRANSIT ADMINISTRATION (cont’d)
MBE/VSBE Participation: 10.00% / 0%
MBE/VSBE Compliance: 13.38% / 0%
Requesting Agency Remarks: Approval of this modification to increase contract funding, increase
the per square foot payment rate and extend the term of the agreement is necessary to ensure the
continuation of these graphics services while a new solicitation can be completed. Staffing
shortages within the MTA Procurement Unit have delayed the completion of a new solicitation for
these services.
Per BPW Advisory 2001-1, the MTA Procurement Review Group reviewed the contract scope of
work to determine the potential for establishing MBE and VSBE participation goals, as well as a
Small Business Reserve designation. A 10% MBE goal was established for this contract and the
vendor is currently exceeding the goal to achieve participation compliance of 13.38%. No VSBE
goal was established for this contract due to the limited number of certified firms available to
perform the services outlined in the statement of work.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J05H0105
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
79
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 5
Contact: Memory Hewlett 410-767-8374
mhewlett@mdot.maryland.gov
3-M-MOD. MARYLAND TRANSIT ADMINISTRATION
Modification: Maintenance Contract
Contract ID: Light Rail Stations Parking Lots Snow and Ice Removal; LR-18-004-MT
EPICS No.: CO412240
Contract Approved: MDOT 3-M, 08/22/2018
Contract Description: Provide essential snow and ice removal services at the Maryland
Transit Administration’s (MTA) Light RailLink stations and, if required, along specified streets in
the Central Business District.
Modification Description: Material change to revise previously outlined labor rates for the
remainder of the contract.
Award:Barnes Paving & Trucking, Inc.; Baltimore, MD
(Certified Small Business)
Contract Term: 09/01/2018 – 08/31/2023 (5 years)
Modification Term: 10/26/2023 – 08/31/2024 (1 year)
Original Contract Amount: $ 4,288,000.00
Modification Amount: $ 0.00
Prior Mod/Option: $ 196,800.00 (Mod. #1: 01/08/2019 – 08/31/2023; Increased
authority and revised scope of work; 01/02/2019, MDOT 1-M-MOD)
$ 0.00 (Mod. #2: 09/01/2023-08/31/2024; No-Cost
extension; Delegated Authority - MTA, 08/31/2023)
Total Contract Amount: $ 4,484,800.00
Percent +/- Change: 0%
Total Percent Change: 4.6%
Procurement Method: Competitive Sealed Bidding
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
80
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 6
3-M-MOD. MARYLAND TRANSIT ADMINISTRATION (cont’d)
Hiring Agreement Eligible: Yes
Requesting Agency Remarks: While no additional contract authority is being sought under
this modification, approval of the requested labor rate increases will enable the contractor to offer
wages that more closely align with the current market value of these services. Offering a more
competitive wage will bolster employee retention and recruitment for the duration of the contract.
Specifically, the following labor rate increases are being requested:
Labor Description
Current
Hourl
y
Rate
Requested Hourly
R
ate Ad
j
ustment
Loader 3-4 Yards Operato
r
$175.00 $210.00
Loader 1.5 Yards Operato
r
$100.00 $120.00
Bobcat Operator $100.00 $185.00
Dump Truck w/Plow Spreader Operato
r
$140.00 $168.00
4x4 Pickup Truck w/Plow Operato
r
$110.00 $136.00
Supervisor/Foreman w/Truc
k
$70.00 $84.00
Labore
r
$42.00 $50.40
Single Axle Dump Truck w/Plow Spreader Operator $140.00 $185.00
Per BPW Advisory 2001-1, the MTA Procurement Review Group reviewed the contract scope of
work to determine the potential for establishing MBE and VSBE participation goals, as well as a
Small Business Reserve designation. No MBE nor VSBE participation goals were established;
however, the contract was designated for certified Small Business firms.
The awardee has performed to a satisfactory degree, so MTA is confident in their abilities.
Therefore, approving this modification will allow the continuation of these essential services,
which is in the best interest of the State.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J05H0104
Resident Business: Yes
MD Tax Clearance: 23-3369-0111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
81
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 7
Contact: Memory Hewlett 410-767-8374
mhewlett@mdot.maryland.gov
4-GM. MARYLAND TRANSIT ADMINISTRATION
General/Miscellaneous Contract
Recommendation: That the Board of Public Works approve the award of the following Task
Order.
Procurement Method: Task Order under Master Contract
Authority: State Finance and Procurement Article, Annotated Code of MD,
§ 13-113; COMAR 21.05.13.06
1.0 Master Contract: Ancillary – Agency Wide Repairs/Rehabilitation, Maintenance
and Construction at MTA Facilities
MTA Contract No. AGY-15-080-MT
Approved: MDOT 19-GM, 07/27/2016
Term: 08/18/2016 - 04/17/2024
Fund Source: 80% Federal; 20% Special (Transportation Trust Funds)
1.1 Using Agency: Maryland Transit Administration (MTA)
Description: Metro Milford Mill Station Platform Repairs – This maintenance
project provides concrete surface repairs to the loading platform at MTA MetroLink’s
Milford Mill Metro Station. Provides for the installation and maintenance of pedestrian
safety measures, the removal of deteriorated concrete, the placement of new concrete, the
replacement and rehabilitation of existing concrete expansion joints, etc. (OFS No. 32)
Number of Qualified
Master Contractors: 3
Number of Bids: 3
Bids:
B
idders Amounts
Hawke
y
e Construction LLC; Cocke
y
sville, MD $232,750.00
Southern Improvement Compan
y
, Inc.; Hunt Valle
y
, MD $323,475.00
Amtrac Railroad Contractors of MD, Inc.; Ha
g
erstown, MD $647,215.00
Award: Hawkeye Construction, LLC; Cockeysville, MD
Amount: $232,750.00
Term: 96 days from an NTP (anticipated NTP of 10/26/2023)
DBE/VSBE Participation: 36% / 0%
Resident Business: Yes
82
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 8
4-GM. MARYLAND TRANSIT ADMINISTRATION (cont’d)
Agency Remarks: Per BPW Advisory 2001-1, the SHA Procurement Review Group
reviewed the contract scope of work to determine the potential for establishing DBE
participation goal, as well as a Small Business Reserve designation. Hawkeye
Construction, LLC has committed to meeting or exceeding the established 36% DBE
participation goal.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
83
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 9
Contact: Memory Hewlett 410-767-8374
mhewlett@mdot.maryland.gov
5-GM. MARYLAND TRANSIT ADMINISTRATION
General/Miscellaneous Contract
Contract ID: Commuter Bus Routes 610, 620, 630, 640, 650; OPS-23-050-SR A, B, C, D, E
EPICS No.: OPS2350SRA, OPS2350SRB, OPS2350SRC, OPS2350SRD,
OPS2350SRE
Contract Description: Provide a bus company to operate the Maryland Transit
Administration (MTA) Commuter Bus services for Routes 610, 620, 630, 640, 650 under five
separate contracts.
Awards: Academy Express, L.L.C.; Hoboken, NJ Contract A (Route 610)
Academy Express, L.L.C.; Hoboken, NJ Contract B (Route 620)
Gold Line, Inc.; Hyattsville, MD Contract C (Route 630)
Gold Line, Inc.; Hyattsville, MD Contract D (Route 640)
Kelly Transportation; Waldorf, MD Contract E (Route 650)
Contract Term: 10/26/2023 - 10/31/2023 (Mobilization Period: 6 days)
11/01/2023 - 09/30/2028 (5 years w/one 2-year renewal option)
Amount: Contract A $ 15,981,414.68 NTE (Base: 5 years)
$ 7,195,612.46 NTE (Renewal Option # 1: 2 years)
$ 23,177,027.14 NTE Aggregate Total
Contract B $ 16,599,321.17 NTE (Base: 5 years)
$ 7,473,269.25 NTE (Renewal Option #1: 2 years)
$ 24,072,590.42 NTE Aggregate Total
Contract C $ 10,957,348.60 NTE (Base: 5 years)
$ 4,906,571.52 NTE (Renewal Option #1: 2 years)
$ 15,863,920.12 NTE Aggregate Total
Contract D $ 11,378,985.10 NTE (Base: 5 years)
$ 5,099,558.59 NTE (Renewal Option #1: 2 years)
$ 16,478,543.69 NTE Aggregate Total
Contract E $ 13,386,869.18 NTE (Base: 5 years)
$ 5,570,040.98 NTE (Renewal Option #1: 2 years)
$ 18,956,910.16 NTE Aggregate Total
84
Keller Transportation, Inc.
1
0/31/2028
See Next page for Record
Correction Letter dated 1/24/24
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 10
5-GM. MARYLAND TRANSIT ADMINISTRATION (cont’d)
Procurement Method: Competitive Sealed Bidding
Bids:
Contract A
Bidders Amounts (NTE)
Academy Express, L.L.C.; Hoboken, NJ
$ 15,981,414.68 (Base)
$ 7,195,612.46 (Renewal Option 1)
$ 23,177,027.14 Total
Keller Transportation, Inc.; Waldorf, MD
$ 16,375,905.31 (Base)
$ 6,863,678.60 (Renewal Option 1)
$ 23,239,583.91 Total
Gold Line, Inc.; Hyattsville, MD
$ 16,378,018.21 (Base)
$ 7,337,530.54 (Renewal Option 1)
$ 23,715,548.75 Total
Contract B
Bidders Amounts (NTE)
Academy Express, L.L.C.; Hoboken, NJ
$ 16,599,321.17 (Base)
$ 7,473,269.25 (Renewal Option 1)
$ 24,072,590.42 Total
Gold Line, Inc.; Hyattsville, MD
$ 16,946,010.41 (Base)
$ 7,589,432.13 (Renewal Option 1)
$ 24,498,620.34 Total
Keller Transportation, Inc.; Waldorf, MD
$ 19,469,087.62 (Base)
$ 8,240,121.73 (Renewal Option 1)
$ 27,709,209.35 Total
Contract C
Bidders Amounts (NTE)
Gold Line, Inc.; Hyattsville, MD
$ 10,957,348.60 (Base)
$ 4,906,571.52 (Renewal Option 1)
$ 15,863,920.12 Total
Academy Express, LLC; Hoboken, NJ
$ 14,894,830.53 (Base)
$ 6,615,508.03 (Renewal Option 1)
$ 21,510,338.56 Total
85
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 11
5-GM. MARYLAND TRANSIT ADMINISTRATION (cont’d)
Bids (cont’d):
Contract D
Bidders Amounts (NTE)
Gold Line, Inc.; Hyattsville, MD
$ 11,378,985.10 (Base)
$ 5,099,558.59 (Renewal Option 1)
$ 16,478,543.69 Total
Academy Express, L.L.C.; Hoboken, NJ
$ 11,504,765.92 (Base)
$ 5,107,832.23 (Renewal Option 1)
$ 16,612,598.15 Total
Contract E
Bidders Amounts (NTE)
Keller Transportation, Inc.; Waldorf, MD
$ 13,386,869.18 (Base)
$ 5,570,040.98 (Renewal Option 1)
$ 18,956,910.16 Total
Gold Line, Inc.; Hyattsville, MD
$ 13,426,973.65 (Base)
$ 6,009,525.65 (Renewal Option 1)
$ 19,436,499.30 Total
Academy Express, L.L.C.; Hoboken, NJ
$ 16,208,521.31 (Base)
$ 7,213,811.72 (Renewal Option 1)
$ 23,422,333.03 Total
MBE/VSBE Participation: 6% / 0% (Contracts A and B)
5% / 0% (Contract C, D, and E)
Performance Security: 10% of Annual Mileage Bid Amount (each)
Incumbents:  Gold Line, Inc.; Academy Express, LLC
Requesting Agency Remarks: This solicitation was advertised via eMaryland Marketplace
Advantage on July 24, 2023, notifying six potential vendors. These vendors were also notified of
the solicitation by email. On August 15, 2023, bids were opened for each contract - three bids
received for Contract A; three bids received for Contract B; two bids received for Contract C;two
bids received for Contract D; and three bids received for Contract E. A single ‘no bid form’ was
received and noted the given firm failed to provide a bid due to other commitments.
86
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 12
5-GM. MARYLAND TRANSIT ADMINISTRATION (cont’d)
Agency Remarks: (cont’d):
The routes are as follows:
Route 610 Provides weekday service stops between Waldorf and Washington D.C. and
consists of 11 morning trips and 11 afternoon/evening trips.
Route 620 Provides weekday service stops between Waldorf and Washington D.C. and
consists of 11 morning trips and 12 afternoon/evening trips.
Route 630 Provides weekday service stops between La Plata and Washington D.C. and
consists of eight morning trips and six afternoon/evening trips.
Route 640 Provides weekday service stops between Waldorf and Washington D.C. and
consists of seven morning trips and seven afternoon/evening trips.
Route 650 Provides weekday service stops between La Plata and Washington D.C. and
consists of eight morning trips and ten afternoon/evening trips.
The contract amounts include the prospective awardees’ bid value, plus built-in reimbursement
costs. The built-in reimbursements include an annual performance bond reimbursement, which the
MTA designed to attract small businesses to bid who generally are put at a disadvantage because
of the cost associated with obtaining these bonds.
Per BPW Advisory 2001-1, the MTA Procurement Review Group reviewed the contract scope of
work to determine the potential for establishing MBE and VSBE participation goals, as well as a
Small Business Reserve designation. While no VSBE participation goals were established for
these contracts due to the limited number of available certified firms, MBE participation goals
were assigned to each contract in the series. Contracts A and B have 6% MBE goals, and Contracts
C, D, and E have 5% goals. All the MBE subcontractors will provide fuel.
This contract includes a provision authorizing an extension for a total period no longer than one-
third of the base term to spend funds remaining on the contract as provided in the Board of Public
Works (BPW) Advisory 1995-1 found on the BPW website.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J05H0102
Resident Businesses: No - Academy Express, L.L.C.
Yes - Gold Line, Inc.; Keller Transportation, Inc.
87
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 13
5-GM. MARYLAND TRANSIT ADMINISTRATION (cont’d)
MD Tax Clearances:  Academy Express, L.L.C. ` 23-3598-0100
Gold Line, Inc.  23-3600-0111
Keller Transportation, Inc.  23-3602-0111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
88
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 14
Contact: Jada Wright 410-545-0330
6-AE. STATE HIGHWAY ADMINISTRATION
Architecture/Engineering Contract
Contract ID: Survey & Engineering Services, District 7; BCS 2022-01 D
EPICS No. SBCS2201D
Contract Description: One of five open-ended, work-order based contracts to provide
survey & engineering services, District 7 for the State Highway Administration (SHA).
Award: Dewberry Engineers Inc.; Owings Mills, MD
Contract Term: 11/09/2023-11/08/2028 (5 years)
Amount: $3,000,000 NTE
Procurement Method: Qualification Based Selection
Proposals:
Offerors
Technical Proposal
Ratings (Max 100)
(Rankings)
Awards
Brudis & Associates, Inc.
Columbia, MD
77.45
(1)
Approved 11-AE
10/04/2023
Contract A
McCormick Taylor, Inc.
Baltimore, MD
77.22
(2)
Approved 11-AE
10/04/2023
Contract B
Century Engineering, LLC
Hunt Valley, MD, MD
77.07
(3)
Approved 11-AE
10/04/2023
Contract C
Dewberry Engineers Inc
Owin
g
s Mills, MD
76.77
(4)
$3,000,000 NTE
(Contract D)
Rummel, Klepper & Kahl, LLP
Baltimore, MD
76.51
(5)
Approved 11-AE
09/20/2023
Contract E
Wallace, Montgomery & Associates, LLP
Hunt Valle
y
, MD
76.10
(6)
AECOM Technical Services, Inc.
Hunt Valle
y
, MD
75.78
(7)
89
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 15
6-AE. STATE HIGHWAY ADMINISTRATION (cont’d)
Proposals (cont’d):
Offerors
Technical Proposal
Ratings (Max 100)
(Rankings)
Awards
The Wilson T. Ballard Company
Owin
g
s Mills, MD
75.54
(8)
Mead & Hunt, Inc.
Columbia, MD
75.47
(9)
Urban Engineers, Inc.
Baltimore, MD
75.24
(10)
PRIME AE Group, Inc.
Baltimore, MD
74.98
(11)
Whitney, Bailey, Cox & Magnani, LLC
Baltimore, MD
74.91
(12)
WSP USA Inc
Baltimore, MD
74.69
(13)
DBE/VSBE Participation:27% / N/A
Incumbents: Rummel, Klepper & Kahl, LLP, KCI Technologies, Inc., Century
Engineering, Inc., Wallace Montgomery & Associates, LLP,
Whitney, Bailey, Cox & Magnani, LLC, Brudis & Associates, Inc.
Requesting Agency Remarks: On March 11, 2022, the solicitation was advertised in The Daily
Record, SHA’s web page, and eMaryland Marketplace Advantage (eMMA). The advertisement
was for five contracts for $3 million each not to exceed $15 million for Survey & Engineering
Services, District 7 for SHA. A total of 762 firms were notified via eMMA and an additional 620
DBE were directly solicited. SHA received 22 expressions of interest developed a Reduced
Candidate List per COMAR 21.12.02.04. From the Reduced Candidate List, SHA invited 13 firms
to submit technical proposals. SHA used qualifications-based selection and five found consultants
eligible for contract award.
On April 6, 2023, SHA received a protest disputing the following:
- weaknesses and omissions of the vendor’s proposal presented to them during the
SHA debriefing that were addressed in their submission.
- the debriefing scoring sheet presented to the vendor had an error that could have
altered the outcome of the procurement.
90
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 16
6-AE. STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
SHA reviewed each of the issues presented in the vendor’s protest at length, with extensive counsel
from the Office of the Attorney General and issued a Procurement Officer’s Final Decision to
Vendor (POFD), on June 9, 2023. SHA’s POFD stated that the vendor’s disagreement with the
evaluation is not a basis for reevaluation or overturning the reasonable scoring of the evaluation
committee. In addition, SHA acknowledged a typographical error in the manually created scoring
sheet presented during the debriefing. The debriefing sheet was completely separate from the
equations used by SHA during the rating and ranking process and the error did not alter the
selection of contract awardees. SHA provided the vendor with a corrected sheet as an attachment
to the POFD response. The vendor was notified of their ability to file an appeal with the Maryland
State Board of Contract Appeals (MSBCA) within 10 days from the date of receipt. SHA
contacted the MSBCA and confirmed that the vendor did not file an appeal.
This comprehensive survey and engineering services contract series to provide survey and
engineering services in support of highway design projects that improve safety, operations, and
maintain the integrity of highway infrastructure. Designs may include concept studies,
construction plans, IFB’s and estimates. Detailed design services required include highway
geometrics, drainage, stormwater management utility coordination and/or designation,
topographic surveys, right of way plats, landscape, environmental, traffic control devices,
construction phasing, maintenance of traffic, sidewalks/shared used paths, structures,
erosion/sediment control, and geotechnical analysis/design. Tasks will primarily be within SHA
District 7, but tasks may be assigned in other areas of the State in support of other SHA offices.
Specific project assignments will depend upon the district’s needs during the life of the contract
and may include on-site staffing.
Per BPW Advisory 2001-1, the SHA Procurement Review Group reviewed the contract scope of
work to determine the potential for establishing a DBE participation goal, as well as a Small
Business Reserve designation. A 27% DBE participation goal was established for each contract
within this award series.
Fund Source: 80% Federal; 20% Special (Transportation Trust Funds)
Approp. Code: J02B0101
Resident Business: Yes
MD Tax Clearance: 23-3606-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
91
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 17
Contact: Jada Wright 410-545-0330
7-AE. STATE HIGHWAY ADMINISTRATION
Architecture/Engineering Contract
Contract ID: Comprehensive Environmental & Engineering Services, Statewide, BCS 2022-04
D and BCS 2022-04 G
EPICS No. SBCS2204D, SBCS2204G
Contract Description: Two of seven open-ended, work-order based contracts to provide
comprehensive environmental and engineering services for the State Highway Administration
(SHA).
Awards: RS&H, Inc./ Contract D
ATCS P.L.C. (JV); Towson, MD
A. Morton Thomas and Associates, Inc./ Contract G
A.D. Marble & Co. Inc. (JV); Towson, MD
Contract Term:  11/09/2023 – 11/08/2028 (5 years)
Amount: $5,000,000 NTE each
$10,000,000 total for this item.
Procurement Method: Qualification Based Selection
Proposals:
Offerors
Technical Proposal
Ratings (Max 100)
Rankings
Awards
McCormick Taylor, Inc.
Baltimore, MD
86.91
(1)
Approved 11-AE
09/06/2023
Contract A
Wilson T. Ballard Company
Owings Mills, MD
86.54
(2)
Approved 9-AE
08/02/2023
Contract B
Wallace, Montgomery & Associates, LLP
Hunt Valley, MD
84.35
(3)
Approved 9-AE
08/02/2023
Contract C
RS&H, Inc./ ATCS P.L.C. (JV)
Towson, MD
82.87
(4)
$5,000,000 NTE
(Contract D)
92
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 18
7-AE. STATE HIGHWAY ADMINISTRATION (cont’d)
Proposals (cont’d):
Offerors
Technical Proposal
Ratings (Max 100)
Rankings
Awards
Century Engineering, Inc./
Gannett Fleming, Inc. (JV)
Windsor Mill, MD
82.75
(5)
Approved 11-AE
09/06/2023
Contract E
Rummel, Klepper & Kahl, LLP
Baltimore, MD
81.29
(6)
Approved 12-AE
10/04/2023
Contract F
A. Morton Thomas and Associates, Inc./
A.D. Marble & Co. Inc., (JV)
Towson, MD
77.46
(7)
$5,000,000 NTE
(Contract G)
Brudis & Associates, Inc./
Skelly & Loy, Inc. (JV)
Columbia, MD
77.19
(8)
AECOM Technical Services, Inc.
Hunt Valle
y
, MD, MD
77.17
(9)
KCI Technologies, Inc.
Sparks, MD
72.20
(10)
WSP USA, Inc./
Johnson, Mirmiran & Thompson, Inc. (JV)
Baltimore, MD
69.25
(11)
STV Incorporated/
Stantec Consulting Services, Inc. (JV)
Owin
g
s Mills, MD
67.44
(12)
Jacobs Engineering Group, Inc.
Baltimore, MD
59.23
(13)
Barton & Loguidice, P.C.
Annapolis, MD
41.27
(14)
DBE/VSBE Participation:28% / N/A
Incumbents: Rummel, Klepper, & Kahl, LLP; Century Engineering/ Gannett
Fleming (JV); McCormick Taylor, Inc.; Wallace, Montgomery, &
Associates, LLP; STV / Stantec (JV); Jacobs Engineering Group,
Inc.; Skelly & Loy, Inc./ Brudis & Associates (JV)
93
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 19
7-AE. STATE HIGHWAY ADMINISTRATION (cont’d)
Requesting Agency Remarks: On April 12, 2022, the solicitation was advertised in The
Daily Record, SHA’s web page, and eMaryland Marketplace Advantage (eMMA). The
advertisement was for seven contracts for $5,000,000 each not to exceed $35,000,000 for
comprehensive environmental & engineering services, Statewide for SHA. A total of 762 firms
were notified via eMMA. SHA received 15 Expressions of Interest developed a Reduced
Candidate List per COMAR 21.12.02.04. From the Reduced Candidate List, SHA invited 14 firms
to submit technical proposals. One firm, , was ineligible for contract award and was excluded from
submitting a technical proposal. SHA used qualifications-based selection and found seven
consultants eligible for contract award. There were no protests for this contract.
The comprehensive architectural and engineering (A/E) services pursued through this contract will
include all environmental and engineering services, including but not limited to: transportation
purpose and need assessments, multi-modal evaluations, logical termini/independent utility
analyses, engineering feasibility and transportation planning studies, alternatives analyses, and
completing all stages of project planning and development; perform environmental and
engineering inventories and field surveys; perform travel forecast modelling and traffic analyses,
prepare cost estimates; complete engineering through final design up to PS&E plans; perform a
variety of agency, public and stakeholder involvement activities; analyze growth management
issues; analyze climate change resiliency; conduct detailed environmental technical analyses for
environmental documentation; prepare both draft and final environmental documents; and provide
staff for on-site work as requested. The consultant will furnish all personnel, equipment, labor,
computer software, materials, transportation, space, and related support facilities to perform these
services support facilities to perform these services and other duties as assigned.
Per BPW Advisory 2001-1, the SHA Procurement Review Group reviewed the contract scope of
work to determine the potential for establishing a DBE participation goal, as well as a Small
Business Reserve designation. A 28% DBE participation goal was established for each contract
within this award series.
Fund Source: 80% Federal, 20% Special (Transportation Trust Funds)
Approp. Code: J02B0101
Resident Business: Yes
MD Tax Clearance: RS&H, Inc./ 23-3605-0111
ATCS P.L.C. (JV)
A. Morton Thomas and Associates, Inc./ 23-3606-1111
A.D. Marble & Co. Inc., (JV)
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
94
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 20
Contact: Jada Wright 410-545-0330
8-AE. STATE HIGHWAY ADMINISTRATION
Architecture/Engineering Contract
Contract ID: Engineering Design, Inspection, Construction Management and Support Services
Statewide; BCS 2022-06 F, BCS 2022-06 G, BCS 2022-06 I and BCS 2022-06 J
EPICS Nos: SBCS2206F, SBCS2206G, SBCS2206I, SBCS2206J
Contract Description: Four of ten open-ended, work-order based contracts to provide
engineering design, inspection, construction management and support services – Statewide for
State Highway Administration (SHA).
Awards: PRIME AE Group, Inc./ Contract F
WSP USA Inc. (JV); Baltimore, MD
Wallace, Montgomery & Associates, LLP.; Hunt Valley, MD Contract G
Stantec Consulting Services, Inc./ Contract I
Mead & Hunt, Inc. /
A. Morton Thomas & Associates, Inc. (JV);Hunt Valley, MD
AECOM Technical Services, Inc.; Hunt Valley, MD Contract J
Contract Term: 11/09/2023 – 11/08/2028 (5 years)
Amount: $25,000,000 NTE each
$100,000,000 NTE total for this item
Procurement Method: Qualification Based Selection
Proposals:
Offerors
Technical Proposal
Ratings (Max 100)
(Rankings)
Awards
Rummel, Klepper & Kahl, LLP/
The Wilson T. Ballard Company (JV)
Baltimore, MD
85.93
(1)
Approved 10-AE
09/20/2023
Contract A
Century Engineering, LLC/
McCormick Taylor, Inc. (JV)
Baltimore, MD
85.13
(2)
Approved 13-AE
10/04/2023
Contract B
Johnson, Mirmiran & Thompson, Inc.
Hunt Valley, MD
84.37
(3)
Approved 10-AE
09/20/2023
Contract C
95
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 21
8-AE. STATE HIGHWAY ADMINISTRATION (cont’d)
Proposals (cont’d):
Offerors
Technical Proposal
Ratings (Max 100)
(Rankings)
Awards
Gannett Fleming, Inc./
KCI Technologies, Inc. (JV)
Baltimore, MD
83.50
(4)
Approved 10-AE
09/20/2023
Contract D
Whitman, Requardt and Associates, LLP
Baltimore, MD
82.48
(5)
Approved 13-AE
10/04/2023
Contract E
PRIME AE Group, Inc./
WSP USA Inc. (JV)
Baltimore, MD
82.01
(6)
$25,000,000 NTE
(Contract F)
Wallace, Montgomery & Associates, LLP
Hunt Valle
y
, MD
81.99
(7)
$25,000,000 NTE
(Contract G)
Whitney, Bailey, Cox & Magnani, LLC/
Dewberry Engineers, Inc. (JV)
Baltimore, MD
81.66
(8)
(Contract H)
Stantec Consulting Services, Inc./
Mead & Hunt, Inc./
A. Morton Thomas & Associates, Inc. (JV)
Hunt Valle
y
, MD
80.77
(9)
$25,000,000 NTE
(Contract I)
AECOM Technical Services, Inc.
Hunt Valle
y
, MD
80.72
(10)
$25,000,000 NTE
(Contract J)
ATCS, P.L.C./
STV Incorporated (JV)
Timonium, MD
79.26
Greenman-Pendersen, Inc./
Pennoni Associates, Inc. (JV)
Baltimore, MD
79.23
Brudis & Associates, Inc./
Volkert, Inc. (JV)
Columbia, MD
77.55
Jacobs Engineering Group, Inc.
Baltimore, MD
76.71
Kittelson & Associates, Inc./
RS&H, Inc./
Urban Engineers, Inc. (JV)
Baltimore, MD
76.21
96
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 22
8-AE. STATE HIGHWAY ADMINISTRATION (cont’d)
DBE/VSBE Participation:25% / N/A
Incumbents: Wallace, Montgomery & Associates, LLP/Century Engineering,
Inc.; Dewberry Consultants, LLC/Alpha Construction and
Engineering Corporation; Rummell, Klepper & Kahl, LLP;
Johnson, Mirmiran and Thompson, Inc.; Whitman, Requardt &
Associates, LLP/KCI Technologies, Inc.; McCormick Tylor,
Inc./Greenman-Pedersen, Inc.; Jacobs Engineering Group,
Inc./EBA Engineering, Inc.; AECOM Technical Services,
Inc./Gannett Fleming, Inc.
Requesting Agency Remarks: On April 7, 2022, the solicitation was advertised in The Daily
Record, SHA’s web page, and eMaryland Marketplace Advantage (eMMA). The advertisement
was for 10 contracts for $25 million each not to exceed $250 million for engineering design,
inspection, construction management and support services - Statewide for SHA. A total of 831
firms were notified via eMMA and an additional 764 were directly solicited. SHA received 15
expressions of interest and all firms were invited to submit technical proposals. SHA used
qualifications-based selection and found 10 consultants eligible for contract award. No protests
were filed.
Services shall encompass all aspects of highway design, from planning to construction, to include
planning, engineering, construction management and inspection services; project planning,
including National Environmental Policy Act (NEPA) process; highway design, from planning to
concept development to preparation of construction documents; hydraulics and hydrology design;
stormwater management design; erosion and sediment control design; traffic engineering design,
traffic data collection, traffic analysis, and maintenance of traffic design; structural design and
condition inspection; utility design of aerial and underground facilities; topographical,
photogrammetric, and lidar surveys; plat preparation; subsurface utility exploration, including
video pipe inspection; environmental design, including landscape design, tree surveys, wetland
delineation, and wetland mitigation design; environmental compliance support and inspection;
stream assessments, stream relocation, restoration, and stabilization design; support of National
Pollutant Discharge and Elimination System (NPDES) program and all federal requirements;
geotechnical design and pavement design; construction management and inspection; project
management; site layout and design; innovative construction and project delivery methods;
program support; value engineering study facilitation and engineering expertise; onsite consultant
staff may be required to work at SHA facilities or other designated locations, as specified by SHA;
general engineering consultant and project management consultant services; on-site engineering
services.
97
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 23
8-AE. STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
Per BPW Advisory 2001-1, the SHA Procurement Review Group reviewed the contract scope of
work to determine the potential for establishing a DBE participation goal, as well as a Small
Business Reserve designation. A 25% DBE participation goal was established for each contract
within this award series.
Fund Source: 80% Federal; 20% Special (Transportation Trust Funds)
Approp. Code: J02B0101
Resident Business: Yes
MD Tax Clearance: PRIME AE Group, Inc./ 23-3653-0111
WSP USA, Inc. (JV)
Wallace, Montgomery & Associates, LLP 23-3201-1111
Stantec Consulting Services, Inc./ 23-3655-1111
Mead & Hunt, Inc. /
A. Morton Thomas & Associates, Inc. (JV)
AECOM Technical Services, Inc. 23-3654-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
98
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 24
Contact: Jada Wright 410-545-0330
9-C. STATE HIGHWAY ADMINISTRATION
Construction Contract
Contract ID: Salt Structure Capital Improvements at Various Locations in Caroline, Cecil,
Kent, Queen Anne’s and Talbot Counties; XX1405K29SB
EPICS No.: XX1405K29
Contract Description: Capital improvements to salt structures at various locations in
Caroline, Cecil, Kent, Queen Anne’s and Talbot Counties.
Award:  St. Mary’s Roofing and Home Improvement, LLC:
Hollywood, MD
(Certified Small Business)
Contract Term:  1,572 Calendar Days
Amount: $277,495.50 NTE
Procurement Method: Competitive Sealed Bidding (SBR-designated)
(Single Responsive Bid Received)
Bids:
B
idde
r
Amount
St. Mar
y
’s Roofin
g
and Home Improvement LLC; Holl
y
wood, MD $277,495.50
Living Wage Eligible: No
MBE/VSBE Participation: 0% / 0%
Performance Security: Annual Renewable Performance and Payment Bonds for 100% of
the award amount exists for this contract.
Incumbent: Colossal Contractors, Inc.; Burtonsville, MD
Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace
Advantage (eMMA) on June 6, 2023, notifying 1,243 potential contractors 221 of which were
MDOT-certified Minority Business Enterprises (MBE’s). Two bids were received and opened on
July 13, 2023. SHA District 2 directly solicited five vendors, however only two of them submitted
a bid for this contract. SHA followed up with the non-bidders to see why they did not bid and have
not yet received a response. The second apparent low bidder, who is also the
99
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 25
9-C. STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
incumbent, was deemed non-responsive and their bid was rejected, due to the bid price for the
markup percentage item being higher than the maximum allowed. This resulted in a single
responsive bid. There were no protests filed for this contract.
Although there were many vendors notified via eMMA, historically SHA has only received three
bids for this type of contract due to the specialized work required for this project such as carpentry
and structural components. SHA has found only a limited number of contractors that can perform
this work.
The State Highway Administration has confirmed St. Mary’s Roofing and Home Improvement,
LLC’s bid price and the work conducted on this contract is performed 100% by a State-certified
Small Business.
The single bid received from St. Mary’s Roofing Home Improvement, LLC was compared to bids
for similar projects within District 2. The bids were found to be comparable to the work being
performed on this contract. After such review, as well as reviewing previous work performed by
St. Mary’s Roofing Home Improvement, LLC, within District 2, the single bid was found to be
fair and reasonable.
Per BPW Advisory 2001-1, the SHA Procurement Review Group reviewed the contract scope of
work to determine the potential for establishing MBE and VSBE participation goals, as well as a
Small Business Reserve designation. Due to the limited number of certified enterprises identified
as capable of providing these services, it was determined that no sub-contracting opportunities are
available for this contract. Three sub-contractable categories resulted only one available firm for
each area, for each category. The fourth sub-contractable category only resulted in 2 available
firms. As such, no MBE or VSBE participation goals were established for this contract.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J02B0101
Resident Business: Yes
MD Tax Clearance: 23-2991-0110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
100
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 26
Contact: Jada Wright 410-545-0330
10-C. STATE HIGHWAY ADMINISTRATION
Construction Contract
Contract ID: Salt Structure Capital Improvements at Various Locations in Montgomery and
Prince George’s Counties; XX1405L29SB
EPICS No.: XX1405L29
Contract Description: Capital improvements to salt structures at various locations in
Montgomery and Prince George’s Counties.
Award: St. Mary’s Roofing and Home Improvement, LLC;
Hollywood, MD
(Certified Small Business)
Contract Term:  1,572 Calendar Days
Amount: $275,167.50 NTE
Procurement Method: Competitive Sealed Bidding (SBR-designated)
Bids:
B
idders Amount
St. Mar
y
’s Roofin
g
and Home Improvement LLC; Holl
y
wood, MD $275.167.50
Service All, Inc., H
y
attsville, MD $392,241.00
Living Wage Eligible: No
MBE/VSBE Participation: 5.45% / 0%
Performance Security: Annual Renewable Performance and Payment Bonds for 100% of
the award amount exists for this contract.
Incumbent:  Earn Contractors; Gaithersburg, MD
Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace
Advantage (eMMA) on June 6, 2023, notifying 1,247 potential contractors, 223 of which were
MDOT-certified Minority Business Enterprises (MBEs). Three bids were received and opened on
July 13, 2023. The third apparent low bidder was deemed non-responsive, and their bid was
rejected due to the markup percentage item was bid higher than the maximum allowed. SHA did
reach out to the incumbent to find out why they did not bid and has not yet received a response.
There were no protests filed for this contract.
101
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 27
10-C. STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
Although there was a large number of notified via eMMA, historically SHA has only received
three bids for this type of contract because of the specialized work required for this project, such
as carpentry and structural components. SHA has found only a limited number of contractors that
can perform this work.
The State Highway Administration has confirmed St. Mary’s Roofing and Home Improvement,
LLC’s bid price and the work conducted on this contract will be performed by a State-certified
Small Business.
Per BPW Advisory 2001-1, the SHA Procurement Review Group reviewed the contract scope of
work to determine the potential for establishing MBE and VSBE participation goal, as well as a
Small Business Reserve designation. Although a 3% MBE participation goal was established for
this contract; St. Mary’s Roofing and Home Improvement, LLC, has committed to a 5.45% goal.
No VSBE participation goal was set due to no certified firms available to perform the work.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J02B0101
Resident Business: Yes
MD Tax Clearance: 23-2990-0110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
102
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 28
Contact: Jada Wright 410-545-0330
11-C. STATE HIGHWAY ADMINISTRATION
Construction Contract
Contract ID: Salt Structure Capital Improvements at Various Locations in Baltimore and
Harford Counties; XX1405M29SB
EPICS No.: XX1405M29
Contract Description: Capital improvements to salt structures at various locations in
Baltimore and Harford Counties.
Award: St. Mary’s Roofing and Home Improvement, LLC;
Hollywood, MD
(Certified Small Business)
Contract Term:  1,572 Calendar Days
Amount: $327,694.00 NTE
Procurement Method: Competitive Sealed Bidding (SBR-designated)
(Single Responsive Bid Received)
Bids:
Bidder Amount
St. Mar
y
’s Roofin
g
and Home Improvement LLC; Holl
y
wood, MD $327,694.00
Living Wage Eligible: No
MBE/VSBE Participation: 4.58% / 0%
Performance Security: Annual Renewable Performance and Payment Bonds for 100% of
the award amount exists for this contract.
Incumbent: Service All, Inc.; Mitchellville, MD
Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace
Advantage (eMMA) on June 6, 2023, notifying 272 potential contractors, 71 of which were
MDOT-certified Minority Business Enterprises (MBEs). Two bids were received and opened on
July 13, 2023. The second apparent low bidder was deemed non-responsive, and their bid was
rejected due to the markup percentage item was bid higher than the maximum allowed. This
resulted in a single bidder. SHA did reach out to the incumbent to find out why they did not bid
and has not yet received a response. There were no protests filed for this contract.
103
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 29
11-C. STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
Although there were many vendors notified via eMMA, historically SHA has only received three
bids for this type of contract because of the specialized work required for this project such as
carpentry and structural components. SHA has found only a limited number of contractors that can
perform this work.
The single bid received from St. Mary’s Roofing and Home Improvement, LLC was compared to
bids for similar projects within District 4. The bids were found to be comparable for the work
being performed on this contract. After such review, as well as reviewing previous work performed
by St. Mary’s Roofing and Home Improvement, LLC, within the District, the single bid was found
to be fair and reasonable.
The State Highway Administration has confirmed St. Mary’s Roofing and Home Improvement,
LLC’s bid price and the work conducted on this contract will be performed by a State-certified
Small Business.
Per BPW Advisory 2001-1, the SHA Procurement Review Group reviewed the contract scope of
work to determine the potential for establishing MBE and VSBE participation goal, as well as a
Small Business Reserve designation. Although a 2% MBE participation goal was established for
this contract, St Mary’s Roofing and Home Improvement LLC has committed to 4.58% MBE
subcontracting participation. No VSBE participation goal was set due to no certified firms
available to perform the work.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J02B0101
Resident Business: Yes
MD Tax Clearance: 23-2983-0110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
104
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 30
Contact: Jada Wright 410-545-0330
12-C. STATE HIGHWAY ADMINISTRATION
Construction Contract
Contract ID: Salt Structure Capital Improvements at Various Locations in Anne Arundel,
Calvert, Charles, and St. Mary’s Counties; XX1405N29SB
EPICS No.: XX1405N29
Contract Description: Capital improvements to salt structures at various locations in Anne
Arundel, Calvert, Charles, and St. Mary’s Counties.
Award: St. Mary’s Roofing and Home Improvement, LLC:
Hollywood, MD
(Certified Small Business)
Contract Term:  1,552 Calendar Days
Amount: $296,110.00 NTE
Procurement Method: Competitive Sealed Bidding (SBR-designated)
Bids:
B
idders Amounts
St. Mar
y
’s Roofin
g
and Home Improvement LLC; Holl
y
wood, MD $296,110.00
Service All, Inc.; Mitchellville, MD $404,070.00
Colossal Contractors, Inc.; Burtonsville, MD $674,159.26
Living Wage Eligible: No
MBE/VSBE Participation: 5.07% / 0%
Performance Security: Annual Renewable Performance and Payment Bonds for 100% of
the award amount exists for this contract.
Incumbent: Same
Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace
Advantage (eMMA) on June 13, 2023, notifying 1,256 potential contractors, of which 223 were
MDOT-certified Minority Business Enterprises (MBEs). Three bids were received and opened on
July 20, 2023. There were no protests filed for this contract.
105
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 31
12-C. STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
The State Highway Administration has confirmed St. Mary’s Roofing and Home Improvement,
LLC’s bid price and the work conducted on this contract will be performed by a State-certified
Small Business.
Per BPW Advisory 2001-1, the SHA Procurement Review Group reviewed the contract scope of
work to determine the potential for establishing MBE and VSBE participation goal, as well as a
Small Business Reserve designation. Although a 4% MBE participation goal has been established
for this contract, the recommended awardee has committed to a 5.07% goal. No VSBE
participation goal was set due to no certified firms available to perform the work.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J02B0101
Resident Business: Yes
MD Tax Clearance: 23-3024-0110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
106
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 32
Contact: Jada Wright 410-545-0330
13-C. STATE HIGHWAY ADMINISTRATION
Construction Contract
Contract ID: Salt Structure Capital Improvements at Various Locations in Allegany, Garrett
and Washington Counties; XX1405O29SB
EPICS No.: XX1405O29
Contract Description: Capital improvements to salt structures at various locations in
Allegany, Garrett, and Washington Counties.
Award:  St. Mary’s Roofing and Home Improvement, LLC;
Hollywood, MD
(Certified Small Business)
Contract Term:  1,572 Calendar Days
Amount: $372,590.00 NTE
Procurement Method: Competitive Sealed Bidding (SBR-designated)
Bids:
B
idders Amounts
St. Mar
y
’s Roofin
g
and Home Improvement LLC; Holl
y
wood, MD $372,590.00
Rub
y
’s Industrial Contractin
g
, Inc.: Frostbur
g
, MD $435,976.00
Living Wage Eligible: No
MBE/VSBE Participation: 0% / 0%
Performance Security: Annual Renewable Performance and Payment Bonds for 100% of
the award amount exists for this contract.
Incumbent: Ruby’s Industrial Contracting, Inc.; Frostburg, MD
Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace
Advantage (eMMA) on June 13, 2023, notifying 277 potential contractors, 77 of which were
MDOT-certified Minority Business Enterprises (MBEs). Three bids were received and opened
on July 20, 2023. There were no protests filed for this contract. Although there were many
vendors notified via eMMA, historically SHA has only received three bids for this type of
contract because of the specialized work required for this project, such as carpentry and
structural components.
107
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 33
13-C. STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
SHA has found only a limited number of contractors that can perform this work. The original
apparent low bidder was deemed non-responsive and the submitted bid rejected for failing to
comply with the contract document and specification requirements.
The State Highway Administration has confirmed St. Mary’s Roofing and Home Improvement,
LLC’s bid price and the work conducted on this contract will be performed by a State-certified
Small Business.
Per BPW Advisory 2001-1, the SHA Procurement Review Group reviewed the contract scope of
work to determine the potential for establishing MBE and VSBE participation goal, as well as a
Small Business Reserve designation. Due to the limited number of certified enterprises identified
as capable of providing these services, it was determined that no sub-contracting opportunities are
available for this contract. There was only one sub-contractable category for hardware supplies,
however it was only 0.61%, for the amount of $2,144.00. As such, no MBE or VSBE participation
goals were established for this contract.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J02B0101
Resident Business: Yes
MD Tax Clearance: 23-3030-0110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
108
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 34
Contact: Jada Wright 410-545-0330
14-C. STATE HIGHWAY ADMINISTRATION
Construction Contract
Contract ID: Salt Structure Capital Improvements at Various Locations in Carroll, Frederick,
and Howard Counties; XX1405P29SB
EPICS No.: XX1405P29
Contract Description: Capital improvements to salt structures at various locations in
Carroll, Frederick, and Howard Counties.
Award:  St. Mary’s Roofing and Home Improvement, LLC;
Hollywood, MD
(Certified Small Business)
Contract Term:  1,572 Calendar Days
Amount: $294,642.00 NTE
Procurement Method: Competitive Sealed Bidding (SBR-designated)
(Single Responsive Bid Received)
Bids:
B
idde
r
Amount
St. Mar
y
’s Roofin
g
and Home Improvement LLC; Holl
y
wood, MD $294,642.00
Living Wage Eligible: No
MBE/VSBE Participation: 5.09% / 0%
Performance Security: Annual Renewable Performance and Payment Bonds for 100% of
the award amount exists for this contract.
Incumbent:  Veterans Kitchen Maintenance dba VKM Contracting
Alexandria, VA
Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace
Advantage (eMMA) on June 13, 2023, notifying 240 potential contractors, 74 of which were
MDOT-certified Minority Business Enterprises (MBEs). Two bids were received and opened on
July 20, 2023. There were no protests filed for this contract. The second apparent low bidder was
deemed non-responsive, and their bid was rejected at bid opening because they did not meet the
Minority Business Enterprise (MBE) goal. This resulted in a single bid.
109
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 35
14-C. STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
Although there were many vendors notified via eMMA, historically SHA has only received three
bids for this type of contract because of the specialized work required for this project such as
carpentry and structural components.
SHA has found only a limited number of contractors that can perform this work. Three prospective
bidders, one of which was the incumbent, attended a pre-bid conference held by SHA District 7.
SHA did reach out to the incumbent to find out why they did not bid and have not yet received a
response.
The single bid received from St. Mary’s Roofing and Home Improvement LLC as compared to
former bids for similar projects within District 7. The bids were found to be comparable. Using
the comparison and an additional review of previous work performed by St. Mary’s Roofing and
Home Improvement, LLC within the District, the single bid was found to be fair and reasonable.
The SHA has confirmed St. Mary’s Roofing and Home Improvement, LLC’s bid price.
Per BPW Advisory 2001-1, the SHA Procurement Review Group reviewed the contract scope of
work to determine the potential for establishing MBE and VSBE participation goal, as well as a
Small Business Reserve designation. Although a 4% MBE participation goal was set for this
contract, St. Mary’s Roofing and Home Improvement has committed to a 5.09% participation goal.
No VSBE participation goal was set due to no certified firms available to perform the work.
Fund Source: 100% Special Funds (Transportation Trust Funds)
Approp. Code: J02B0101
Resident Business: Yes
MD Tax Clearance: 23-3029-0110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
110
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 36
Contact: Jada Wright 410-545-0330
15-M. STATE HIGHWAY ADMINISTRATION
Maintenance Contract
Contract ID: Facility Paving in District 7 – Facilities Improvements; XX6665229
EPICS No.: XX6665229
Contract Description: Provide facility paving in District 7 – facilities improvements.
Award: M. T. Laney Company, Inc.; Eldersburg, MD
Contract Term:  11/09/2023* – 04/30/2027 (*or earlier upon BPW approval)

(1,268 Calendar Days)
Amount: $687,425.00 NTE
Procurement Method: Competitive Sealed Bidding
Bids:
B
idders Amounts
M.T. Lane
y
Compan
y
, Inc.; Eldersbur
g
, MD $687,425.00
Ross Contractin
g
, Inc.; Mt. Air
y
, MD $701,200.00
Living Wage Eligible: No
MBE/VSBE Participation: 9.02% / 0%
Performance Security: Annual Renewable Performance and Payment Bonds for 100% of
the award amount exists for this contract.
Incumbent: None
Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace
Advantage (eMMA)on May 09, 2023, notifying 258 potential contractors, 34 of which were
MDOT-certified Minority Business Enterprises (MBEs). Two bids were received and opened on
June 15, 2023. There were no protests filed for this contract.
The State Highway Administration has confirmed M. T. Laney Company, Inc.’s. bid price.
111
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 37
15-M. STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
Per BPW Advisory 2001-1, the SHA Procurement Review Group reviewed the contract scope of
work to determine the potential for establishing MBE and VSBE participation goal, as well as a
Small Business Reserve designation. Although a 9% MBE participation goal was set, M.T. Laney
Company, Inc., has committed to a 9.02% goal. No VSBE participation goal was set due to no
certified firms available to perform the work.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J02B0101
Resident Business: Yes
MD Tax Clearance: 23-2539-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
112
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 38
Contact: Jada Wright 410-545-0330
16-M. STATE HIGHWAY ADMINISTRATION
Maintenance Contract
Contract ID: Labor Support for the Office of Traffic & Safety Statewide Sign Operations
Section located in Anne Arundel County; 549OTS2023
EPICS No.: 549OTS2023
Contract Description: Provide labor support for the Office of Traffic & Safety’s
Statewide Sign Operations section located in Anne Arundel County.
Awards:  P2 Cleaning Services, LLC.; Laurel, MD
(Certified Minority Business and Small Business)
Contract Term: 11/09/2023 –10/09/2026 (2 years, 11 months)
Amount:  $302,400.00 NTE
Procurement Method: Competitive Sealed Bidding
Bids:
B
idders Amounts
P2 Cleanin
g
Services, LLC.; Laurel, MD $302,400.00
Unified Solutions Services, LLC; Columbia, MD $315,000.00
Living Wage Eligible: Yes
MBE/VSBE Participation: 100% / 0%
Performance Security: None
Incumbent: Tri-State Solutions of MD, LLC; Upper Marlboro, MD
Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace
Advantage (eMMA) on June 27, 2023, notifying 1,266 potential contractors, 223 of which were
MDOT-certified Minority Business Enterprises MBEs. Two bids were received and opened on
August 3, 2023. There were no protests filed for this contract.
The incumbent did not bid because they were terminated for default on the previous contract for
failing to meet contract requirements.
The State Highway Administration has confirmed P2 Cleaning Services, LLC’s bid price.
113
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 39
16-M. STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
Per BPW Advisory 2001-1, the SHA Procurement Review Group reviewed the contract scope of
work to determine the potential for establishing MBE and VSBE participation goal, as well as a
Small Business Reserve designation. Although no MBE nor VSBE participation goals were
established for this contract due to the single element of work, the work conducted on this contract
will be performed by a certified Minority Business and State-certified Small Business; therefore,
the MBE participation is reported as 100%.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J02B0102
Resident Business: Yes
MD Tax Clearance: 23-3171-1101
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
114
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 40
Contact: Jada Wright 410-545-0330
17-M. STATE HIGHWAY ADMINISTRATION
Maintenance Contract
Contract ID: Hand Mowing, Trimming, and Litter Pick-Up at Various Locations South of Bel
Air Road in Harford County; 42812S1426SB.
EPICS No.: 42812S1426
Contract Description: Provide hand mowing, trimming, and litter pick-up at various
locations South of Bel Air Road in Harford County.
Award:  Hoppergrass Lawn Care LLC; Bowie, MD
(Certified Minority Business and Small Business)
Contract Term: 11/09/2023* – 12/31/2026 (3 years, 1 months, 22 days)
(*or earlier upon BPW approval)
Amount: $94,640.00 NTE
Procurement Method: Competitive Sealed Bidding (SBR-designated)
(Single Bid Received)
Bids:
B
idde
r
Amount
Hopper
g
rass Lawn Care LLC; Bowie, MD $94,640.00
Living Wage Eligible: Yes
MBE/VSBE Participation: 100% / 0%
Performance Security: None
Incumbent: Native Terrain LLC; Fallston, MD
Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace
Advantage (eMMA) on June 6, 2023, notifying 182 potential contractors, 21 of which were
MDOT-certified Minority Business Enterprises (MBEs). Maryland Works granted a 1-year waiver
for these services on March 22, 2023. A single bid was received and opened on July 20, 2023.
There were no protests filed for this contract.
115
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 41
17-M. STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
There was direct solicitation to the incumbent, as well as other vendors who have bid on hand
mowing contracts for District 4. SHA did reach out to vendors, including the incumbent, to find
out why they did not bid and have not yet received any responses.
The single bid received from Hoppergrass Lawn Care LLC was compared to bids from a similar
project in District 4 for previous contracts. The bid was found to be comparable to the work being
performed on this contract. Based on the review and the satisfactory performance of Hoppergrass
Lawn Care, LLC in the past, the single bid was found to be fair and reasonable.
The State Highway Administration has confirmed Hoppergrass Lawn Care LLC’s bid price.
Per BPW Advisory 2001-1, the SHA Procurement Review Group reviewed the contract scope of
work to determine the potential for establishing MBE and VSBE participation goal, as well as a
Small Business Reserve designation. Although no MBE nor VSBE participation goals were
established for this contract, the work conducted on this contract is performed 100% by a Certified
Minority Business and State-Certified Small Business; ; therefore, the MBE participation is
reported as 100%.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J02B0102
Resident Business: Yes
MD Tax Clearance: 23-3027-0000
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
116
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 42
Contact: Jada Wright 410-545-0330
18-M. STATE HIGHWAY ADMINISTRATION
Maintenance Contract
Contract ID: Full-Width Litter Pick-Up (5 Person Crew) at Various Locations for the Thurmont
Shop Area in Frederick County; 43210T1425SB
EPICS No.: 43210T1425
Contract Description: Provide full-width litter pick-up (5-person crew) at various locations
for the Thurmont Shop Area in Frederick County.
Award:  P2 Cleaning Services, LLC; Laurel, MD
(Certified Minority Business and Small Business)
Contract Term: 11/09/2023 – 12/31/2025 (2 years, 1 months, 22 days)
Amount: $382,080.35 NTE
Procurement Method: Competitive Sealed Bidding (SBR-designated)
Bids:
B
idders Amount
P2 Cleanin
g
Services; Laurel, MD $382,080.35
Unified Solutions Services, LLC; Columbia, MD $383,150.00
Waste Collection Resolve, LLC; Baltimore, MD $499,997.50
Just Work Landscapin
g
; Rockville, MD $554,500.00
Living Wage Eligible: Yes
MBE/VSBE Participation: 100% / 0%
Performance Security: None
Incumbent: None
Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace
Advantage (eMMA) on June 20, 2023, notifying 183 potential contractors, 17 of which were
MDOT-certified Minority Business Enterprises (MBEs). Maryland Works granted a one-Year
Waiver for these services on March 22, 2023. Four bids were received and opened on July 20,
2023. There were no protests filed for this contract.
117
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 43
18-M. STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
Historically, the SHA District 7 Shop has performed this work with its own workforce. This
contract will supplement the SHA workforce with the increase in litter pick-up cycles being
conducted and to assist with customer concerns regarding litter.
The SHA has confirmed P2 Cleaning Services, LLC’s bid price.
Per BPW Advisory 2001-1, the SHA Procurement Review Group reviewed the contract scope of
work to determine the potential for establishing MBE and VSBE participation goal, as well as a
Small Business Reserve designation. Although no MBE participation goal was established for this
contract due to the limited available certified firms, the work conducted on this contract is
performed 100% by a Certified Minority Business and State-Certified Small Business; therefore,
the MBE participation is reported as 100%. No VSBE participation goal was set due to there being
no firms available to perform the work. There were only two sub-contractable categories of work
for this project. Protection vehicle had only 2 firms available, and the full-width litter pickup (5-
man crew) only had 1 available firm and would the main element of work to be performed by the
prime.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code:J02B0102
Resident Business: Yes
MD Tax Clearance: 23-3026-1101
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
118
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 44
Contact: Jada Wright 410-545-0330
19-M. STATE HIGHWAY ADMINISTRATION
Maintenance Contract
Contract ID: Application of Herbicide Solutions Along Roadways at Various Locations in
Calvert, Charles, and St. Mary’s Counties; 4260051426
EPICS No.: 4260051426
Contract Description: Provide application of herbicide solutions along roadways at
various locations in Calvert, Charles, and St. Mary’s Counties.
Award:  Desper & Son’s Ground FX Lawns & Landscapes, LLC
Upper Marlboro, MD
Contract Term:  11/09/2023* – 06/30/2026 (2 years, 7 months, 21 days)
(*or earlier upon BPW approval)
Amount: $216,950.00 NTE
Procurement Method: Competitive Sealed Bidding
Bids:
B
idders Amounts
Desper & Son’s Ground FX Lawns & Landscapes, LLC
Upper Marlboro, MD.
$216,950.00
C & C Management Group, LTD
Clarksbur
g
, MD
$355,100.00
Unified Solutions Services, LLC
Columbia, MD
$385,100.00
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: None
Incumbent: Same
Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace
Advantage (eMMA) on April 25, 2023, notifying 61 potential contractors, eight of which were
MDOT-certified Minority Business Enterprises (MBEs). Three bids were received and opened on
May 25, 2023. There were no protests filed for this contract.
119
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 25, 2023
MDOT 45
19-M. STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
The State Highway Administration has confirmed Desper & Son’s Ground FX Lawns &
Landscapes, LLC’s bid price.
Per BPW Advisory 2001-1, the SHA Procurement Review Group reviewed the contract scope of
work to determine the potential for establishing MBE and VSBE participation goal, as well as a
Small Business Reserve designation. Due to the limited number of certified enterprises identified
as capable of providing these services, it was determined that no sub-contracting opportunities area
available for this contract. There were two sub-contractable categories of work considered.
Protection vehicle only had two available firms, and herbicide supplier, which was the main
element of work, and only had one available firm. As such, no MBE or VSBE participation goals
were established for this contract.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J02B0102
Resident Business: Yes
MD Tax Clearance: 23-2367-0110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
120
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Item# Category Pages
1 - 22 Capital Grants and Loans 1 - 24
23 Architecture and Engineering 25 - 28
24 - 25 Construction 29 - 33
26 - 40 Services 34 - 67
41 - 47 Information Technology 68 - 88
48 - 49 Maintenance 89 - 92
50 General Miscellaneous 93 - 94
51 - 54 Real Property 95 - 98
55 Tenant Lease 99 - 100
121
OSP
2
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
1-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into grant agreements for the following
grants:
Board of Directors of the Alice Ferguson Foundation, Inc.
Alice Ferguson Foundation – Hard Bargain Farm Environmental Center (Prince George’s
County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Hard Bargain Farm
Environmental Center, located in Prince George’s County.”
Maryland Consolidated Capital Bond Loan of 2022 (LHI– Chapter 344, Acts of 2022)
DGS Item 782 (SL-204-200-038) $ 350,000
Maryland Consolidated Capital Bond Loan of 2021 (LSI– Chapter 63, Acts of 2021)
DGS Item 376 (SL-204-200-038) $200,000
Matching Fund: No match is required.
Background: Total Project $ 750,000
22-782 (This Action) $ 350,000 (Non-match)
21-376 (This Action) $ 200,000 (Non-match)
20-G187 (Prior Action) $ 200,000 (Non-match)
Local Cost $ 0
(Prior Action: 7/5/2023 Agenda, Item 7-CGL)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. The project may include building an education pavilion.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
122
OSP
3
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
2-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works to certify matching funds and enter into a
grant agreement for the following grant:
Board of Trustees of Luminis Health Anne Arundel Medical Center
Anne Arundel Medical Center (Anne Arundel County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Pathway’s inpatient
and outpatient clinical space.”
Maryland Consolidated Capital Bond Loan of 2021 (MISC– Chapter 63, Acts of 2021)
DGS Item 21-G001, (SL-230-210-038) $336,000
Matching Fund: The MCCBL requires the grant recipient to provide a matching fund no
later than June 1, 2023, and the Board of Public Works to certify a matching fund. Anne
Arundel Medical Center has submitted documentation that has over $336,000 in a financial
institution to meet the matching fund requirement for this project.
Background: Total Project $ 1,449,381
21-G001 (This Action) $ 336,000 (Matching)
Local Cost $ 1,113,681
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections 5A-
325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include a renovation to include clinical space on the second floor to
enhance patient interactions and care delivery efficiencies, as well as improve impatient
privacy.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
123
OSP
4
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
3-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Board of Directors of Associated Catholic Charities, Inc.
Catholic Charities- Intergenerational Center (Baltimore City)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of a new Intergenerational
Center.”
Maryland Consolidated Capital Bond Loan of 2022 (MISC– Chapter 344, Acts of 2022)
DGS Item 22-199, (SL-233-220-038) $ 2,000,000
Matching Fund: No match is required.
Background: Total Project $
30,385,322
22-199 (This Action) $ 2,000,000 (Non-match)
Local Cost $ 28,385,322
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections 5A-
325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This grant project may include construction of the Intergenerational Center. Including
expansion of the exterior court and other renovations and modifications within the existing
footprint of the building.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
124
OSP
5
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
4-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Board of Trustees of the Maryland Zoological Society, Inc.
Maryland Zoo in Baltimore- Infrastructure Improvements (Baltimore City)
“To assist in funding the design, construction, and equipping of infrastructure
improvements for the exhibits and operations of the Maryland Zoo in Baltimore.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-200, (SL-015-190-038) $ 6,282,000
Matching Fund: No match is required.
Background: Total Project $
79,382,000
23-200 (This Action) $ 6,282,000 (Non-match)
22-250 (Prior Action) $ 6,750,000 (Non-match)
21-148 (Prior Action $ 5,750,000 (Non-match)
20-166 (Prior Action) $ 5,050,000 (Non-match)
19-162 (Prior Action) $ 5,000,000 (Non-match)
Local Cost $ 50,550,000
(Prior Actions:12/21/22 Agenda, Item 8-CGL; 9/15/21 Agenda, Item 7-CGL; 2/10/21
Agenda, Item 3-CGL;11/20/19 Agenda, Item 11-CGL)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections 5A-
325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include the improvement of basic infrastructure including renovation of
Parking Lots A and B, replacement of the African Watering Hole LSS, service road
replacement, and design for a staff office building.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
125
OSP
6
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
5-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
College Park City-University Partnership
Paint Branch Trail and Trolley Trail (Prince George’s County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Paint Branch Trail
and Trolley Trail.”
Maryland Consolidated Capital Bond Loan of 2021 (MISC– Chapter 63, Acts of 2021)
DGS Item 21-286, (SL-227-210-038) $ 443,000
Matching Fund: No match is required.
Background: Total Project $
2,543,000
21-286 (This Action) $ 443,000 (Non-match)
Local Cost $ 2,100,000
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This grant project may include construction of a bike path that will connect the Paint Branch
Trail and the Trolley Trail along the north side of Campus Drive in College Park.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
126
OSP
7
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
6-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Board of Trustees of Adventist HealthCare, Inc. d.b.a. Adventist Healthcare Shady
Grove Medical Center
Shady Grove Medical Center (Montgomery County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Shady Grove
Medical Center.”
Maryland Consolidated Capital Bond Loan of 2022 (MISC– Chapter 344, Acts of 2022)
DGS Item 22-332, (SL-231-220-038) $ 1,200,000
Matching Fund: No match is required.
Background: Total Project $
1,219,400
22-332(This Action) $ 1,200,000 (Non-match)
Local Cost $ 19,400
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections 5A-
325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include replacing an outdated x-ray facility at the Shady Grove Medical
Center.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
127
OSP
8
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
7-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Board of Directors of Barton Hose Company No. 1
Barton Hose Company No. 1 (Allegany County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Barton Hose
Company No. 1 Fire Station.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC, Chapter 102, Acts of 2023)
DGS Item 23-315 (SL-025-230-038) $ 50,000
Matching Fund: No match is required.
Background: Total Project $
2,050,000
23-315 (This Action) $ 50,000 (Non-match)
Local Cost $ 2,000,000
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include assistance with building an addition onto the existing fire station
and expanding services.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
128
OSP
9
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
8-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Board of Directors of Elizabeth Seton High School, Inc.
Elizabeth Seton High School (Prince George’s County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Elizabeth Seton High
School cafeteria, located in Prince George’s County.”
Maryland Consolidated Capital Bond Loan of 2021 (MISC– Chapter 63, Acts of 2021)
DGS Item 21-486, (SL-225-210-038) $ 250,000
Matching Fund: No match is required.
Background: Total Project $
836,221
21-486 (This Action) $ 250,000 (Non-match)
Local Cost $ 589,221
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. The project may include the transformation of the cafeteria into an inviting, efficient,
energy-saving, healthy environmental space.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
129
OSP
10
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
9-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Impact Baltimore EDC, Inc.
Impact Baltimore Family Enrichment Center (Baltimore County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Impact Baltimore
Family Enrichment Center.”
Maryland Consolidated Capital Bond Loan of 2022 (MISC– Chapter 344, Acts of 2022)
DGS Item 22-424, (SL-235-220-038) $ 500,000
Matching Fund: No match is required.
Background: Total Project $
1,000,000
22-424 (This Action) $ 500,000 (Non-match)
Local Cost $ 500,000
(Prior Actions: None)
Remarks:
1. An administrative fix was approved to change the grantee from “the County Executive and
County Council of Baltimore County” to “Impact Baltimore EDC, Inc.”
2. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
3. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
4. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
5. The project may include the establishment of business offices, Child Development Center
and multipurpose space for after-school programs, and community engagement.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
130
OSP
11
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
10-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Board of Directors of The Johns Hopkins House, Inc.
The Johns Hopkins House, Inc. – Whites Hall Acquisition (Anne Arundel County)
“For the acquisition of Whites Hall”
Maryland Consolidated Capital Bond Loan of 2022 (MISC– Chapter 344, Acts of 2022)
DGS Item 22-283, (SL-236-220-038) $ 243,000
Matching Fund: No match is required.
Background: Total Project $
243,000
22-283 (This Action) $ 243,000 (Non-match)
Local Cost $ 0
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax-
exempt bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. The project may include acquisition of the Whites Hall property.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
131
OSP
12
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
11-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
The Board of Trustees of Stevenson University
Maryland Independent College and University Association-Stevenson University
(Baltimore County)
“For the design and construction of a new black box theater.”
Maryland Consolidated Capital Bond Loan of 2022 (MICUA– Chapter 344, Acts of
2022) DGS Item 22-245(SL-232-220-038) $ 6,838,000
Matching Fund: No match is required.
Background: Total Project $
24,300,645
22-245 (This Action) $ 6,838,000 (Non-match)
Local Cost
$ 17,462,645
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax-
exempt bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include design and construction of a new black box theater.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
132
OSP
13
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
12-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant.
Board of Directors of the Friends of the Potomac Community Center, Inc.
Potomac Community Recreation Center Outdoor Fitness Facility (Montgomery County)
“For the acquisition, planning, design, construction, repair, renovation, reconstruction,
site improvement, and capital equipping of the Potomac Community Recreation Center
Outdoor Fitness Facility.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC – Chapter 102, Acts of 2023)
DGS Item 23-491 (SL-023-230-038) $ 200,000
Matching Fund: No match is required.
Background: Total Project $ 272,000
23-491 (This Action) $ 200,000 (Non-Match)
Local Cost $ 72,000
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This grant may include construction of a 1950 square foot outdoor fitness park and a 2400
square foot open exercise and aerobic area.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
133
OSP
14
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
13-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Enterprise Community Development, Inc.
Magnolia Gardens (Charles County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Magnolia Gardens
housing project.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-266, (SL-024-230-038) $ 500,000
Matching Fund: No match is required.
Background: Total Project $
30,180,885
23-266 (This Action) $ 500,000 (Non-match)
Local Cost $ 29,680,885
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include the new construction of 72 units of mixed-income housing in La
Plata, MD.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
134
OSP
15
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
14-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
City of Gaithersburg
Kelley Park Field Lighting (Montgomery County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of Kelley Park.”
Maryland Consolidated Capital Bond Loan of 2023 (LSI– Chapter 102, Acts of 2023)
DGS Item 23-700, (SL-020-230-038) $ 250,000
Matching Fund: No match is required.
Background: Total Project $
350,000
23-700 (This Action) $ 250,000 (Non-match)
Local Cost $ 100,000
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include the installation of field lighting at Kelley Park.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
135
OSP
16
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
15-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Board of Directors Liberty Grace Church of God, Inc.
Liberty Grace Teaching Kitchen (Baltimore City)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Liberty Grace
Teaching Kitchen.”
Maryland Consolidated Capital Bond Loan of 2023 (LSI– Chapter 102, Acts of 2023)
DGS Item 23-648, (SL-022-230-038) $ 100,000
Matching Fund: No match is required.
Background: Total Project $
100,000
23-648 (This Action) $ 100,000 (Non-match)
Local Cost $ 0
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. The project may include installing a window and counter in a kitchen where teaching
demonstrations on how to prepare healthy food may be held.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
136
OSP
17
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
16-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into grant agreements for the following
grants:
Mayor and City Council of the City of Gaithersburg
Crown Farm Historic Park (Montgomery County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Crown Farm
Historic Park .”
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-393, (SL-021-230-038) $ 250,000
Maryland Consolidated Capital Bond Loan of 2023 (LHI– Chapter 102, Acts of 2023)
DGS Item 23-586, (SL-021-230-038) $ 100,000
Matching Fund: No match is required.
Background: Total Project $
1,973,800
23-393 (This Action) $ 250,000 (Non-match)
23-586 (This Action) $ 100,000 (Non-match)
Local Cost $ 1,623,800
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax-
exempt bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include the development of the park and the rehabilitation of several
historic farm buildings located on the site.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
137
OSP
18
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
17-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Board of Directors of The Mission of Love Charities, Incorporated
Mission of Love Charities (Prince George’s County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Mission of Love
Charities, located in Prince George’s County.”
Maryland Consolidated Capital Bond Loan of 2021 (MISC– Chapter 63, Acts of 2021)
DGS Item 21-387, (SL-210-210-038) $ 240,000
Matching Fund: No match is required.
Background: Total Project $ 1,900,000
21-387 (This Action) $ 240,000 (Non-match)
21-270 (Prior Action) $ 760,000 (Non-match)
Local Cost $ 900,000
(Prior Actions: 7/19/2023 Agenda, Item 5-CGL)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax-
exempt bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include rebuilding, renovating and repurposing the abandoned Lyndon
Hill Elementary School building.
This Item was withdrawn as Item 8-CGL from the 10/04/2023 DGS Agenda.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
138
OSP
19
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
18-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Mayor and Council of the City of Westminster
City of Westminster-Historic Clock Tower
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the historic clock tower
(Carroll County).
Maryland Consolidated Capital Bond Loan of 2022 (MISC– Chapter 344, Acts of 2022)
DGS Item 22-210 (SL 237-220-038) $ 200,000
Matching Fund: No match is required.
Background: Total Project $
1,098,700
22-210 $ 200,000 (Non-match)
Local Cost $ 898,700
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include the repair and restoration of the historic clock tower in the city of
Westminster in Carroll County.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
139
OSP
20
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Ahmed Awad 667-203-9229
ahmed.award@maryland.gov
19-CGL. CAPITAL GRANTS AND LOANS
Department of Health
Recommendation: That the Board of Public Works approve a grant of $74,874 to Housing
Unlimited, Inc. (Montgomery County)
Project:
The replacement of HVAC units at:
11800 Old Georgetown Road, Rockville, MD 20852 - $7,170
18711 Sparkling Water Way, Germantown, MD 20874 - $12,956
13311 Rushing Water Way, Germantown, MD 20874 - $11,798
And the renovation of the facilities at:
1516 Regent Manor Ct., Silver Spring, MD 20904 - $6,278
1522 Regent Manor Ct., Silver Spring, MD 20904 - $6,278
9605 Shadow Oak Dr., Montgomery Village, MD 20886 - $6,720
101 Pasture Side Way, Rockville, MD 20850 - $1,905
8618 Fountain Valley Drive, Montgomery Village, MD 20886 - $7,459
20002 Amesburg Way, Montgomery Village, MD 20886 - $7,380
11800 Old Georgetown Road, Rockville, MD 20852 - $6,930
Funding Source: The Maryland Department of Health has determined the Grantee is responsible
for providing 25% of the eligible project cost.
Total Eligible Project Cost $ 99,830
State Share (75%) $ 74,874
Grantee Share (25%) $ 24,956
This Action $ 74,874 (MCCBL 2022, CB-20810-07 to 16
FY 2023 Appropriation)
140
OSP
21
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
19-CGL. CAPITAL GRANTS AND LOANS (cont’d)
Remarks:
1. Grantee is a nonprofit organization.
2. The houses are used to provide housing for individuals with psychiatric disabilities.
3. In accordance with § 24-606(d) of the Health-General Article of the Annotated Code of
Maryland, the Board’s approval is further contingent upon the State’s right of recovery
being recorded among the Land Records of Montgomery County.
4. No State funds will be disbursed until the grantee has presented suitable evidence to the
Office of Facilities Management and Development that it has expended the required
matching funds.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
141
OSP
22
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Ahmed Awad 667-203-9229
ahmed.award@maryland.gov
20-CGL. CAPITAL GRANTS AND LOANS
Department of Health
Recommendation: That the Board of Public Works approve a grant of $146,250.00 to Key Point
Health Services, Inc. (KPHSI) (Harford County).
Project: The acquisition of a real property located at 6438 Jefferson Place, Glen Burnie, MD
21061 (Anne Arundel County). This project will provide housing for three individuals with
psychiatric disabilities.
Contract of Sale $195,000
Appraisals: William J. Lefort, DGS $195,000
Eligible Cost $195,000
*Includes the lesser of the DGS accepted value or the contract price at $195,000.
Fund Source: The Maryland Department of Health has determined the grantee is responsible for
providing 25% of the eligible project cost.
Eligible Project Cost $195,000
State Share (75%) $146,250
Grantee Share (25%) $ 48,750 Mortgage
This Action $146,250 (MCCBL 2022 CB-14513-03
FY2019 Appropriation)
Remarks:
1. Grantee is a nonprofit organization and provides housing for individuals with psychiatric
disabilities.
2. In accordance with § 24-606(d) of the Health-General Article of the Annotated Code of
Maryland, the Board’s approval is further contingent upon the State’s right of recovery
being recorded among the Land Records of Anne Arundel County.
3. No State funds will be disbursed until the grantee has presented suitable evidence to the
Office of Facilities Management and Development that it has expended the required
matching funds.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
142
OSP
23
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Mindy Kim-Woo 443-827-0657
21-CGL. CAPITAL GRANTS AND LOANS
Department of Health
Recommendation: That the Board of Public Works approve a grant of $39,750.00 to
Cornerstone Montgomery, Inc., (Montgomery County).
Project: The planning and design for the renovation of Grantee’s property located at 1398
Lamberton Drive, Silver Spring, MD 20902. Grantee provides a large continuum of services for
adults with mental health and co-occurring disorders at this property.
Fund Source: The Maryland Department of Health has determined the Grantee is responsible for
providing 25% of the total eligible project cost.
Total Project Cost $53,000.00
State Share (75%) $39,750.00
Grantee Share (25%) $13,250.00 Cash in Hand
This Action $39,750.00 (MCCBL 2022 CB-08415-01;
FY 2024 Appropriation)
Remarks:
1. Grantee is a nonprofit organization that provides comprehensive, community- and evidence-
based mental health and co-occurring mental health and substance use disorder treatments
and interventions.
2. Grantee seeks to achieve greater functionality and cost efficiencies with the proposed
project which will create additional treatment space to increase the number of people served,
serving them in a state-of-the-art setting and providing a safe and secure environment.
3. In accordance with § 24-606(d) of the Health-General Article of the Annotated Code of
Maryland, the Board’s approval is further contingent upon the State’s rights of recovery
being recorded among the Land Records of Montgomery County.
4. No State funds will be disbursed until the grantee has presented suitable evidence to the
Office of Facilities Management and Development that it has expended the required
matching funds.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
143
OSP
24
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Craig Curtis 410-767-3615
22-CGL. CAPITAL GRANTS AND LOANS
Higher Education Commission
Recommendation: The Board of Public Works authorize that funds be encumbered for the
following grant:
Anne Arundel Community College
Florestano Building Renovation – Design
The project is to renovate the first three floors of the Florestano Building to repurpose the facility
into a "one-stop" student services center at the Anne Arundel Community College Arnold
campus. The building was constructed in 1993 and housed the School of Health Sciences until
2021. The renovated facility will house the Departments of Enrollment Services, Student
Success, and Student Development, as well as conference and lounge space.
Fund Sources: MCCBL 2023 Provide funds to assist the subdivisions in the acquisition of
property and in the design, construction, renovation, and equipping of local and regional
community college buildings, site improvements, and facilities… Anne Arundel Community
College –Florestano Building Renovation; Item 181. (CC-11-MC23-480)
$720,000
Total Encumbrance: $720,000
Background: Total State Share
Total Project $720,000
This Action $720,000
Remarks:
1. This action is in accordance with MHEC Construction and Space Allocation regulations,
COMAR 13B.07.
2. The Maryland Higher Education Commission, the Department of Budget and Management
and the Department of General Services recommend approval. All contracts will be awarded
by Anne Arundel Community College and signed by local authorities.
3. The Office of the Comptroller may not disburse State funds until after the Department of
General Services verifies that the grant recipient has expended the matching fund and the
required amount for reimbursement. Funding is based on a total project cost of $1,440,000,
and the local share of this cost is 50.0% or $720,000 and is in accordance with Section 11-
105(j) of the Education Article.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
144
OSP
25
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Courtney League 410-767-5516
23-AE. ARCHITECTURE AND ENGINEERING
Department of General Services
Contract ID: Professional Service Agreement to Provide Architectural & Engineering Services
for Multiple Construction Projects; DGS-23-100-IQC
ADPICS No.: CTR015539, CTR015540, CTR015541, CTR015542, CTR015543,
CTR015544, CTR015545, and CTR015546
Contract Description: Work-order based contracts to provide Architectural & Engineering
services for multiple construction projects, Statewide.
Awards: Ziger/Snead, LLP; Baltimore, MD (SBE)
Grimm and Parker Architecture, Inc.; Calverton, MD
Prime AE Group, Inc.; Baltimore, MD
Marshall Craft Associates, Inc.; Baltimore, MD (SBE)
Murphy & Dittenhafer, Inc.; Baltimore, MD (SBE)
WBCM, LLC; Baltimore, MD
Manns Woodward Studios, Inc.; White Marsh, MD (SBE)
Wheeler Goodman Masek & Associates, Inc.; Stevensville, MD
(SBE)
Contract Term: 11/01/2023 - 10/31/2028
Amount: $5,000,000.00 NTE per firm
$40,000,000.00 NTE Total Contract
Procurement Method: Qualification Based Selection
145
ADPICS No.: 001B4600387, 001B4600388, 001B4600389, 001B4600390, 001B4600392, 001B4600393, 001B4600394 & 001B4600395
eMMA CTR No.: CTR015539, CTR015540, CTR015541, CTR015542, CTR015543, CTR015544, CTR015545 and CTR015546
See next page for Record Correction
Letter dated 05/08/2024



  





 






 



 



















rV




   
OSP
26
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
23-AE. ARCHITECTURE AND ENGINEERING (cont’d)
Proposals:
Offerors Technical Rankings
Zi
g
er/Snead, LLP; Baltimore, MD 1
Grimm and Parker Architecture, Inc.; Calverton, MD 2
Prime AE Group, Inc.; Baltimore, MD 3
Marshall Craft Associates, Inc.; Baltimore, MD 4
Murph
y
& Dittenhafer, Inc.; Baltimore, MD 5
WBCM, LLC; Baltimore, MD 6
Manns Woodward Studios, Inc.; White Marsh, MD 7
Wheeler Goodman Masek & Associates, Inc.; Stevensville, MD 8
Waldon Studio Architects, a Michael Graves Compan
y
; Columbia, MD 9
Bushe
y
Fei
g
ht Morin Architects, Inc.; Ha
g
erstown, MD 10
Michael Baker International, Inc.; Linthicum, MD 11
Colimore Architects, Inc.; Baltimore, MD 12
Frederick Ward Associates, Inc.; Bel Air, MD 13
N
oelker and Hull Associates, Inc.; Frederick, MD 14
K. Dixon Architecture, PLLC; Lar
g
o, MD 15
Mimar McKissick Architects & En
g
ineers, LLC; Columbia, MD 16
Ch
y
ke Maurice & Assoc., Inc.; Salisbur
y
, MD N/A
JP2 Architects, LLC; Baltimore, MD N/A
KPN Architects; Baltimore, MD N/A
Leuterio Thomas, LLC; Oxon Hill, MD N/A
STV Group; Baltimore, MD N/A
MBE/VSBE Participation: 30% / 0%
32% / 0% Grimm and Parker Architecture, Inc.
33% / 0% Prime AE Group, Inc.
40% / 0% Marshall Craft Associates, Inc.
45% / 0% WBCM, LLC
36% / 0% Wheeler Goodman Masek & Associates, Inc.
146
OSP
27
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
23-AE. ARCHITECTURE AND ENGINEERING (cont’d)
Incumbents: Bushey Feight Morin Architects, Inc.; Hagerstown, MD
Murphy & Dittenhafer Architects, Inc.; Baltimore, MD
Wheeler Goodman Masek & Associates, Inc.; Stevensville, MD
Manns Woodward Studios, Inc.; White Marsh, MD
Gaudreau, Inc.; Baltimore, MD
Noelker and Hull Associates, Inc.; Frederick, MD
Colimore Architects, Inc./ATI, Inc.; Baltimore, MD
Mimar Ponte Melor dba Mimar Architects; Washington, DC
Morris & Ritchie Associates, Inc.; Baltimore, MD
Ziger/Snead, LLP; Baltimore, MD
Waldon Studio Architects; Columbia, MD
Whitney Bailey Cox & Magnani, LLC; Towson, MD
JRS Architects, Inc.; Windsor Mill, MD
Requesting Agency Remarks: A notice of the availability of the Request for Proposals (RFP) was
advertised on eMaryland Marketplace Advantage (eMMA) on December 22, 2022. Twenty-one
proposals were received on January 27, 2023, and sixteen were deemed reasonably susceptible of
being selected for award. DGS commenced fee negotiations with the eight highest ranked firms
and five SBEs. The price proposal submitted by each firm reflected billing rates for each discipline
required. The hours for each project/work order awarded under the agreement will be negotiated
and the individual work orders will be executed.
DGS will rotate work assignments among the awarded contractors using work orders in accordance
with COMAR 21.12.02.06. No work is guaranteed to any awarded contractor as the contracts are
Indefinite Quantity Contracts (IQC).
Several firms have committed to exceed the 30% MBE participation goal. Grimm and Parker
Architecture, Inc. have agreed to a 32% goal. Prime AE Group, Inc. has agreed to a 33% goal.
Marshall Craft Associates, Inc. has agreed to a 40% goal . WBCM, LLC has agreed to exceed a
45% goal. Wheeler Goodman Masek & Associates, Inc. has agreed to a 36% goal.
Fund Source: Determined by Work Order
Approp. Code: Determined by Work Order
147
OSP
28
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
23-AE. ARCHITECTURE AND ENGINEERING (cont’d)
Resident Business: Yes
MD Tax Clearance: 23-3813-1111 - Ziger/Snead, LLP
23-3814-1111 - Grimm and Parker Architecture, Inc.
23-3819-0111 - Prime AE Group, Inc.
23-3816-1111 - Marshall Craft Associates, Inc.
23-3815-1111 - Murphy & Dittenhafer, Inc.
23-3820-0000 - WBCM, LLC
23-3817-1111 - Manns Woodward Studios, Inc.
23-3818-1111 - Wheeler Goodman Masek & Associates, Inc.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
148
OSP
29
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Courtney League 410-767-5516
24-C-MOD. CONSTRUCTION MODIFICATION
Department of Health
Contract ID: Springfield Hospital Center Fire Alarm, S-552-220-003
ADPICS No.: H00B2600174
Contract Approved: Delegated Authority - DGS, 05/24/2022
Contract Description: Installing fire alarm reporting and central monitoring system and private
mesh radio signaling network for fire alarm communication at Springfield Hospital Center in
Sykesville.
Modification Description: All 21 building transceiver units will be reprogrammed to
communicate on the third-party monitoring service provider’s offsite monitoring network.
Internet connections are required to report alarm signals offsite across the internet. All units will
be retested before put in service.
Award: Total Building Solutions, Inc.; Washington, DC (MBE) (SBE)
Original Contract Term: 90 Calendar Days
Modification Term: 300 Calendar Days
Original Contract Amount: $153,500.00
Modification Amount: $ 24,838.82
Prior Options/Mods: $ 30,000.00 (Multiple Change Orders Under Delegated Authority)
Total Contract Amount: $ 208,338.82
Percent +/- (This Item): 16.18%
Total Percent Change: 35.73%
Original Procurement Method: Small Procurement (SBR - Designated)
149
OSP
30
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
24-C-MOD. CONSTRUCTION MODIFICATION (cont’d)
MBE/VSBE Participation: 100% (Awardee is an MBE) / 0%
MBE/VSBE Compliance: 100% (Awardee is an MBE) / 0%
Performance Security: Performance and payment bonds for 100% of contract amount.
Requesting Agency Remarks: Springfield Hospital Center has been employing a Proprietary
Supervising Station Service for onsite monitoring of their fire alarm system. The original contract
provided for replacement of their existing Central Supervising Station equipment in the hospital’s
Administration building. This Proprietary Supervising Station requires twenty-four hour station
operators. When testing was done, Springfield Hospital Center made the decision to terminate
their Proprietary Supervising Station Service onsite and outsource fire alarm monitoring to a third-
party monitoring service provider reducing their liability.
Fund Source: 100% General Funds
Approp. Code: M00.24.MG37G.01.1077
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
150
OSP
31
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Courtney League 410-767-5516
25-C. CONSTRUCTION CONTRACT
Recommendation: That the Board of Public Works approve the following Task Order under
previously-approved Master Contracts.
Authority: State Finance and Procurement Article,
Annotated Code of Maryland, § 13-113; COMAR 21.05.13.06
Procurement Method: Task Order under Master Contract
1.0 Master Contract: General Construction and Related Services, Statewide
Contract No.: DGS-18-306-IQC
Approved: DGS 3-C, 03/28/2018
Term: 03/21/2023 - 03/30/2024
*As of publication, the remaining balance of this master contract is $621,845.
1.1
Using Agency: Department of Public Safety and Correctional Services
Description: Replace ramp at Visiting Room at Patuxent Institution in Jessup to
allow continued ADA access into the building. The existing ramp has deteriorated and is
structurally deficient; KD-592-220-002.
Award: Baltimore Contractors, Inc.; Glen Burnie, MD
Number of Qualified
Master Contractors: 12
Number of Bids: 5
Bids:
Bidders Amounts
Baltimore Contractors, Inc, Glen Burnie, MD $446,888
Colossal Contractors, Inc.; Burtonsville, MD $492,000
Warwick Suppl
y
& Equipment Co. Inc.; Hunt Valle
y
, MD $499,100
JB Contractin
g
, Inc.; Silver Sprin
g
, MD $700,201
Meltech Corporation, Inc.; Landover, MD $779,813
Amount: $446,888
Term: 180 Calendar Days
MBE/VSBE Participation: 15% / 5%
Resident Business: Yes
Fund Source: 100% General Funds
REVISED at the meeting
151
OSP
32
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
25-C. CONSTRUCTION CONTRACT (cont’d)
1.2
Using Agency: Department of General Services, Historic St. Mary's City
Description: Renovation of existing bathroom near the State House at Historic St.
Mary's City Center to create a new ADA-compliant bathroom in St. Mary’s City. Also
includes construction of an additional ADA-compliant sidewalk to provide access to
visitors; SM-855-210-001
Award: Meltech Corporation, Inc.; Landover, MD
Number of Qualified
Master Contractors: 11
Number of Bids: 2
Bids
Bidders Amounts
Meltech Corporation, Inc.; Landover, MD $537,948
Brawner Builders, Inc.; Hunt Valle
y
, MD $1,454,942
Amount: $537,948
Term: 210 Calendar Days
MBE/VSBE Participation: 0% / 0%
Fund Source: $38,599.84 from MCCBL2015 Provide funds to design
and construct architectural upgrades at State-Owned
facilities to improve accessibility for persons with
disabilities. Item 101
$459,348.16 from MCCBL2021 Provide funds to design
and construct architectural upgrades at State-Owned
facilities to improve accessibility for persons with
disabilities. Item 101
$40,000.00 General Funds
Remarks: Meltech Corporation requested and was granted a waiver of the 10% MBE
participation goal.
REVISED at the meeting
152
OSP
33
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
25-C. CONSTRUCTION CONTRACT (cont’d)
2.0 Master Contract: Electrical Work & Related Services
Contract No. DGS-19-304-IQC
Approved: DGS 1-C, 04/22/2020
Term: 05/07/2020 - 05/06/2025
*As of publication, the remaining balance of this master contract is $19,363,964.
2.1
Using Agency: Department of Correctional Services
Description: Install new cell lighting system in Diagnostic Center Mental
Health Unit at The Patuxent Institution in Jessup; KD-592-230-003 (IQC)
Award: The Eastern Sales & Engineering Co.; Baltimore, MD
Number of Qualified
Master Contractors: 4
Number of Bids: 1 (Single Responsive Bid Received)
Bids:
Bidder Amount
The Eastern Sales & En
g
ineerin
g
Co.; Baltimore, MD
$197,000
Amount: $197,000
Term: 120 Calendar Days
MBE/VSBE Participation: 14.4% / 0%
Fund Source: 100% General Funds
Agency Remarks: Two bids were received but one was rejected because the bidder did
not submit the required MBE forms.
The bid is approximately twelve thousand dollars higher than the engineer’s estimate. The
State’s estimate did not factor in the additional cost for drilling the concrete walls of a
correctional facility which are three times thicker than ordinary concrete walls and the
process has to be performed in a crawl space behind the detention cells on an unstable iron
metal grid inside the detention cells in close proximity to the inmate population that causes
tool and equipment logistics due to the close proximity of inmates. The price has been
determined to be fair and reasonable.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED* DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
*Sub-Items 1.1 and 1.2 were withdrawn at the meeting; The remaining Sub-Item was
approved.
REVISED at the meeting
153
OSP
34
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Patti Tracey 410-260-7220
ptracey@marylandtaxes.gov
26-S. SERVICES CONTRACT
Comptroller of Maryland, Central Payroll Division
Contract ID: Employment Tax & Wage Garnishment Services; E00B3600019
ADPICS No.: E00B3600019
Contract Description: Employment tax and wage garnishment services.
Award: ADP, Inc.; Roseland, NJ
Contract Term: 10/26/2023 - 10/25/2026
Amount: $653,335.30
Procurement Method: Intergovernmental Cooperative Purchasing Agreement (ICPA)
(Region 4 ESC/OMNIA Partners, Public Sector, Human Capital
Management, and Managed Business Solutions, Contract #
R200701)
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% 0%
Performance Security: No
Incumbent: N/A
Requesting Agency Remarks: Execute a participating addendum under the Region 4 ESC/OMNIA
Partners, Public Sector, Human Capital Management, and Managed Business Solutions, Contract.
The OMNIA Contract is available to State agencies nationwide, higher education institutions,
cities, and counties. It has been awarded by a public competitive procurement process compliant
with Maryland State statutes. Under the Participating Addendum, ADP, Inc. would provide
traditional product to handle all tax deposits, withholding reporting, and unemployment reporting.
This contract will also cover wage garnishment services and employment tax services.
No MBE participation was included due to the lack of subcontracting opportunities.
REVISED
154
OSP
35
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
26-S. SERVICES CONTRACT (cont’d)
Fund Source: 100% General Funds
Approp. Code: A09041
Resident Business: No
MD Tax Clearance: 23-2120-1101
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
155
OSP
36
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Nneka Willis Gray 410-767-7675
nneka.willisg[email protected]ov
27-S. SERVICES CONTRACT
Department of Human Services, Office of Budget and Finance
Contract ID: Public Assistance Cost Allocation Service and Random Moment Time Study;
OBF/CARM-24-001
ADPICS No.: N00B4600060
Contract Description: Software-as-a-Service solution for Functional Area I - cost allocation
services and Functional Area II - random moment time study services for the Family Investment
Administration and the Social Services Administration.
Award: Public Consulting Group LLC; Boston, MA
Contract Term: 11/01/2023 - 10/30/2026 (w/two 1-year renewal options)
Amount: $315,600 (Base Contract: 3 years)
$ 42,000 (Renewal Option #1)
$ 42,000 (Renewal Option #2)
$399,600 Total Functional Area I
$ 85,000 (Base Contract: 3 years)
$ 24,000 (Renewal Option #1)
$ 24,000 (Renewal Option #2)
$133,000 Total Functional Area II
$532,600 Total Functional Area I and II
Procurement Method: Competitive Sealed Proposals
Proposals:
Functional Area I:
Offerors Technical
Rankings
Financial Offers
(Rankings)
Overall
Ranking
s
Public Consultin
g
Group, LLC; Boston, MA 1 $399,600 (2) 1
Interactive Voice Application, Inc; Dallas, TX 2 $333,327 (1) 2
OQ Point LLC; Redmond, WA 3 $2,694,525 (3) 3
*Technical factors were weighted greater than financial rankings.
156
OSP
37
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
27-S. SERVICES CONTRACT (cont’d)
.
Functional Area II:
Offerors Technical
Rankings
Financial
Offers
(Rankings)
Overall
Rankings
Public Consultin
g
Group, LLC; Boston, MA 1 $133,000 (1) 1
Interactive Voice Application, Inc; Dallas, TX 2 $311,812 (2) 2
OQ Point LLC; Redmond, WA 3 $1,211,411 (3) 3
*Technical factors were weighted greater than financial rankings.
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Hiring Agreement Eligible: Yes
Incumbent: Interactive Voice Application, Inc. Dallas TX
Requesting Agency Remarks: A notice of the availability of the Request for Proposals (RFP) was
advertised on eMaryland Marketplace Advantage and the DHS website on May 2, 2023, and eight
potential offerors were directly solicited. Three proposals were received in response to the RFP,
and all were deemed reasonably susceptible of being selected for award.
Per the RFP an offeror could submit a proposal for one or more Functional Areas. The RFP was
split into two Functional Areas: Functional Area I for cost allocation services, which is a system
that allocates all the Department costs incurred to fund sources in accordance with DHS’ approved
Public Assistance Cost Allocation Plan (PACAP); and Functional Area II for the random moment
time study (RMTS), which is a cost allocation method that is a federally approved statistical tool
that on a quarterly basis, tracks the time a sample group of employees spends working on various
federal programs.
157
OSP
38
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
27-S. SERVICES CONTRACT (cont’d)
Agency Remarks (cont’d):
Public Consulting Group LLC was ranked first technically in both Functional Areas and is
recommended for award because of their knowledge in being able to provide a cost allocation
system and experience with the random moment time study cost allocation method. Their
proposed solutions best meet the needs of the State when considering both technical and financial
factors.
There were no MBE or VSBE subcontracting opportunities identified. DHS is aggressively
reviewing its contracts and solicitation for MBE and VSBE participation. The next RFP will be
reviewed for other subcontracting opportunities.
Fund Source: 65% General Funds; 35% Federal Funds
Approp. Code: N00E0101
Resident Business: No
MD Tax Clearance: 23-3393-0111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
158
OSP
39
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Darica Lawson 410-230-3207
darica.lawson[email protected]ov
28-S. SERVICES CONTRACT
Department of Juvenile Services
Contract ID: Optometry Services at Multiple Facilities; 23-MULTI-FS-MS-002
ADPICS No.: V00B4600018/V00B4600019
Contract Description: Optometry services for youth at seven Maryland Department of Juvenile
Services (DJS) Facilities. The services will be utilized during the youth’s average stay of
approximately 4.5 months. The following facilities will be serviced through this contract:
Baltimore City Juvenile Justice Center (BCJJC),Charles H. Hickey, Jr. School (Hickey),Alfred
D. Noyes Children’s Center (Noyes),Cheltenham Youth Detention Center (CYDC),Victor Cullen
Center (VCC),Western Maryland Children’s Center (WMCC) and Lower Eastern Shore
Children’s Center (LESCC).
Awards: Grillo & Company, LLC; Bel Air, MD - Regions 2 and 3
Mobile Eye Care of Maryland, P.C.; Bel Air, MD - Region 1
Contract Term: 11/10/2023 - 11/29/2026
Amount: $109,500 Grillo & Company, LLC.
$216,000 Mobile Eye Care of Maryland, P.C.
$325,500 Total
Procurement Method: Multi-Step Competitive Sealed Bidding (MS-IFB)
Bids:
Region 1 Baltimore City Juvenile Justice Center, Charles H. Hickey, Jr. School ,Alfred D. Noyes
Children’s Center (Single Bid Received)
Bidder Amount
Mobile E
y
e Care of Mar
y
land, P.C.; Bel Air, MD $216,000
Region 2 Victor Cullen Center, Western Maryland Children’s Center
Bidder Amount
Grillo & Compan
y
, LLC; Bel Air, MD $69,000
Mobile E
y
e Care of Mar
y
land, P.C.; Bel Air, MD $72,000
159
OSP
40
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
28-S. SERVICES CONTRACT (cont’d)
Region 3 Lower Eastern Shore Children’s Center
Bidder Amount
Grillo & Compan
y
, LLC; Bel Air, MD $40,500
Mobile E
y
e Care of Mar
y
land, P.C.; Bel Air, MD $43,200
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Incumbent: No
Requesting Agency Remarks: A notice of the availability of the invitation for bids was published
on eMaryland Marketplace Advantage (eMMA) on May 8, 2023 notifying 90 vendors and 19
vendors were directly notified of the solicitation. Bids were received and opened on June 30, 2023.
One bid was received for Region 1 and two bids were received for Regions 2 and 3.
The Maryland Department of Juvenile Services (DJS) provides individualized care and treatment
to youth who are alleged or adjudicated offenders and are supervised in the community. DJS
utilizes a continuum of services and treatment for juveniles with an expanded community-based
focus. The treatment and programs include probation, home detention and monitoring, community
service, victim restitution, and counseling. Some youth who may pose a risk to themselves or
public safety are placed in residential programs or detained pending appropriate placements. The
optometry services are required at seven DJS locations throughout Maryland.
Many youths entering the Department’s residential facilities have a common background of family
dysfunction and a lack of adequate health care. They often enter DJS facilities with poor health
and neglected medical, dental, and mental health problems. The focus of the scope of work shall
be on the provision of high-quality, comprehensive optometry services. The mission of the DJS
Somatic Health Division is to protect, promote, and advance the health of all youth in the care of
the Department.
DJS has difficulty accessing optometrists in the community who agree to service our population
who are required to enter their businesses with restraints and uniformed escorts. Region 1 was not
included in the previous contract and is 2/3 of the current bid price due to the large population.
The total cost for the previous contract is $149,122.31 and only included Regions 2 and 4 and the
current bid is $325,500 which is a difference of $176,377.69. The price has been determined to
be fair and reasonable considering the addition of Region 1.
160
OSP
41
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
28-S. SERVICES CONTRACT (cont’d)
Agency Remarks (cont’d):
No MBE or VSBE participation was established because there are no subcontracting opportunities.
Fund Source: 100% General Funds
Approp. Code: E0102
Resident Business: Yes
MD Tax Clearance: 23-2809-0000 - Grillo & Company, LLC.
23-2810-0111 - Mobile Eye Care of Maryland, P.C.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
161
OSP
42
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Alison Barry 667-203-9095
29-S. SERVICES CONTRACT
Department of Health, Behavioral Health Administration
Contract ID: Screening, Brief Intervention and Referral to Treatment; MDH/OMCP# 24-22069
ADPICS No.: M00B4600219
Contract Description: Screening, Brief Intervention and Referral to Treatment (SBIRT) includes
a group of services that are often implemented simultaneously and include the opioid outreach
program, and hospital-based buprenorphine induction.
Award: Mosaic Group, Inc., Towson, MD
Contract Term: 11/01/2023 - 09/29/2025
Amount: $2,754,900
Procurement Method: Sole Source
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Incumbent: Same
Requesting Agency Remarks: Screening, Brief Intervention and Referral to Treatment (SBIRT)
services are a part of a federal Substance Abuse and Mental Health Services Administration
(SAMHSA) SOR III grant. No other vendor exists with the requisite experience needed to
implement these programs as these services did not exist in Maryland prior to 2013 when
Behavioral Health Administration (BHA) received similar federal funding for Screening, Brief
Intervention and Referral to Treatment (SBIRT) services. The Mosaic Group, Inc. has developed
their expertise in this niche area of work with their prior contracts with BHA over the last eight
years. Because no other funding source exists for these types of services in the general market, no
other vendors exist.
Since 2013, The Mosaic Group, Inc. has been the only Screening Brief Intervention and Referral
to Treatment implementation vendor in Maryland. Other jurisdictions including District of
Columbia and West Virginia, that were awarded similar federal grant funding have also used them
as their SBIRT vendor.
162
OSP
43
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
29-S. SERVICES CONTRACT (cont’d)
Agency Remarks (cont’d):
BHA approached the Substance Abuse and Mental Health Administration (SAMHSA) about other
potential vendors and they were unable to provide any other vendors. The contract builds on prior
work completed by BHA and The Mosaic Group, Inc. and requires a vendor who not only has the
technical expertise, but also the one who has relationships with the organizations where work is
being performed, such as Maryland Hospitals, Maryland Primary Care Program Participants, etc.
The federal funding that supports this contract is time sensitive and of significant importance due
to the ongoing opioid crisis.
The historical hourly price per hour for SBIRT implementation ranges from a low of $154 per hour
to a high of $191 per hour. The proposal price for the other (non-training only related) SBIRT
implementation services (MOUD Prescribing, Fidelity & Quality Assurance, and Reverse the
Cycle) all come in equal to or under $193 per hour. This is two dollars higher than the highest
hourly price paid in the past for these types of services. Given the inflation rate over the last two
years this is very comparable. The price of the proposal based on this method is fair and reasonable.
No MBE or VSBE participation was included because no other vendor exists in the marketplace
for these types of services and services did not exist in Maryland before 2013
Fund Source: 100% Federal Funds
Approp. Code: 32.12.01.02
Resident Business: Yes
MD Tax Clearance: 23-1778-011
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
163
OSP
44
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Memory Hewlett 410-767-8374
mhewlett@mdot.maryland.gov
30-S-OPT SERVICES OPTION
Maryland Transit Administration
Contract ID: Mobility Certification Program; MOL-20-001-SR/J05B0600017
ADPICS No.: COK27319
Contract Approved: DGS 30-S, 08/12/2020
Contract Description: Provide professional services including staff, supervision, and training to
operate and maintain the Maryland Transit Administration’s (MTA) Americans with Disabilities
Act (ADA) certification process.
Option Description: Exercise first renewal option.
Award: Institute of Health and Human Performance, Inc.
dba Biokinetix; Chicago, IL
Original Contract Term: 08/13/2020 - 08/12/2023 (w/two 1-year renewal option)
Option Term: 10/27/2023 - 10/26/2024
Original Contract Amount: $6,455,160
Option Amount: $2,225,175
Prior Options/Mods: $ 0 (Mod. #1: Extension 08/12/2023 - 10/26/2023
Delegated Authority - MTA 08/10/2023)
Total Contract Amount: $8,680,335
Percent Change: 34.47%
Total Percent Change: 34.47%
Original Procurement Method: Competitive Sealed Bidding
Living Wage Eligible: Yes
164
OSP
45
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
30-S-OPT SERVICES OPTION (cont’d)
MBE/VSBE Participation: 34% / 0%
MBE/VSBE Compliance: 57.841% / 0%
Requesting Agency Remarks: As required by the ADA, the MTA has operated paratransit services
for disabled and elderly adults since the late 1990s. A key component of the Paratransit Program
involves determining the eligibility of applicants and providing formal certification based upon
interviews and physical or cognitive functional assessments to use the door-to-door paratransit
transportation services in lieu of MTA’s fixed-route transit services. The contractor is responsible
for ensuring quality assurance, providing appeals/complaints resolution, and dissecting complex
medical information to assess and determine eligibility of applicants accurately and appropriately.
The awardee has executed a novation agreement to address their name change from IPS Lynx, Inc.
to the Institute of Health and Human Performance, Inc. dba Biokinetix.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J05H0102
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
165
OSP
46
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Jared DeMarinis 410-269-2840
31-S-OPT SERVICES OPTION
State Board of Elections
Contract ID: Ballot Packet Printing and Mailing
ADPICS No.: D38B4600005
Contract Approved: DGS, 31-S, 12/01/2021
Contract Description: Printing, inserting, and mailing ballot packets for all primary and general
elections in 2022, 2024, and 2026 and any special elections.
Option Description: Exercise the first renewal option and add the cost of postage utilizing the
contractor’s postage permit for increased efficiency.
Award: Taylor Print and Visual Impressions; Byron, MN
Original Contract Term: 12/01/2021 - 12/31/2023 (w/two 2-year renewal options)
Option Term: 01/01/2024 - 12/31/2025
Original Amount: $1,284,400
Option Amount: $3,047,867
Prior Options/Mods: $266,561.06 (Mod. #1 Additional design, USPS consulting, and
manual ballot removal. Also, climate controlled storage to secure
ballot paper, the production of inserts, inner and outer envelopes,
test decks, and adding color ink to inserts. DGS 41-S-MOD,
12/02/2022)
Total Contract Amount: $4,598,828.06
Percent +/- (This Item): 237.30%
Total Percent Change: 258.05%
Original Procurement Method: Competitive Sealed Proposals
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
REVISED
166
OSP
47
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
31-S-OPT SERVICES OPTION (cont’d)
MBE/VSBE Compliance: 0% / 0%
Performance Security: No
Requesting Agency Remarks: This option is necessary to ensure that Maryland voters have the
ability to vote by mail. The contractor has the dedicated logistics to transport ballot packets to
both the Capitol and Baltimore Regions. They also exceeded National Institute of Standards and
Technology (NIST) security standards and have a tracking solution that allows voters to track
ballots from the mail house to the voter and the voter to the local boards.
The cost of postage utilizing the contractor’s postage permit is no additional cost to the mail-in
voting process. The expense is a pass-through and SBE will pay documented actual costs. The
modification amount is based on postage expenses from the 2022 Election Cycle adjusted for a
25% increase in quantity and increased postage in 2024.
The amount of the option period is significantly higher than that of the base period because SBE
added postage as a pass-through via this action item (modification portion) instead of using SBEs
permit due to increased efficiency of using the Contractor’s permit as they do the mailings. Also,
the amount of the previously approved modification #1 (DGS 41-S-MOD, 12/02/2022). The
postage expenses alone are approximately 50% of the contract value.
There are several reasons why no MBE or VSBE participation was included. There must be a
uniform system of accounting and security for all ballots during each phase of the project. Each
ballot is very specific to the voters’ information and there are barcodes that tie the ballot with a
tracking number. Sending some of the work to a subcontractor could affect the security of the
automated system and cause confusion or numbering challenges. Price is another consideration-
the higher the volume, the lower the per unit cost. If the Prime Contractor sent some of the printing
work to a subcontractor, that subcontractor would have to do a new print batch set up with their
equipment, eliminating the economy of scale benefit that comes from as few print set ups as
possible.
Fund Source: 50% General Funds, 50% Special Funds (County)
Approp. Code: D38I0102 Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
167
OSP
48
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Rachel Cruse 443-467-8549
32-S-MOD. SERVICES MODIFICATION
Department of Commerce, Division of Tourism, Film and the Arts
Contract ID: Publication and Content Provider for Multi-Media; T00B9400010
ADPICS No.: COK26216
Contract Approved: DBM 3-S, 03/06/2019
Contract Description: Activities associated with producing travel information content in a wide
range of multi-media formats (print, web, digital, video or a combination) that positions
Maryland as a competitive destination worldwide.
Modification Description: Extend the contact to allow time to complete the new procurement and
increase funds to continue supporting the program’s success in creating content that attracts
visitors to Maryland.
Award: Miles Partnership, LLLP, d/b/a Miles Marketing Destinations, LP;
Sarasota, FL
Original Contract Term: 05/01/2019 - 04/30/2024
Modification Term: 10/26/23 - 06/30/2024
Original Contract Amount: $3,874,740 (Services)
$2,500,000 (Production/Deployment Budget)
$6,374,740 Total
Modification Amount: $ 774,948 (Services)
$ 725,052 (Production/Deployment Budget)
$1,500,000 Total
Prior Options/Mods: N/A
Total Contract Amount: $7,874,740
Percent +/- (This Item): 23.53%
Total Percent Change: 23.53%
REVISED
168
OSP
49
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
32-S-MOD. SERVICES MODIFICATION (cont’d)
Original Procurement Method: Competitive Sealed Proposals
Living Wage Eligible: Yes
MBE/VSBE Participation: 15% / 1/%
(Note: The MBE and VSBE Participation apply solely to the
Services portions of the contract and modification amounts.)
MBE/VSBE Compliance: 14.076% / 1.071 %
Performance Security: $300,000 (Payment Bond)
Requesting Agency Remarks: This contract is being extended to align the end date with the State's
fiscal year end. This contract is being replaced with three smaller contracts to increase MBE
participation. The three RFPs are being drafted and the new agreements will be in place prior to
the contract's end date.
The contractor will continue to promote Maryland’s attractions, accommodations, and services to
increase visitor spending in the State by providing residents and out-of-state visitors with
information and services to ensure a positive trip experience and positioning Maryland as a
competitive destination.
The Department’s goal is to maximize the State’s investment in Maryland as a desirable place to
visit and to expand businesses. During the term of this modification, the Department will conduct
a competitive procurement to obtain a new multiyear contract for the publication and content
provider for multi-media services.
Fund Source: 78.85% General Funds; 21.15% Special Funds
(Revenue earned from advertising)
Approp. Code: T00G0003
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
169
OSP
50
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Nneka Willis Gray 410-767-7675
nneka.willisg[email protected]ov
33-S-MOD. SERVICES MODIFICATION
Department of Human Services, Social Services Administration
Contract ID: Residential Child Care; SSA/RCCDD-23-020-A1
ADPICS No.: COK24114
Contract Approved: DGS 16-S, 07/19/2023
Contract Description: Continuity of care of two youth emergently placed with the provider.
Modification Description: Adding funding for two additional youth.
Award: Amiable Access Healthcare, Inc.; Baltimore, MD
Original Contract Term: 08/01/2023 - 06/30/2025
Modification Term: 11/09/2023 - 06/30/2025
Original Contract Amount: $1,770,241
Modification Amount: $1,550,400
Prior Options/Mods: N/A
Total Contract Amount: $3,320,641
Percent +/- (This Item): 87.58%
Total Percent Change: 87.58%
Original Procurement Method: Sole Source (Continuity of Care)
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
170
OSP
51
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
33-S-MOD. SERVICES MODIFICATION (cont’d)
Performance Security: No
Hiring Agreement Eligible: Yes
Requesting Agency Remarks: The first youth placed on June 12, 2023, and a second youth was
placed June 16, 2023. An emergency contract was not initiated since there was enough funding
on the current contract for the cost at the time of placement.
Due to the unique needs of the youth, it was determined by the Prince George’s and Baltimore
City LDSS’ that Amiable Access Healthcare, Inc., was the most appropriate placement for these
two youth as they provide 24-hour community residential living in the local and surrounding areas
of Maryland.
The proposed price for this modification is fair and reasonable because the price is set by Maryland
State Department of Health, Developmental Disabilities Administration, using the same
established methodology in price setting for all In-State providers.
No MBE or VSBE participation goals were established for this contract since the specialized core
services (psychiatric services/evaluations, case management, therapy, recreational therapeutic
programs, educational services etc.) are available within the facility and require specialized
training, certification, and clearances.
Fund Source: 100% General Funds
Approp. Code: N00G0001
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
171
OSP
52
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Nneka Willis Gray 410-767-7675
nneka.willisg[email protected]ov
34-S-MOD. SERVICES MODIFICATION
Department of Human Services, Social Services Administration
Contract ID: Residential Child Care; SSA/RCCSS-23-003-A1
ADPICS No.: COK22685
Contract Approved: DGS 37-S, 06/07/2023
Contract Description: Four Medically Fragile beds with the provider for child placement.
Modification Description: Add funds to add five additional Medically Fragile beds and add a new
site located at 403 Vale Rd., Bel Air, MD.
Award: Destiny’s Group Home, Inc.; Baltimore, MD
Original Contract Term: 07/01/2023 - 06/30/2025
Modification Term: 11/09/2023 - 06/30/2025
Modification Amount: $3,677,100
Original Contract Amount: $4,365,751
Prior Options/Mods: N/A
Total Contract Amount: $8,042,851
Percent +/- (This Item): 84.23%
Total Percent Change: 84.23%
Original Procurement Method: Sole Source (Continuity of Care)
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
172
OSP
53
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
34-S-MOD. SERVICES MODIFICATION (cont’d)
Performance Security: No
Hiring Agreement Eligible: Yes
Requesting Agency Remarks: Children and youth placed with the medically fragile program of
Destiny’s Group Home have complex needs, including emotional/behavioral issues and medical
issues, which are not able to be met in a less restrictive environment. The program accepts youth
with a variety of needs and disabilities.
The proposed price for this contract is fair and reasonable because the price is set by the
Interagency Rates Committee (IRC), using the same established methodology in price setting for
all in-State providers.
MBE and VSBE participation was not established for this contract because there are no
subcontracting opportunities available.
Fund Source: 100% General Funds
Approp. Code: N00G0001
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
173
OSP
54
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Nneka Willis Gray 410-767-7675
nneka.willisg[email protected]ov
35-S-MOD. SERVICES MODIFICATION
Department of Human Services, Social Services Administration
Contract ID: Residential Child Care; SSA/RCCSS-22-002-A2
ADPICS No.: COK25061
Contract Approved: DGS 20-S, 03/09/2022
Contract Description: Continuity of care for seven clients placed with the provider.
Modification Description: Add seven additional group home beds.
Award: United States Fellowship, Inc.; Clear Spring, MD
Original Contract Term: 04/01/2022 - 06/30/2023
Modification Term: 11/09/2023 - 06/30/2025
Original Contract Amount: $ 702,240
Modification Amount: $1,027,068
Prior Options/Mods: $1,170,821 (Mod #1: Extension 07/01/2023 - 06/30/2025; DGS 44-
S-MOD, 06/07/2023)
Total Contract Amount: $2,900,129
Percent +/- (This Item): 146.26%
Total Percent Change: 312.98%
Original Procurement Method: Sole Source
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
174
OSP
55
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
35-S-MOD. SERVICES MODIFICATION (cont’d)
Performance Security: None
Hiring Agreement Eligible: Yes
Requesting Agency Remarks: The Department is increasing the bed capacity with this provider
due to increased referrals to meet the specialized needs of the youth across the State. Any
additional youth from the community and surrounding areas that may require the provider's
specialized services will be able to receive new and continued necessary residential placement
services. If the youth are discharged prior to the end of the contract period, there is no additional
cost as these are reimbursement contracts and providers are paid solely for the actual number of
youth placed with them during each year, and then only for the actual number of days each child
is actually placed with the provider.
The proposed price for this contract is fair and reasonable because the price is set by Interagency
Rates Committee (IRC), using the same established methodology in price setting for all In-State
providers.
MBE and VSBE participation was not established for this contract because there are no
subcontracting opportunities available.
Fund Source: 100% General Funds
Approp. Code: N00G0001
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
175
OSP
56
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Nneka Willis Gray 410-767-7675
nneka.willisg[email protected]ov
36-S-MOD. SERVICES MODIFICATION
Department of Human Services, Child Support Administration
Contract ID: State Disbursement Unit Services; CSEA/SDU-14-001-A9
ADPICS No.: COK25848
Contract Approved: DBM 6-S, 02/19/2014
Contract Description: Develop, implement, and operate functions and systems related to the
central collection of child support payments to include receipts processing, accounting,
recoupment, and limited customer services through the Child Support Administration (CSA)
State Disbursement Unit (SDU).
Option Description: Extend the contract to allow time to complete the procurement.
Awards: Systems & Methods, Inc.; Carrollton, GA
(Local Office in Owings Mills, MD)
Original Contract Term: 03/01/2014 - 05/31/2019 (w/one 2-year renewal option)
Modification Term: 11/01/2023 - 05/31/2025
Original Contract Amount: $13,954,831
Modification Amount: $4,331,179
Prior Options/Mods: $ 707,756 (Mod #1: Added centralized mail processing services for
both regular and undeliverable mail for all 24 CSA jurisdictions.
DBM 10-S-MOD, 01/28/2015)
$ 0 (Mod #2: Added two certified MBE subcontractors. Delegated
Authority - DHS, 03/25/2015)
$ 0 (Mod #3: Added four certified MBE subcontractors. DHS
09/19/2016)
$ 5,290,240 (Renewal Option #1: DBM 11-S-OPT, 05/08/2019)
$ 4,840,432 (Mod. #4: Add funds and extend the term by 12-
months. DGS 23-S-MOD, 04/21/2021)
$ 2,735,482 (Mod #6: Extension 06/01/2022 - 05/31/2023. DGS
34-S-MOD, 04/27/2022)
REVISED
176
OSP
57
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
36-S-MOD. SERVICES MODIFICATION (cont’d)
Prior Options/Mods (cont’d):
$ 0 (Mod #7: Extension 06/01/2023 - 09/30/2023. Delegated
Authority - DHS, 05/31/2023)
$ 0 (Mod #8: Extension 10/01/2023 - 10/31/2023. Delegated
Authority - DHS, 08/31/2023)
Total Contract Amount: $31,859,920
Percent +/- (This Item): 31.04%
Total Percent Change: 128.31%
Original Procurement Method: Competitive Sealed Proposals
Living Wage Eligible: No
MBE/VSBE Participation: 25% / 0%
MBE/VSBE Compliance: 26.003% / 0%
Performance Security: No
Hiring Agreement Eligible: Yes
Requesting Agency Remarks: The replacement contract was delayed because DHS wanted to get
our MBE targets right and to ensure that the agency was taking the correct approach to this work.
SMI is the single Contractor responsible for the purpose of developing, managing, and operating
the federally required State Disbursement Unit (SDU), a unit within the Child Support
Administration (CSA). The SDU is a centralized child support payment processing unit that allows
for same day processing of incoming payments and transmissions of processed payment
information to the statewide Child Support Management System (CSMS). The SDU also performs
deposit reconciliation, transaction processing, electronic depository application processing,
electronic payment marketing, non-sufficient fund check processing, collection of State-owed debt
functions, and local office mail processing.
REVISED
177
OSP
58
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
36-S-MOD. SERVICES MODIFICATION (cont’d)
Agency Remarks (cont’d):
The Request for Proposals is currently under Departmental review and is anticipated to be sent to
the Office of State Procurement this month and released to the public in November or December
of this year.
Fund Source: 66 % Federal Funds, 34% Special Funds (Child Support Offset)
Approp. Code: N00H0008
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
178
OSP
59
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Nneka Willis-Gray 410-767-7675
nneka.willisg[email protected]ov
37-S-MOD. SERVICES MODIFICATION
Department of Human Services, Social Services Administration
Contract ID: Post Permanency Services; SSA/ADOPT-22-001-A3
ADPICS No.: COK26094
Contract Approved: DGS 11-S, 06/16/2021
Contract Description: Mental health, educational support services, and same race and transracial
adoption to children and families in Maryland.
Modification Description: Extend the contract to allow additional time to complete the new
procurement.
Award: Adoptions Together, Inc.; Calverton, MD
Original Contract Term: 07/15/2021 - 07/14/2022
Modification Term: 11/01/2023 - 07/31/2024
Original Contract Amount: $598,174
Modification Amount: $547,308
Prior Options/Mods: $473,554 (Mod #1: Extension 07/15/2022 - 04/30/2023; DGS 19-
S-MOD, 06/22/2022)
$358,490 (Mod #2: Extension 05/01/2023 - 10/31/2023; DGS 28-
S-MOD, 04/05/2023)
Total Contract Amount: $1,977,526
Percent +/- (This Item): 91.50%
Total Percent Change: 230.59%
Original Procurement Method: Sole Source
Living Wage Eligible: Yes
179
OSP
60
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
37-S-MOD. SERVICES MODIFICATION (cont’d)
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Performance Security: No
Hiring Agreement Eligible: Yes
Requesting Agency Remarks: This modification will allow the Department the necessary time
needed to complete the competitive solicitation process without service disruption to children,
youth, and families. The solicitation has been delayed due to changes in key staff used to draft the
scope of work and staff shortages within the procurement office. The new solicitation is anticipated
to be released later this year. The contractor has agreed to maintain the same price as initially
agreed upon despite inflation and increased business costs. This decision demonstrates a
commitment to fair and reasonable pricing.
The Department requires services targeted at strengthening adoptive families who are in crisis and
in need of additional support. The current contract provides therapeutic case management and
groups to support children and families including specialized groups that support transracial
adoptions, as well as individual and family therapy. Transracial families and children face another
layer of challenge as they navigate daily life within their family culture while also living in a
broader society with racial bias which increases the need for the specialized areas of service
provided by the vendor.
MBE and VSBE participation was not established for this contract because there were no
subcontracting opportunities.
Fund Source: 100% General Funds
Approp. Code: N00G0004
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
180
OSP
61
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Nneka Willis Gray 410-767-7675
nneka.willisg[email protected]ov
38-S-MOD. SERVICES MODIFICATION
Department of Human Services, Social Services Administration
Contract ID: Post-Adoption Education and Mental Health Services; SSA/CASEAD-21-001-A3
ADPICS No.: COK25083
Contract Approved: DGS 12-S, 06/16/2021
Contract Description: Deliver post adoption mental health and educational support services to
children and families in Maryland.
Modification Description: Extend the contract to allow additional time to complete the new
procurement.
Award: Center for Adoption Support and Education, Inc.;
Burtonsville, MD
Original Contract Term: 07/15/2021 - 07/14/2022
Modification Term: 11/01/2023 - 07/31/2024
Original Contract Amount: $700,000
Modification Amount: $ 616,337
Prior Mods/Options: $525,000 (Mod #1: Extension 07/15/2022 - 04/30/2023; DGS 20-S
06/22/2022)
$371,788 (Mod #2 Extension 05/01/2023 - 10/31/2023; DGS 29-S-
MOD, 04/05/2023)
Total Contract Amount: $ 2,213,125
Percent +/- (This Item): 88.05%
Total Percent Change: 216.16 %
Original Procurement Method: Sole Source
181
OSP
62
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
38-S-MOD. SERVICES MODIFICATION (cont’d)
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Requesting Agency Remarks: DHS is currently in the final stages of developing the new Request
for Proposal. The solicitation was not done in time in 2022. DHS initially requested and received
approval for a five month extension, but the RFP has needed more work to be able to send to the
Office of State Procurement for its review and advertisement.
In 15 years, none of the 350 families who received services experienced an adoption dissolution
during their time in treatment. Prior to the Center for Adoption Support and Education
(C.A.S.E.) contract, the Department was struggling with high rates of dissolution and children
re-entering the system.
MBE and VSBE participation were not established for this contract because there were no
subcontracting opportunities. DHS will work with current contractors to promote certification of
MBE and VSBE opportunities and look at improving participation in all procurements.
Fund Source: 100% General Funds
Approp. Code: N00B0004
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
182
OSP
63
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Nneka Willis Gray 410-767-7675
nneka.willisg[email protected]ov
39-S-MOD. SERVICES MODIFICATION
Department of Human Services, Social Services Administration
Contract ID: Residential Child Care, SSA/RCCDD-23-013-A1
ADPICS No.: N00B3600170
Contract Approved: DGS 22-S, 11/16/2022
Contract Description: Continuity of care for two youths currently placed with the provider.
Modification Description: Add seven additional Assisted Living program beds for a total of nine
beds. Also a second location at 1608 Roundhill Rd., Baltimore, MD is being added. The
additional beds assist the Department with fulfilling the continual need for placements and
addressing placement capacity gaps.
Award: Community Caregivers Assisted Living, LLC; Baltimore, MD
Original Contract Term: 12/01/2022 - 08/31/2025
Modification Term: 11/01/2023 – 08/31/2025
Original Contract Amount: $580,658
Modification Amount: $1,341,481
Prior Mod/Opt. Amount: N/A
Total Contract Amount: $1,922,139
Percent +/- (This Item): 231.03%
Total Percent Change: 231.03%
Original Procurement Method: Sole Source
Living Wage Eligible: Yes
183
COK22060
See next page for Record
Correction Letter dated 10/31/23
OSP
64
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
39-S-MOD. SERVICES MODIFICATION (cont’d)
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Performance Security: No
Requesting Agency Remarks: Five youth are currently placed with the provider and the remaining
four beds are pending youth placements slated to occur within the next 60 days per the Baltimore
County LDSS. These additional beds are being requested to meet the current placement needs of
Baltimore Co. LDSS, placements are available Statewide with this provider as vacancies occur.
Due to the unique needs of the youths and a review of the Provider's current License level of care
per COMAR 10.07.14.05 (G) (4), Community Caregivers, LLC., can clinically address the
specialized needs of the youths. The youths are currently stable, and when clinically appropriate,
each youth will be stepped down to a less restrictive placement.
The proposed price for this contract is fair and reasonable because the price is set by the Maryland
State Department of Health, Developmental Disabilities Administration, using the same
established methodology in price setting for all In-State providers.
No MBE or VSBE participation was established for this contract since the specialized core services
(psychiatric services/evaluations, case management, therapy, recreational therapeutic programs,
educational services, etc.) are available within the facility and require specialized training,
certification, and clearances.
Fund Source: 100% General Funds
Approp. Code: N00G0001
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
184
OSP
65
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Alison Barry 410-767-6819
40-S-MOD. SERVICES MODIFICATION
Department of Health/Office of Medical Benefits Management
Contract ID: Administrative Service Organization Maryland Healthy Smiles Dental Program
MDH-OPASS 16-14344
ADPICS No.: COK26740
Contract Approved: DBM 2-S, 9/16/2015
Contract Description: Dental Benefit Administrator (DBA) Services to administer a fee for
services dental program for Medicaid participants.
Modification Description: Extend the contract to allow time to complete the new procurement.
Award: Skygen USA, LLC.; Menomonee Falls, WI
Original Contract Term: 01/16/2016 - 12/31/2018 (w/two 1-year renewal options)
Modification Term: 01/01/2024 - 12/31/2024
Original Contract Amount: $8,985,600
Modification Amount: $ 9,889,596
Prior Mods/Options: $ 0 (Mod. #1: Revise contract language; Delegated Authority -
MDH, 09/12/2017)
$ 0 (Mod. #2: Revise contract language; Delegated Authority -
MDH, 10/30/2017)
$ 0 (Mod. #3: Change due date for SOC 2 Type II audit; Delegated
Authority - MDH, 12/05/2017)
$ 260,000 (Mod. #4: Additional funding; DBM 5-S-MOD,
07/19/2018)
$ 0 (Mod. #5: Removed credentialing; Delegated Authority -
MDH, 08/27/2018)
$3,570,544 (Renewal Option #1/Mod. #6: 01/01/2019 -
12/31/2019, increase funding by $388,144; DBM 14-S-MOD,
12/19/2018)
$ 139,200 (Mod. #7: Increase funding; DBM 17-S-MOD,
05/08/2019)
185
OSP
66
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
40-S-MOD. SERVICES MODIFICATION (cont’d)
Prior Mods/Options (cont’d):
$3,576,000 (Renewal Option #2/Mod. #8: 01/01/2020 - 12/31/2020
, increase funding by $300,000; DGS 18-S-OPT, 01/08/2020)
$3,576,000 (Mod. #9: Extension 01/01/2021 - 12/31/2021 and add
6-month renewal option; DGS 18-S-MOD, 11/18/2020)
$6,628,001 (Renewal Option #3/Mod #10 01/01/2022 -
06/30/2023. Increase funding and extend the contract for an
additional 12-months and add a 6-month renewal option, DGS 29-
S-OPT/MOD 10/06/2021.)
$ 2,100,000 (Mod #11 Increase funding to add Adult Medicaid
patients to the current contract for fiscal year 2023 as mandated by
the Maryland Medical Assistance Program - Dental Coverage for
Adults. DGS 39-S-MOD 12/07/2022)
$0 (Mod. # 12 Extension 07/06/2023 - 06/30/2023 Delegated
Authority - MDH, 05/8/2023)
$4,908.486.80 (Mod #13 Renewal Option 07/01/2023 -
12/31/2023 and add additional funding for adult expansion
population. DGS 14-S-OPT/MOD 06/21/2023)
Total Contract Amount: $ 43,633,427.80
Percent +/- (This Item): 110.06%
Total Percent Change: 385.59%
Original Procurement Method: Competitive Proposals
MBE/VSBE Participation: 20% / 0.05%
MBE/VSBE Compliance: 25.974% / 0.507%
186
OSP
67
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
40-S-MOD. SERVICES MODIFICATION (cont’d)
Requesting Agency Remarks: This extension will provide time for award and implementation of
a replacement contract advertised on September 6, 2022. Due to the complexity in scope, the
contract evaluation period was prolonged, however the extension will allow for the award and
implementation of the new contract.
The Department of Health originally completed a draft of the new Request for Proposal (RFP) in
2019. Due to the vast IT component, the Administration requested the RFP be pulled and edited
to be processed within the Medicaid Enterprise Systems Modular Transformation (MMT) system
requirements. The first process was to get approval from Centers for Medicare and Medicaid
(CMS). This process required additional time and once approved the RFP was edited to incorporate
the MMT template requirements. Currently, the proposals received are in review and a vendor is
expected to be chosen before the end of 2023. The DDI component of the MMT contract includes
a Design Development and Implementation (DDI) period that will commence once a vendor is
selected. DDI is estimated to last between one-year to one-year and six-months. This timeline is
based on prior State contracts that have been implemented in the last five years with a similar
scope. It is critical to ensure that the proposed system meets all MDH and Centers for Medicare
and Medicaid Services (CMS) level requirements. If the procurement period is completed sooner,
the contract will be terminated with a 60 day notice for convenience.
Fund Source: 50% General Funds, 50% Federal Funds
Approp. Code: MOOQ0103
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
187
OSP
68
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Patti Tracey 410-260-7220
ptracey@marylandtaxes.gov
41-IT. INFORMATION TECHNOLOGY
Comptroller of Maryland
Contract ID: Quick Modules Software and Hardware Maintenance;E00B4600001
ADPICS No.: E00B4600001
Contract Description: Quick Modules software maintenance and IBML hardware and software
maintenance. Quick Modules software allows data capture of documents such as tax returns
without presorting on a high speed IBML document scanner.
Award: Fairfax Imaging, Inc.; Tampa, FL
Contract Term: 11/04/2023 - 11/03/2024
Amount: $201,253.80
Procurement Method: Sole Source (Proprietary)
Living Wage Eligible: No
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Incumbent: Same
Requesting Agency Remarks: Fairfax Imaging is the only authorized IBML contractor. They are
indispensable in maintaining IBML scanner operations to comply with warranty standards. IBML
hardware are the industrial, high-capacity scanners used to process many different types of tax
forms.
The Comptroller has used this integrated set of tools to process paper tax returns for many years
to include this current year tax processing and all back year tax processing. Maintaining these tools
is critical to ensure tax form processing continues in a secure and efficient manner. Most paper tax
forms are scanned using the legacy system. Without this contract the Comptroller runs the risk of
not being able to process millions of tax returns.
188
OSP
69
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
41-IT. INFORMATION TECHNOLOGY (cont’d)
Agency Remarks (cont’d):
The 11.5% price increase from the $180,414.00 cost for the current year is due to the end of life
on the IBML IT5 scanners. IBML agrees to provide service through Fairfax for another year but
only at a higher cost. The price has been determined to be fair and reasonable.
MBE or VSBE Participation was not established for this contract as no subcontracting
opportunities are available.
Fund Source: 100% General Funds
Approp. Code: E00A0401
Resident Business: No
MD Tax Clearance: 23-1340-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
189
OSP
70
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Joseph Sedtal 443-469-5864
joseph.sedtal@maryland.gov
42-IT. INFORMATION TECHNOLOGY
Department of Public Safety and Correctional Services
Contract ID: Omnixx/METERS Software Upgrade and Maintenance; Q00B3600136
ADPICS No.: Q00B3600136
Contract Description: Upgrade the Maryland Electronic Telecommunications Emergency
Resources System (METERS) software to the newest version to continue providing authorized
communications between Maryland law enforcement computer systems and local/national law
enforcement databases.
Award: Datamaxx Applied Technologies, Inc.; Tallahassee, FL
Contract Term: 11/01/2023 - 10/31/2028
Amount: $2,709,688.15
Procurement Method: Sole Source
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Incumbent: Same
Requesting Agency Remarks: This Contract is necessary to allow authorized communications
between Maryland law enforcement computer systems and local/national law enforcement
databases, including the National Crime Information Center (NCIC), National Law Enforcement
Transmission System (NLETS), MD Motor Vehicles Administration (MVA) and the Maryland
Hotfiles database. Also 911 call centers, correctional facilities, criminal justice organizations and
community supervision agencies depend on the full continuous availability of the
Omnixx/METERS network.
190
OSP
71
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
42-IT. INFORMATION TECHNOLOGY (cont’d)
Agency Remarks (cont’d):
Datamaxx is the sole owner, licensor and provider of maintenance and technical support for the
Omnixx Force suite of software, which has been customized for the Department's requirements.
Replacing this proprietary system would require a total redesign and rebuilding of Maryland's law
enforcement telecommunications system, and would require a minimum of four to five years to
procure a new vendor and build the system to become fully operational. Datamaxx is the only
provider capable of providing maintenance support, technical support, and upgrades to
Omnixx/Meters.
The price was compared to similar Datamaxx Omnixx Force contracts held by two other public
safety agencies Nebraska State Patrol and the Montana Department of Justice and determined to
be fair and reasonable. Nebraska State Patrol’s contract is $4,893,010.64 and the Montana
Department of Justice’s is $4,250,000. Their contracts are for ten year terms. The price of each
contract was divided by its total contract term to generate an average annual cost for comparison.
This analysis showed that the average annual cost of the Department’s contract falls between the
average price of the other two contracts. The contract will have an annual fixed cost increase of
3% per year for the five-year term of the contract which is below current inflationary trends in the
industry.
MBE and VSBE participation was not established for this contract because there are no
subcontracting opportunities.
Fund Source: 100% General Funds
Approp. Code: Q01A2
Resident Business: No
MD Tax Clearance: 23-3828-0011
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
191
OSP
72
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Katie Savage, Secretary 410-697-9401
43-IT. INFORMATION TECHNOLOGY
RETROACTIVE - Department of Information Technology
Contract ID: GIS Software as a Service; F50B4600017
ADPICS No.: F50B4600017
Contract Description: RETROACTIVE approval for Geographic Information Systems (GIS)
Software-as-a-Service (SaaS) services of the cloud-based platform, ArcGIS Online.
Award: Esri; Redlands, CA
Term: 08/01/2023 - 10/25/2023 (Retroactive)
10/26/2023 - 07/31/2025 (Proactive)
Amount: $176,712.33 (Retroactive)
$573,287.67 (Proactive)
$750,000.00 Total
Procurement Method: Sole Source (Proprietary Continuity of Service)
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Incumbent: Same
Requesting Agency Remarks: The item was submitted for the July 19, 2023 BPW agenda,
however, clarification of BPW questions resulted in a retroactive submittal. DoIT regrets having
to submit retroactive agenda items. Please be assured that DoIT recognizes that retroactive
contracts are not desirable. The Department is working diligently to avoid retroactive activities by
developing a contract database that notifies DoIT of upcoming contract due dates. The Department
will continue to be proactive in its procurement practices moving forward.
This contract provides access to a cloud-based platform that lowers the cost of government services
through collective investment in an enterprise-wide GIS SaaS platform. This enterprise platform
is utilized by 2,200+ state employees and hosts hundreds of public-facing applications in support
of legislative mandates, and other essential services. Examples include transparency of COVID-
19 health and safety information that has been visited by millions of Marylanders and access to
1,200+ data layers that are viewed by users all over the world, making Maryland an international
leader in the GIS data industry.
192
OSP
73
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
43-IT. INFORMATION TECHNOLOGY (cont’d)
Agency Remarks (cont’d):
The price of $375,000 is considered fair and reasonable. The price without an Enterprise License
Agreement (ELA) is $705,000, a difference of $330,000 or 46.8% higher than the negotiated ELA
price.
DGS OSP Remarks: RETROACTIVE approval requested pursuant to § 11-204( c) State Finance
& Procurement Article. DGS OSP has determined that this contract should be treated as voidable
rather than void because: (1) all parties have acted in good faith; (2) ratification for the procurement
contract would not undermine the purposes of the Procurement Law; and (3) the violation, or series
of violations, was insignificant or otherwise did not prevent substantial compliance with the
Procurement Law.
Fund Source: 100% Reimbursable (Using Agencies)
Approp. Code: Various (Using Agencies)
Resident Business: No
MD Tax Clearance: 23-3361-1101
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
193
OSP
74
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Jared DeMarinis 410-269-2840
jared.demarinis@maryland.gov
44-IT-OPT. INFORMATION TECHNOLOGY OPTION
State Board of Elections
Contract ID: EZRoster Software License and ExpressPoll Hardware Repair Services;
D38B4600006
ADPICS No.: D38B4600006
Contract Approved: DGS 33-IT, 01/05/2022
Contract Description: EZRoster software license and custom development hours for 7,892
electronic pollbooks used Statewide. The custom development services for the software are for
Maryland specific development. The license and development hours are necessary for the usage
and maintenance of the State’s ePollbook inventory and conducting the 2022 Gubernatorial
Election.
Option Description: Exercise the sole renewal option.
Award: Election Systems and Software; Chicago, IL
Original Contract Term: 01/27/2022 - 12/31/2023 (w/one 1-year renewal option)
Option Term: 01/01/2024 - 12/31/2024
Original Contract Amount: $973,660
Option Amount: $641,900
Prior Options/Mods: $0 (Mod. #1 Changed the date SBE must notify ES&S of decision
to exercise option period from September 1, 2023 to December 1,
2023. Delegated Authority - SBE 12/13/2023)
$49,815 (Mod. #2: Added 6,550 Metal-Oxide Semiconductor
(CMOS) batteries. CMOS batteries have a five year life span and
the units currently installed in the electronic pollbooks were last
replaced in the 2017-2018 period. Delegated Authority - SBE
09/07/2023)
Total Contract Amount: $1,665,375
REVISED
194
OSP
75
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
44-IT-OPT. INFORMATION TECHNOLOGY OPTION (cont’d)
Percent +/- (This Item): 65.93%
Total Percent Change: 71.04%
Original Procurement Method: Sole Source
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Performance Security: No
Requesting Agency Remarks: Exercising the renewal option period will ensure that Maryland
voters have a viable pollbook for the 2024 Election Cycle while a contractor finalizes software
development for the new solution that can be used for the 2026 Election Cycle.
Due to the proprietary nature of the electronic pollbook system, only ES&S can fulfill the
requirements of this contract. The electronic pollbook system has used this software since its
initial deployment in 2006.
MBE and VSBE participation was not established for this contract because there are no
subcontracting opportunities because maintenance and support are proprietary.
Fund Source: 100% Special Funds (County Local Boards of Elections Funds)
Approp. Code: D38I0102
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
195
OSP
76
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Yasin Mohammed 410-767-6586
yasin.mohammed@maryland.gov
45-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION
RETROACTIVE - Department of Information Technology
Contract ID: Voice-Over-IP Services; F50B0600047
ADPICS No.: COK24571
Contract Approved: DGS 19-IT, 05/20/2020
Contract Description: Provide voice-over internet protocol to multiple State agencies obtaining
services from DoIT.
Modification Description: RETROACTIVE approval is requested to increase overall contractual
authority.
Award: CenturyLink Communications, LLC; Denver, CO
Original Contract Term: 06/09/2020 - 12/03/2023
Modification Term: 09/01/2023 - 11/08/2023 (Retroactive)
11/09/2023 - 12/03/2023 (Proactive)
Original Contract Amount: $570,000
Modification Amount: $314,478 (Retroactive)
$405,522 (Proactive)
$720,000
Prior Options/Mods: $3,000,000 (Mod. #1 Increase contract authority and extension
12/04/2020 - 12/03/2023 DGS 22-IT-MOD, 12/02/2020)
$190,000 (Mod #2 Increase contract authority Delegated Authority
- DGS 08/08/2023)
Total Contract Amount: $4,480,000
Percent +/- (This Item): 126.32%
Total Percent Change: 685.96%
Original Procurement Method: Intergovernmental Cooperative Purchase (MICTA)
REVISED
196
OSP
77
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
45-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Performance Security: No
Requesting Agency Remarks: DoIT and OSP have been working together since August to modify
this contract and work on the new contract simultaneously. DoIT operated under the assumption
that MiCTA had extended the current ICPA. However, when OSP contacted MiCTA, it was
determined that a new award was required. This change required additional steps and processes to
obtain approval to use the new MiCTA agreement, and it was decided to extend this contract as
long as possible to allow time for the new agreement to be finalized, which is currently in
preparation to be submitted for a future BPW agenda.
This agreement is for VoIP services for continuing the network modernization and legacy PBX
replacement (MITDP Project), as well as applications provided by CenturyLink that are utilized
by several agencies in their daily operations. Additional contract authority is needed to
accommodate additional users (Comptroller's Office and the Maryland Cannabis Administration)
until a replacement agreement is procured.
MBE or VSBE Participation was not established for this contract as no subcontracting
opportunities are available.
DGS OSP Remarks: RETROACTIVE approval requested pursuant to § 11-204( c) State Finance
& Procurement Article. DGS OSP has determined that this contract should be treated as voidable
rather than void because: (1) all parties have acted in good faith; (2) ratification for the procurement
contract would not undermine the purposes of the Procurement Law; and (3) the violation, or series
of violations, was insignificant or otherwise did not prevent substantial compliance with the
Procurement Law.
Fund Source: Various (Using Agency funds)
Approp. Code: Various
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
197
OSP
78
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Jared DeMarinis 410-269-2840
jared.demarinis@maryland.gov
46-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION
State Board of Elections
Contract ID: Independent Automated Post-Election Audit Method 2024 and 2026 Election
Cycles; D38B4600001
ADPICS No.: D38B4600001
Contract Approved: DGS 32-IT, 09/06/2023
Contract Description: Independent, automated solution to verify accuracy of the State’s voting
system. Conduct Statewide audit of all ballot images tabulated in 2024 and 2026 Primary and
General Elections Includes preparing software to tabulate all election-cycle ballot combinations;
tabulating images of all voted ballots; comparing results from voting system to the results from
audit software; and providing a web-based portal for public to review the ballot tabulation audit
results.
Modification Description: Correct the original agenda item that incorrectly listed the term as
10/01/2023 - 12/31/2026 (w/one 1-year renewal option) the correct term is 10/01/2023-
12/31/2025 (w/one 1-year renewal option).
Award: The Clear Ballot Group, Inc., Boston, MA
Original Contract Term: 10/01/2023- 12/31/2025 (w/one 1-year renewal option)
Modification Term: 10/26/2023 - 12/31/2025 (w/one 1-year renewal option)
Original Contract Amount: $ 962,510
Modification Amount: $0
Prior Mods/Options: N/A
Total Contract Amount: $ 962,510
Percent +/- (This Item): 0%
Total Percent Change: 0%
198
OSP
79
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
46-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
Original Procurement Method: Sole Source
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Requesting Agency Remarks: Post-election tabulation audits are used to verify and confirm the
accuracy of a voting system's results, which serve to increase public confidence in election results,
election administration, and the democratic process. Auditing voting system results is a recognized
best practice in election administration and is recommended by the Presidential Commission on
Election Administration.
There are no subcontracting opportunities available so no MBE or VSBE participation was
established for this contract.
Fund Source: 100% Special Funds (County)
Approp. Code: D38I0102
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
199
OSP
80
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Yasin Mohammed 410-260-7552
yasin.mohammed@maryland.gov
47-IT. INFORMATION TECHNOLOGY
Recommendation: That the Board of Public Works approve the following Task Orders/
Purchase Orders under a previously-approved Master Contract.
Authority: State Finance and Procurement Article
Annotated Code of Maryland, § 13-113; COMAR 21.05.13.06
Procurement Method: Task Order/Purchase Order under Master Contract
1.0 Master Contract: Consulting and Technical Services Plus (CATS+)
Contract No.: 060B2490023
Approved: DoIT 3-IT, 04/03/2013
Term: 04/22/2013 - 04/21/2028
**As of publication, the remaining balance of this master contract is $280,200,417.
1.1
Using Agency: Motor Vehicle Administration
Description:
MVA Web Focus Support -The resources provided through this
contract are critical to developing and maintaining MDOT MVA’s business intelligence
products, tools, and operating environment. These products and tools provide critical,
real-time analysis of MDOT MVA operations, and allow MDOT MVA’s executive
leadership to make fact-based decisions that directly affect customer service. Without the
resources provided by this contract, MDOT MVA would be limited in its ability to
understand operational outcomes and identify areas for improvement. The MVA collects
a large amount of data during customer transactions, including the capability to access
additional data fields from external agencies to include state and federal. MVA
Management uses this mass amount of rich data to make strategic decisions for the MVA
in real-time and in future planning efforts and recognizes that in order for the agency to
access the trends and support strategic visions, business intelligence (BI) software will be
needed to extract and analyze data which support decision making and process
modifications; J00B6400012.
Modification Description: Extend the term to allow time to complete the new
procurement.
Award: Custom Software Systems Inc., Leesburg, VA (SBE)
Original Term:
11/27/2018 - 11/26/2020 (w/three 1-year renewal options)
Modification Term: 11/27/2023 - 12/26/2024
Original Amount:
$1,241,760.00
Modification Amount: $ 802,454.56
REVISED
2
nd
Revision
200
OSP
81
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
47-IT.
INFORMATION TECHNOLOGY (cont’d)
1.0 Consulting and Technical Services Plus (CATS+) (cont’d)
Prior Mods/Options: $ 125,000.00 (Mod. #1: Increased volume of IT support;
Delegated Authority - MVA, 08/03/2021 )
$ 499,513.86 (Renewal Option #1 11/27/2020 –
11/26/2021; DGS 9-IT 1.1, 10/7/2020)
$ 685,259.21 (Renewal Option# 2 11/27/2021 -
11/26/2022; DGS 36-IT 1.2, 10/20/2021)
$ 677,866.93 (Renewal Option #3: 11/27/2022 -
11/26/2023 DGS 45-IT 1.2, 08/31/22)
Total Contract Amount: $ 4,031,854.56
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Resident Business: Yes
Funding Source:
100% Special Funds (Transportation Trust Funds)
Agency Remarks:
MVA began transitioning their existing performance measurement
dashboard from (TIBCO WebFocus) to a new business intelligence application, to support
a request received by DoIT in February 2022. This critical project began in March 2023
and will take a minimum of 14 months to complete. The added additional complexity to
the support required for this contract and required a scope change to the recompete as it
was not identified as a required component until after the transition project commenced.
The replacement procurement was advertised on eMMA in July 2023 with a bid submission
due date of September 7, 2023.
No MBE or VSBE participation goals were assigned to this contract when advertised
because this procurement was to hire personnel resources and did not lend itself to
subcontracting opportunities.
1.2
Using Agency: Department of Education
Description: Support and maintenance services for the Web Data Collection
System.
Modification Description: Extend the contract for continuation of services during
transition to the new contract.
Award: Gantech, Inc., Columbia, MD
Original Term: 10/01/2014 - 09/30/2022
Modification Term: 11/01/2023 - 03/31/2024
Original Amount: $5,975,799.00
Modification Amount: $ 723,844.80
REVISED
2
nd
Revision
201
OSP
82
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
47-IT.
INFORMATION TECHNOLOGY (cont’d)
1.0 Consulting and Technical Services Plus (CATS+) (cont’d)
Prior Options/Mods: $195,000.00 (MOD #1 Extended term 10/01/2019 -
12/31/2019 Delegated Authority - DoIT 08/21/2019)
$1,300,000.00(MOD #2 Extended term 01/01, 2020 -
12/31/2020; DGS 37-IT 1.5, 02/19/2020)
$193,000.00 (MOD #3 Added additional funds for
continuance of services, Delegated Authority - DGS,
05/08/2020) $50,000.00 (MOD #4 Extended term
01/01/2021 - 05/31/2021, Delegated Authority - MSDE,
01/04/2021)
$0 (MOD #5 Extended term 06/01/2021 - 10/31/2021,
Delegated Authority - MSDE, 03/25/2021)
$50,000.00 (MOD #6 Extended term, 11/01/2021 -
12/31/2021, Delegated Authority - MSDE, 10/15/2021)
$1,300,000.26 (MOD #7, Extended term 12/31/2021 –
09/30/2022; DGS 49-IT 1.2, 12/01/2021
$1,154,583.90 (MOD #8, Extension 10/01/2022 -
09/30/2023 DGS 45-IT, 1.1, 08/31/2022)
$0 (MOD #9 Extension 10/01/2023 - 10/31/2023
Delegated - Authority - MSDE, 09/01/2023
Total Contract Amount: $10,892,227.96
MBE/VSBE Participation: 30% / 0%
MBE/VSBE Compliance: 54.917% / 0%
Resident Business: Yes
Fund Source: 100% General Funds
Agency Remarks: Six staff resources for will be onboarded as required by DoIT. The
new personnel were approved in item DGS-23-IT 2.2, 10/4/2023. A transition period
from the current contract to the new contract is necessary to avoid lapse in services
The ability of the State to fulfill federal and State reporting would be impacted if this
change order and transition is not provided. Federal reporting is required to receive Title I
funds. State funding includes the determination of foundation funds which occurs during
the months of September - December to support the December 1 requirement to provide
enrollment counts.
REVISED
2
nd
Revision
202
OSP
83
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
47-IT.
INFORMATION TECHNOLOGY (cont’d)
2.0 Master Contract: Commercial Off-the-Shelf Software (COTS) 2012
Contract No. 060B2490021
Approved: DoIT 6-IT, 09/19/2012
Term: 10/01/2012 - 09/30/2027
**As of publication, the remaining balance of this master contract is $146,260,996.
2.1
Using Agency: Department of Public Safety and Correctional Services
Description: VMware Enterprise Licensing Agreement (ELA) support to
include license upgrades for one year for NSX and vCenter, education courses and
training. VMware is a virtual computing infrastructure that manages and maintains server
and application infrastructure, and provides users with the ability to access secure
applications and data; Q00P4600838
Award: Applied Technology Services, Inc.; Middle River, MD
(MBE) (SBE)
Number of Qualified
Master Contractors: 14
Number of Bids: 4 (SBR-Designated)
Bids:
Bidders Amounts
[…] [..]
Applied Technolo
gy
Services; Middle River, MD $ 934,794.00
Advanced Computer Concepts; Mclean, VA $1,017,470.57
En-Net Services, LLC; Frederick, MD $1,040,249.76
CAS Severn, Inc.; Laurel, MD $1,067,000.00
Amount: $ 934,794
Term: 11/09/2023 - 11/08/2024
. MBE/VSBE Participation: 100% (Awardee is an MBE) / 0%
Resident Business: Yes
Fund Source: 100% General Funds
REVISED
2
nd
Revision
203
OSP
84
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
47-IT. INFORMATION TECHNOLOGY (cont’d)
2.0 Commercial Off-the-Shelf Software (COTS) 2012 (cont’d)
2.2
Using Agency:
Department of Transportation
Description:
CISCO Smartnet Maintenance. Cisco Smartnet service is a
technical support service that covers maintenance and support for all Cisco products.
Products include routers, switches, and firewalls. Includes fast support from experts
staffed by thousands of certified Cisco professionals. Also online self-help support;
J01P2600113
Award: Advanced Computer Concepts; McLean, VA (MBE) (SBE)
Number of Qualified
Master Contractors: 19
Number of Bids: 4 (SBR-Designated)
Bids:
Bidders Amounts
Advanced Computer Concepts; McLean, VA $305,194.97
DSR Inc.; Hanover, MD $316,204.00
Applied Technolo
gy
Services; Middle River, MD $318,325.00
Electronic Data Solutions; Baltimore, MD $360,432.85
Amount: $305,194.97
Term:
11/01/2023 - 10/31/2024
.
MBE/VSBE Participation: 100% (Awardee is an MBE) / 0%
Resident Business: No
Fund Source:
100% Special (Transportation Trust Funds)
Agency Remarks: No MBE or VSBE participation goals were established for this
contract due to the single element of work to be provided; however, the awardee is a
certified Minority Business Enterprise and Small Business.
2.3
Using Agency: Department of Transportation
Description:
Oracle enterprise license maintenance & support. Oracle Database
Licenses support critical mission application systems that require support updates,
security patches and resolution of issues pertaining;
J01P2600114.
Award:
Mythics; Virginia Beach, VA
Number of Qualified
Master Contractors:
2
Number of Bids:
1 (Single Bid Received)
REVISED
2
nd
Revision
204
OSP
85
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
47-IT.
INFORMATION TECHNOLOGY (cont’d)
2.0 Commercial Off-the-Shelf Software (COTS) 2012 (cont’d)
Bid:
Bidder Amount
M
y
thics; Vir
g
inia Beach, VA $2,644,836.26
Amount:
$2,644,836.26
Term:
12/01/2023 - 11/30/2024
.
MBE/VSBE Participation: 0% / 0%
Resident Business: No
Fund Source:
100% Special Funds (Transportation Trust Funds)
Agency Remarks:
The price has been deemed fair and reasonable. A historical price
analysis was conducted and in FY22, the cost was $2,237,544.01 for Oracle enterprise
software & Maintenance renewal. In FY23 the renewed Oracle Enterprise Service cost
$2,370,065.19, which was a 5.9% increase. For FY24, the quote was 11.5% more than
the last award, $2,644,836.26. Because MDOT is also renewing new Oracle licenses that
were purchased by SHA to assist in increasing number of initiatives, such as database
support requirements on existing Oracle infrastructure; the increase in price is fair and
reasonable.
MBE and VSBE participation was not established for this contract due to the single
element of work within the scope.
3.0 Master Contract: Hardware/Associated Equipment & Services 2012
Contract No. 060B2490022
Approved: DoIT 4-IT, 10/31/2012
Term: 11/15/2012 - 11/14/2027
**As of publication, the remaining balance of this master contract is $8,786,167.
3.1
Using Agency: Maryland State Archives
Description: Purchase six Dell EMC Isilon Servers to store archived State
records and documents deemed of permanent value for the location at 2255 Rolling Run
Dr, Windsor Mills. The Maryland State Archives is the repository for all state records
and documents; D60P3600018
Award: IP Data Systems, Inc.; Ellicott City, MD
Number of Qualified
Master Contractors: 6
Number of Bids: 2
REVISED
2
nd
Revision
205
OSP
86
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
47-IT.
INFORMATION TECHNOLOGY (cont’d)
3.0 Hardware/Associated Equipment & Services 2012 (cont’d)
Bids:
Bidders Amounts
IP Data Systems, Inc., Ellicott City, MD $424,264.90
CAS Severn, Laurel, MD $536,337.04
Amount: $424,264.90
Term: Anticipated delivery date - 10/31/2023.
. MBE/VSBE Participation: 2% / 0%
Resident Business: Yes
Fund Source: 100% Special Funds (Consolidated Publications Account)
Agency Remarks: There is an installation component associated with the servers and the
MBE participation will be used for the installation. The MBE will provide project
management for Powerscale installation services.
3.2
Using Agency: Maryland State Archives
Description: Purchase six Dell EMC Isilon Servers to store archived State
records and documents deemed of permanent value for the location at 350 Rowe Blvd
Annapolis. The Maryland State Archives is the repository for all state records and
documents; D60P3600017
Award: IP Data Systems, Inc.; Ellicott City, MD
Number of Qualified
Master Contractors: 6
Number of Bids: 2
Bids:
Bidders Amounts
IP Data Systems, Inc., Ellicott City, MD $424,264.90
CAS Severn, Laurel, MD $536,337.04
Amount: $424,264.90
Term: Anticipated delivery date - 10/31/2023.
. MBE/VSBE Participation: 2% / 0%
Resident Business: Yes
Fund Source: 100% Special Funds (Consolidated Publications Account)
Agency Remarks: There is an installation component associated with the servers and the
MBE participation will be used for the installation. The MBE will provide project
management for Powerscale installation services.
REVISED
2
nd
Revision
206
OSP
87
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
47-IT.
INFORMATION TECHNOLOGY (cont’d)
4.0 Master Contract: Desktop, Laptops and Tablets 2015
Contract No. 060B5400007
Approved: DOIT 1-IT, 07/16/2015
Term: 07/22/2015 - 07/21/2027
**As of publication, the remaining balance of this master contract is $47,856.879.
4.1 Using Agency: Department of Juvenile Services
Description: Purchase 350 HP Probook Laptops and 120 HP Desktops for
computer upgrades and replacements for end-of-service-life equipment; V00P4600149
Award: DSR, Inc.; Hanover, MD
Number of Qualified
Master Contractors: 17 (Functional Area 1)
Number of Bids: 3
Bids:
Bidders Amount
DSR, Inc.; Hanover, MD $442,255.00
Advanced Computer Concepts; McLean, VA $460,566.60
Applied Technolo
gy
Services; Middle River, MD $470,394.00
Amount: $442,255
Term: Anticipated delivery date - 10/31/2023
. MBE/VSBE Participation: 0% / 0%
Resident Business: Yes
Fund Source: 100% General Funds
Agency Remarks: No MBE or VSBE participation was established because there are no
subcontracting opportunities.
REVISED
2
nd
Revision
207
OSP
88
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
47-IT.
INFORMATION TECHNOLOGY (cont’d)
4.0 Master Contract: Desktop, Laptops and Tablets 2015 (cont’d)
4.2
Using Agency: Department of Education
Description: Purchase 446 ViewSonic View Boards with Mobile Trolly Cart
ViewSonic smart display requested is an interactive flat panel display that delivers digital
whiteboarding solutions for collaborative environments such as classrooms, meeting
rooms, conference rooms, lecture halls, and huddle spaces. The mobile trolley cart allows
for the movement of the display from room to room and is ADA compliant.
Award: EN-Net Services, LLC; Frederick, MD
Number of Qualified
Master Contractors: 3 (Functional Area I)
Number of Bids: 1 (Single Bid Received) (SBR - Designated)
Bids:
Bidder Amount
En-Net Services, LLC; Frederick, MD $802,857.72
Amount: $802,857.72
Term: 10/26/2023 - 10/25/2024
. MBE/VSBE Participation: 0% / 0%
Resident Business: Yes
Fund Source: 100% Federal Funds
Agency Remarks: Six responses were received in response to the solicitation and only two
were authorized to provide the required hardware under the master contract for DoIT.
After evaluations of the qualified bidders were completed one bidder decided to withdraw
their response due to the cost of the shipping not being included in the price. The other
bidders pricing for each ViewSonic view board was $1,770.00 and En-Net Services LLC
was $1,777.82. En-net Services LLC also included the cost of shipping with a minimal
pricing difference that was less than 1% for each unit requested. The prices are
considered fair and reasonable.
No MBE or VSBE participation was included due to the lack of subcontracting
opportunities.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
2
nd
Revision
208
OSP
89
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Yasin Mohammed 410-207-3586
yasin.mohammed@maryland.gov
48-M. MAINTENANCE CONTRACT
Department of General Services
Contract ID: Comprehensive Building Maintenance Management for Baltimore City Juvenile
Justice Center; V00R4600155
ADPICS No. 001B4600099
Contract Description: Comprehensive Building Maintenance Management for Baltimore City
Juvenile Justice Center in Baltimore.
Award: Didlake, Inc; Manassas, VA
Contract Term: 12/17/2023 - 12/16/2028
Amount: $9,737,776.38
Procurement Method: Preferred Provider (Community Service Provider)
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: None
Hiring Agreement Eligible: No
Incumbent: Broadway Services, Inc., Baltimore, MD
Performance Bond No
Requesting Agency Remarks: Didlake, Inc. is a Community Service Provider under the
Employment Works Program pursuant to COMAR 21.11.05. Pricing for this contract was
approved and certified as fair market value in the total of $9,737,776.83 by the Pricing and
Selection Committee on August 17, 2023. Didlake, Inc. has confirmed the contract price
and accepted the terms and conditions.
Fund Source: 100% General Funds
209
OSP
90
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
48-M. MAINTENANCE CONTRACT (cont’d)
Approp. Code: E0102 24 16012 0813 ($1,249,010.36)
E0102 25 16012 0813 ($2,042,254.86)
E0102 26 16012 0813 ($1,826,155.89)
E0102 27 16012 0813 ($1,862,415.62)
E0102 28 16012 0813 ($1,879,329.65)
E0102 29 16012 0813 ($ 878,700.45)
Resident Business: No
MD Tax Clearance: 23-3351-1110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
210
OSP
91
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Yasin Mohammed 410-207-3586
yasin.mohammed@maryland.gov
49-M. MAINTENANCE CONTRACT
Department of Natural Resources
Contract ID: Comprehensive Maintenance Services at Maryland Geological Survey Kenneth N.
Weaver Building; K00R3600104
ADPICS No. 001B4600094
Contract Description: Comprehensive maintenance services at the Maryland Geological
Survey’s Kenneth N. Weaver Building in Baltimore City.
Award: Didlake, Inc.; Manassas, VA
Contract Term: 01/01/2024 - 12/31/2028
Amount: $1,918,987.29
Procurement Method: Preferred Provider
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Incumbent: LB & B Associates Inc.; Charlotte, NC
Requesting Agency Remarks: Services included in this comprehensive maintenance contract are
janitorial, security, heating, ventilation, air conditioning (HVAC), automatic temperature control
systems, general building and site maintenance, elevator, snow/ice removal, window cleaning,
pest control, painting, grounds maintenance, and related services as required. The Pricing and
Selection Committee for Employment Works Program certified the contractor’s price as fair
market pricing. The contractor has confirmed the contract price and accepted the terms and
conditions.
Fund Source: 100% General Funds
Approp. Codes: K00 24-28 L4171 0805
211
OSP
92
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
49-M. MAINTENANCE CONTRACT (cont’d)
Resident Business: No
MD Tax Clearance: 23-3513-1100
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
212
OSP
93
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Courtney League 410-767-5516
50-GM. GENERAL MISCELLANEOUS
Recommendation: That the Board of Public Works approve the following contracts.
Authority: §8-301, State Finance & Procurement Article, Annotated Code of Maryland
1.0 Agency: Department of General Services
Fund Source:
MCCBL 2019 Provide funds to complete planning the renovation
of the Shillman Building located at 500 North Calvert Street in Baltimore City for the
Baltimore City District Court. Item 107
MCCBL 2020 Provide funds to continue design of the renovation
of the Shillman Building located at 500 North Calvert Street in Baltimore City for the
Baltimore City District Court . Item 107
MCCBL 2023 Shillman Building Conversion. Provide funds to
complete design and continue construction of the renovation of the Shillman Building
located at 500 North Calvert Street in Baltimore City for the Baltimore City District
Court, provided that notwithstanding Section 6 of this Act, work may commence on this
project prior to the appropriation of all funds necessary to complete this project
(Baltimore City) Item 169
1.1
Contract ID: Design and renovate the Shillman Office Building into a District Court;
BC-500-190--001
Description: Design package to renovate the existing Shillman Office Building into
a new District Court in Baltimore. Selectively demolish the entire building and
rebuild it into a new District Courthouse.
Procurement Method: Qualification Based Selection
Award: Bushey Feight Morin Architects, Inc.; Hagerstown, MD
Amount: $ 372,635 MCCBL 2019 Item 107
$ 127,365 MCCBL 2020 Item 107
$ 1,376,961 MCCBL 2023 Item 169
$ 1,876,961 Total
MBE/VSBE Participation: 35% / 5%
MBE/VSBE Compliance: 29.198% / 5.385
213
OSP
94
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
50-GM. GENERAL MISCELLANEOUS (cont’d)
Resident Business: Yes
Remarks: The contract was approved as DGS 2-AE, 05/08/2019 with an approved
contract amount of $2,705,311. The initial encumbrance of $828,350 was approved for
use. DGS requests approval of the difference of funds $1,876,961 to continue the design
efforts for this project.
2.0 Agency: Department of Public Safety and Correctional Services
Fund Source: MCCBL 2023 Provide funds to continue construction of
Replacement high temperature hot water system and perimeter security fence system at
Eastern Correctional Institution in Westover. Item 178
2.1
Contract ID: High Temperature Hot Water and Steam Distribution and Perimeter
Security Improvements at Eastern Correctional Institution; KO-000-160-D01
Description: Critical Path Method (CPM ) scheduling services and analysis for the
new high temperature hot water perimeter loop and new perimeter security fence
project at the Eastern Correctional Institution in Somerset County
Procurement Method: Qualification Based Selection – DGS-22-018-IQC
Award: iCivil, Inc.; Woodstock, MD
Amount: $81,144
MBE/VSBE Participation: 100% (Awardee is an MBE) / 0%
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
214
OSP
95
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Wendy Scott-Napier 410-767-4088
wendy.scott-napier@maryland.gov
51-RP. REAL PROPERTY
State of Maryland
Recommendation: Transfer Greenbelt Readiness Center property
Property: 69 Greenbelt Road, Greenbelt, MD, consisting of 8.03 acres with a
16,814 sq. ft. armory building
Grantor: The State of Maryland
Grantee: The United States Government acting by and through the
Department of Housing.
Background: Approval is requested to transfer the Greenbelt Readiness Center to the United
States Government. The State of Maryland acquired the Greenbelt Armory property in 1949
from the federal government for use as a National Guard Armory, for training and other military
purposes. The deed contained a reverter clause stating that if the property ceased to be used for
military purposes, it would be conveyed back to the federal government. Military vacated the
property effective March 1, 2016. Although the property has been used by the Maryland
Military Department, it is titled to the State of Maryland.
Consideration: No consideration
Appraised Value: Appraisals were not conducted since this is a reversion of title.
State Clearinghouse: No Clearinghouse review was required due to the reversion of title.
Statutory Authority: State Finance & Procurement 10-305
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
215
OSP
96
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Wendy Scott-Napier 410-767-4088
wendy.scott-napier@maryland.gov
52-RP. REAL PROPERTY
Judiciary, Maryland District Court
Recommendation: Approve amendment to contract of sale to revise the Grantee to be the
State of Maryland, to the use of the Department of General Services and approve an additional
payment to the Grantor of $20,892.95 for property maintenance expenses during the extended
negotiation period for the remaining District Court parcels.
Prior Board Action: DGS Item 63-RP, 06/07/2023
Property: 541 Market Place Drive,
Bel Air, Maryland 21014
Grantor: KC GG Bel Air, LLC,
541 Market Place Drive, Bel Air, Maryland 21014
Grantee: State of Maryland, to the use of the Department of General Services
Reference: The acquisition of this property was previously approved on June 7, 2023,
as item 63-RP for the construction of a new Harford County District Courthouse. The item
mistakenly listed the Judiciary as the Grantee and should have listed the Department of General
Services. In addition to this change, the Grantor has requested compensation in the amount of
$20,892.95 for the property maintenance expenses incurred during the extended negotiation
period for the remaining District Court parcels. Approval is now requested for an Amendment
to the Agreement of Sale to correct the Grantee name and approve the additional consideration.
Consideration: $20,892.95
Fund Source: 100% General Funds
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
216
OSP
97
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Wendy Scott-Napier 410-767-4088
wendy.scott-napier@maryland.gov
53-RP. REAL PROPERTY
General Services
Recommendation: Approve an agreement of sale for the acquisition of a commercial property
and relocation costs associated with the seller acquiring a replacement site
Prior Board Action: DGS 64-RP, 06/07/2023
Property: 543 Marketplace Drive, Bel Air, Harford County, 3.97 acres improved
with 12,494 square foot building
Grantor: ELOS LLC, 543 Marketplace Drive, Bel Air, Maryland 21014
Grantee: State of Maryland, to the use of the Department of General Services
Reference: Approval is requested for an agreement of sale to purchase a commercial
property from ELOS LLC, for the construction of a new District Court in Harford County. The
purchase price includes the fee simple appraised value of $2,715,000 and relocation costs of
$2,185,000 for total consideration of $4,900,000. The final settlement for this property is
contingent upon approved contracts of sale for the adjacent Harford Bank property and former
La-Z-Boy site. DGS completed an analysis comparing the cost to construct a building on a new
site versus renovating the existing building and determined that it is more cost effective to
construct a new, modern and efficient facility.
Appraised Value: Terry R. Dunkin, fee appraiser – August 17, 2022 - $2,715,000.00
Melody C. Campbell, fee appraiser – August 10, 2022 - $2,950,000.00
Relocation Costs: $2,185,000.00 (supported by a relocation cost estimated prepared by
Johnson, Mirmiran & Thompson, Inc., dated September 12, 2023)
Consideration: $4,900,000 (Includes appraised value and relocation costs)
Fund Source: 100% General Funds
Legislative Notification: 14-Day Notification was sent on 10/06/2023.
Authority: State Finance and Procurement 10-305(c)(2)
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
217
OSP
98
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Wendy Scott-Napier 410-767-4088
wendy.scott-napier@maryland.gov
54-RP. REAL PROPERTY
General Services
Recommendation: Approve an agreement of sale for the acquisition of a commercial property
and relocation costs associated with the seller acquiring a replacement site
Prior Board Action: DGS Item 64-RP dated 06/07/2023
Property: 545 Marketplace Drive, Bel Air, Harford County, 27,820 square feet, improved
with a 5,168 square foot building
Grantor: Harford Bank, 545 Marketplace Drive, Bel Air, Maryland 21014
Grantee: State of Maryland, to the use of the Department of General Services
Reference: Approval is requested for an agreement of sale to purchase a commercial
property from Harford Bank for the construction of a new District Court in Harford County. The
purchase price includes the fee simple appraised value of $1,865,000 and relocation costs of
$635,000 for total consideration of $2,500,000. The final settlement for this property is
contingent upon approved contracts of sale for the adjacent Double T Diner property and former
La-Z-Boy site. DGS completed an analysis comparing the cost to construct a building on a new
site versus renovating the existing building and determined that it is more cost effective to
construct a new, modern and efficient facility.
Appraised Value: Terry R. Dunkin, fee appraiser - August 17, 2022 - $1,865,000.00
Melody C. Campbell, fee appraiser - August 17, 2022 - $1,490,000.00
Relocation Costs: $635,000 (Supported by a relocation cost estimated prepared by
Johnson, Mirmiran & Thompson, Inc., dated September 22, 2023)
Consideration: $2,500,000 (Includes appraised value and relocation costs)
Fund Source: 100% General Funds
Legislative Notification: 14-Day Notification was sent on 10/06/2023.
Authority: State Finance and Procurement 10-305(c)(2)
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
218
OSP
99
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
Contact: Wendy Scott-Napier 410-767-4088
wendy.scott-napier@maryland.gov
55-LT. TENANT LEASE MODIFICATION
Department of Assessments and Taxations
Recommendation: Approve a second Supplemental Lease Agreement for
(1) change orders for low voltage work and bullet resistant glass
installation;
(2) additional concessions provided by the landlord including waiving
overhead, profit, and architect fees for the change orders and payment of a
Maryland Correctional Enterprise (MCE) overtime fee of $12,000 for
furniture manufacturing and installation; and
(3) an agreement by the agency to begin rent upon substantial completion
of the new lease space regardless of the agency’s occupancy date.
Prior Board Actions: DGS 40-LT-MOD, 09/06/2023;
DGS 54-LT, 08/31/2022
Landlord: AREP Candler LLC,
1660 International Drive, Ste 500, McLean; VA 22102
Property Location: 115 Market Place, Stes. 123 and 200;
Baltimore, MD 21202-4012
(aka 700 E. Pratt Street, Baltimore; MD 21202-4012)
Space Type: Office (48,658 sf)
Lease Type: Amendment
Change Order
for Low Voltage: $302,130.00
Fund Source: 100% Special
Appropriation Code: H00E0101 / PCA 55053 (Dedicated Purpose Account)
Change Order
For Bullet Resistant Glass: $94,171.55
Fund Source: 100% Special
Appropriation Code: PCA 37003 (SDAT)
219
OSP
100
DEPARTMENT
OF
GENERAL
SERVICES
O
FFICE OF
S
TATE
P
ROCUREMENT
ACTION AGENDA
October 25, 2023
55-LT. TENANT LEASE MODIFICATION (cont’d)
Original Procurement Method: Competitive Sealed Proposals
See COMAR 21.05.03; DGS Space Mgmt. Manual ¶ 6-605
Remarks: The landlord has obtained cost estimates from low voltage firms and suppliers for
the bullet resistant glass, and SDAT and DGS have selected the lowest bids to perform the work.
The change order amount for the low voltage work is $302,130.00 and the amount for the bullet
resistant glass is $94,171.55. The landlord has provided further concessions to the State in the
amount of $67,047.75, which includes waiving the overhead and profit fees, waiving additional
architect fees, and providing a $12,000 payment to MCE for overtime fees to ensure that the
furniture is delivered and installed during the month of January 2023. The total landlord
concessions to the agency exceed the monthly rental rate for years 1 and 2 of this lease. In
exchange for these concessions, the landlord has requested that the agency begin paying rent
upon mutual agreement of substantial completion of the new lease space subject to a punch list,
regardless of the date the agency fully occupies the space. The punch list will not include items
that prevent the agency from occupying the space. If the punch list is not completed within 60
days, the agency will have the ability to abate the rent.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
220