B
OARD OF PUBLIC WORKS
TABLE OF CONTENTS
JANUARY 31, 2024
MEETING LOCATION: STATE HOUSE, GOVERNORS RECEPTION ROOM
100 STATE CIRCLE, ANNAPOLIS, MD 21401*
Item
Section
page no.
Overall
page no.
SECRETARY’S AGENDA
1-2
Agriculture
3
Board of Public Works Wetlands
4-5
Maryland Environmental Service
APPENDIX
A1-A2
Maryland Department of Health
APP1
8
A3
Maryland Military Department
APP3
12
SUPPLEMENT
DEPARTMENT OF NATURAL RESOURCES/REAL PROPERTY
1
Program Open Space Local Share
DNR1
14
2
Program Open Space Local Share/Program Open Space
State Share
DNR2 15
3
Local Parks and Playgrounds Infrastructure
DNR3
16
4
Program Open Space State Share
DNR4
17
SUPPLEMENT
UNIVERSITY SYSTEM OF MARYLAND
1
General Miscellaneous
USM1
18
PAGE TWO
BOARD OF PUBLIC WORKS
TABLE OF CONTENTS
JANUARY 31, 2024
Item
Section
page no.
Overall
page no.
MARYLAND DEPARTMENT OF TRANSPORTATION
1-3
Maryland Aviation Administration (MAA)
MDOT1
21
4-5
Maryland Port Administration (MPA)
MDOT8
28
6
Maryland Transit Administration (MTA)
MDOT13
33
7-11
State Highway Administration (SHA)
MDOT15
35
DEPARTMENT OF GENERAL SERVICES/
OFFICE OF STATE PROCUREMENT
1-32
Capital Grants and Loans
OSP1
44
33
Construction
OSP33
76
34-40
Services
OSP35
78
41-47
Information Technology
OSP52
95
48
Maintenance
OSP69
113
49
Real Property
OSP71
114
50
Landlord Lease
OSP73
116
51
Tenant Lease
OSP74
117
52
Supplemental: Services
OSP75
118
53
Supplemental: Tenant Lease
OSP78
121
54
Supplemental: Services
OSP79
122
A1-EX
Supplemental: Expedited Procurement Request
OSP84
127
*This agenda may be addressed partly or wholly in closed session.
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
January 31, 2024
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 nine individual grants
under the Maryland Agricultural Cost-Share Program.
Authority: "Cost-Sharing-Water Pollution Control," §§ 8-701 to 8-705,
Agriculture Article, Annotated Code of Maryland; COMAR 15.01.05
Amount: $214,300
Fund Source: MCCBL of 2019: Provide funds for assistance for the implementation of
best management practices that reduce soil and nutrient runoff from
Maryland farms. Item 19344
County Grantee Agreement # Amount
Caroline
Charles C. Cawley, Sr. CR-2024-2402 $30,600
Cohee Brothers, LLC CR-2024-2403 $78,900
Carroll
Daniel W. Green
MP-2024-2413 $2,000
MP-2024-2415 $4,700
MP-2024-2416 $10,000
John A. Rawlings, Jr. MP-2024-2424 $18,700
Marc S. Fisher MP-2024-2381 $2,300
Wooden Hill Farms, LLC MP-2024-2425 $64,500
Frederick Trenton M. Bateman MP-2024-2408 $2,600
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
1
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
January 31, 2024
Contact: Jason Keppler 410-841-5864
jason.keppler@maryland.gov
2. DEPARTMENT OF AGRICULTURE
Maryland Agricultural Cost-Share Program- Reversion
Recommendation: That the Board of Public Works approve reverting the balances on 30
completed or cancelled projects under the Maryland Agricultural Cost-
Share Program.
Authority: "Cost-Sharing-Water Pollution Control," §§ 8-701 to 8-705,
Agriculture Article, Annotated Code of Maryland; COMAR 15.01.05
Amount: $531,923.35
Fund Source: MCCBL of 2019: Provide funds for assistance for the implementation of
best management practices that reduce soil and nutrient runoff from
Maryland farms. Item 19344
County Recipient Agreement # Amount Status
Carroll
Byron D. Stambaugh
MP-2021-2424 $15,300.00 Cancelled
MP-2021-2425 $11,600.00 Cancelled
MP-2021-2427 $14,700.00 Cancelled
Green Valley Farm, LLC MP-2022-2183 $8,143.66 Completed
Stephen B. Kelly MP-2022-2685 $15,200.00 Cancelled
Whispering Springs Farm, LLC MP-2022-2039 $8,100.00 Completed
Cecil Mason's Chrome View Limited AT-2022-2646 $5,242.44 Completed
Frederick
Christopher Derr MP-2022-2197-C $9,000.00 Completed
Dialed In Dairy
MP-2022-2657 $8,000.00 Cancelled
MP-2022-2659-C $200,000.00 Cancelled
Donald L. Eader
MP-2022-2578 $50,000.00 Cancelled
MP-2022-2579 $24,200.00 Cancelled
MP-2022-2580 $38,000.00 Cancelled
MP-2022-2581 $50,000.00 Cancelled
James A. Stull, Jr. MP-2022-2612 $4,200.00 Cancelled
Mildred J. Murphy, LLLP MP-2022-2164 $26,500.00 Cancelled
2
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
January 31, 2024
2. DEPARTMENT OF AGRICULTURE (cont’d)
County
Recipient
Agreement #
Amount
Status
Harford
Linda Ann Wunner AT-2021-2521 $7,100.00 Cancelled
Molly Hill Farms, LLC AT-2022-2012 $3,696.63 Completed
Perseverance Farm, LLC
AT-2021-2525
$3,800.00
Cancelled
AT-2021-2528
$340.00
Cancelled
AT-2021-2529
$800.00
Cancelled
Howard Katherine M. Voss PA-2021-2410 $5,025.02 Completed
Talbot
Auburn Farm, LLC CR-2022-2393 $800.00 Cancelled
George D. Brennan CR-2022-2647 $8,900.00 Cancelled
Holt Farms, LLC CH-2022-2422 $1,136.52 Completed
Lorraine B. Claggett
CR-2022-2394
$3,881.05
Completed
CR-2022-2395 $1,881.20 Completed
Lyons Lloyds Landing Farm,
LLC
CR-2022-2540 $3,015.50 Completed
Washington
Bryan R. Babington UP-2021-2434 $3,339.50 Completed
Dennis J. Ingram AT-2022-2126 $21.83 Completed
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 for cost-share projects.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
3
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
January 31, 2024
Contact: Bill Morgante 410-260-7791
bill.morgante@maryland.gov
3. 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
20-0330 JABIN FAMILY REAL ESTATE, LLC To improve navigable access and reduce
shoreline erosion by constructing a stone revetment, modifying an existing fixed
pier, removing existing piers and associated structures, and constructing a floating
pier with floating piers, platforms and floating finger piers.
Annapolis, Back Creek
Special conditions: Requirements for removing existing piers and associated
structures and design and construction of a stone revetment. Restrictions on use of
asphalt rubble in revetment.
22-0989 SMITHSONIAN INSTITUTION, ENVIRONMENTAL RESEARCH CENTER To
reduce shoreline erosion by constructing a living shoreline with low-profile stone
containment structures, a hooked groin, a headland groin containment structure,
hazard signs, submerged reef balls, and filling with sand, grading, and planting
marsh vegetation.
Harwood, Rhode River
Special conditions: Time of year restriction. Requirements for notifying oyster
leaseholders, notifying MDE Compliance Program, scheduling of planting and
construction of marsh establishment area, annual photograph submission, turbidity
curtain, bank grading or clearing, and signing and acceptance of marsh
maintenance plan.
Wetlands Created: 101,426 square feet of marsh
4
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
January 31, 2024
3. BOARD OF PUBLIC WORKS (cont’d)
ANNE ARUNDEL COUNTY (cont’d)
23-0737 ALEXANDER C. THOMSONTo improve navigable access by replacing in-kind
a finger pier, installing a boat lift with associated pilings, placing a mooring pile,
mechanically dredging an area, transporting dredge material to a disposal site, and
providing for periodic maintenance dredging for six years.
Crownsville, Severn River
Special conditions: Time of year restriction. Requirement for dredge material
transport and disposal, staking dredged area, post dredge bathymetric survey,
removing existing pier and associated structures, and downloading the USACE
Maryland State Programmatic General Permit (MDSPGP) Category A permit.
Restrictions on mooring piles, slips, lifts, or hoists, and attaching accessory
platforms to existing boatlifts.
BALTIMORE CITY
23-0837 RIVERSIDE MARINA, LLCTo expand and upgrade an existing marina by
removing and replacing in-kind accessory piers, travel lift piers, support piers and
associate structures, constructing support piers, fixed piers with platforms and
finger piers, installing lifts with associated piles, and constructing a fixed platform
with a gangway, floating pier, floating finger pier, and mooring piles.
Baltimore, Back River
Special conditions: Time of year restriction. Requirement for removing existing
piers and associated structures. Restrictions on water depth for proposed slips.
ST. MARY’S COUNTY
22-1241 JOSEPH TROSSBACH JR. & BRUCE WILSONTo reduce shoreline erosion by
constructing stone breakwaters, placing oyster shell, filling with sand, grading,
placing woody debris, and planting Spartina alterniflora and Spartina patens.
Dameron, Chesapeake Bay
Special conditions: Requirement for constructing marsh establishment area,
turbidity curtain, existing bank grading or clearing, and signing and acceptance of
marsh maintenance plan.
Wetlands Created: 146,328 square feet of marsh
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
5
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
January 31, 2024
Contact: Matt Lapinsky 410-729-8259
mlapinsky@menv.com
4. MARYLAND ENVIRONMENTAL SERVICE
PAYGO General Funds
Recommendation: That the Board of Public Works approve the use of PAYGO General
Funds for the following purchases/contracts in the amount of $76,966.
Authority: Section 8-301, State Finance and Procurement Article,
Annotated Code of Maryland,
University of Maryland Center for Environmental Science
Horn Point Laboratory
1. Description: Supply 15 Mission RTUs, accessories, and field installation
service.
MES PO#0060401
Procurement Method: Sole Source
Award: WHEL-TEC INC, Catonsville, MD
Amount: $40,056
Term: 6 months
Fund Source: FY 2023 PAYGO General Funds
(PCA 12246)
Resident Business: Yes
MD Tax Clearance: 24-0188-1111
2. Description: Supply 3 Barnes submersible sewage pumps
MES PO#0060495
Procurement Method: Sole Source
Award: AMES, Columbia MD
Amount: $36,910
Term: 6 months
Fund Source: FY 2023 PAYGO General Funds
(PCA 12246)
Resident Business: Yes
MD Tax Clearance: 24-0187-1101
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
6
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
January 31, 2024
Contact: Matt Lapinsky 410-729-8259
5. MARYLAND ENVIRONMENTAL SERVICE
Tuckahoe State Park, Caroline County
Construction Contract: Tuckahoe State Park 50,000 Gallon Elevated Water Storage Tank
Repairs, Modifications, Cleaning & Repainting
MES Project # 1-24-2-11-5
Description: Complete metal repairs and modifications to tower, blast interior
and exterior, repaint interior and exterior.
Procurement: Competitive Sealed Bids
Bids: Minoan Industrial LLC, Red Lion, PA $253,700
K&K Painting Inc., Baltimore, MD $291,612
Manolis Painting, Inc. , Baltimore, MD $499,000
Award: Minoan Industrial LLC
Amount: $253,700
Term: 90 calendar days
MBE Participation: 12%
Remarks: The tower’s interior and exterior coating are failing, necessitating blasting and
recoating. Miscellaneous rehabilitation including OSHA compliant handrail upgrades and
installation of manways.
This item will be reviewed by the MES Board of Directors on January 25, 2024.
Fund Source: Special (Natural Resources Development Fund FY 2023/Operating
Fund)
Appropriation Code: 004 POS 2024(PCA#12265)
Tax Compliance No. 23-4815-0110
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
7
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
January 31, 2024
APP 1
Contact: Alison Barry 667-203-9095
alison.barry@maryland.gov
A1. MARYLAND DEPARTMENT OF HEALTH
Clifton T. Perkins Hospital Center
Contract Title: Clifton T. Perkins Hospital Center Heat Repair
OCMP #: 24-22233 / ADPICS: M00B4600515
Contract Type: Maintenance
Contract Description: Diagnosis and procure temporary support to ensure
continued operation of the heating system for the Clifton T.
Perkins Hospital Center.
Modification Description: Additional necessary repairs to stabilize the water system
and ensure proper system operation for support of the
facility.
Procurement Method: Emergency Modification
Original Procurement Method: Emergency
Prior Reports: Sec. Appendix A1, 1/17/2024 BPW
Award: Warwick Supply & Equipment T/A Warwick Construction,
Hunt Valley, MD (Certified MBE)
Original Contract Amount: $ 554,000 (Reported 1/17/2024, Sec. Appendix A1)
Prior Modification: $5,126,400 (Reported 1/17/2024, Sec. Appendix A1)
Modification Amount (this Item): $ 347,000
Revised Contract Amount: $6,027,400
Percent +/- (this Action): 62.64%
Total Percent Change: 987.98%
Original Contract Term: 12/01/2023 – 02/28/2024
Modification Term (this Item): 01/09/2024 – 09/30/2024
Contract Award Date: 12/01/2023
Date Emergency Declared: 01/09/2024
Modification Award Date: 01/09/2024
Date Modification Reported: 01/10/2024
MBE / VSBE Participation: 100% / 0% (Awardee is a Maryland-Certified MBE)
Fund Source: 100% General Appropriation Code: 320101002223
REVISED
8
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
January 31, 2024
APP 2
A1. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Remarks: Nature of Emergency (Original Contract, from Emergency Report Sec. Appendix A1,
1/17/2024 BPW): On November 30, 2023, the Clifton T. Perkins Hospital Center (CTPHC)
experienced a severe heating failure affecting multiple units across the hospital. Diagnosis of the
needed repairs was beyond MDH’s capabilities. CTPHC is the State’s only maximum security
forensic psychiatric hospital which has a capacity of 289 patients and currently maintains a
waitlist. The MDH Healthcare System adult psychiatric facilities operate 1,056 beds at or near
full capacity - patients from CTPHC can only be transferred to other MDH facilities subject to
availability of beds and clinical stability of patients of medium/minimum security environments.
Hospital licensure and accreditation standards require that patient care units and medication
storage be at appropriate ambient temperatures.
Due to the nature of the patient population, and to mitigate serious damage to the health, safety
and welfare of the patients within the care of CTPHC, MDH could not wait the requisite 48
hours for DGS Chief Procurement Officer approval and moved forward on December 1, 2023,
with the retention of a vendor to diagnose the situation and to recommend a temporary solution.
Basis for Selection: Single responsive bid from a responsible bidder. MDH selected a vendor
that has experience with working with the State, including MDH facilities. Due to the urgent
nature and the need to restore heat to the facility as soon as possible, MDH awarded this contract
to the first responsive vendor. The selected vendor is also a certified MBE.
Emergency Modification 1 (from Emergency Report Sec. Appendix A1, 1/17/2024 BPW): In
order to ensure redundancy and continued operation of the system until a full system replacement
can be effectuated, MDH is leasing a temporary boiler to be installed. Additionally, due to the
limited capacity in the MDH Healthcare System, the expedited installation of the boiler is
required to ensure that MDH patients receive the care required.
Emergency Modification 2 (this Item): The CTPHC boiler system creates low pressure steam
which is used to generate heating hot water and domestic hot water, distributed thought the main
hospital. In addition, the steam is used directly in the hospital and air handling units to heat the
main hospital and wings. Additional repairs are necessary to stabilize the water system and
ensure proper system operation for support of the facility.
Resident Business: Yes Tax Clearance: 23-50951101
BOARD OF PUBLIC WORKS THIS ITEM WAS:
ACCEPTED REMANDED
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
9
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
January 31, 2024
APP 3
Contact: Alison Barry 667-203-9095
Alison.barry@maryland.gov
A2. MARYLAND DEPARTMENT OF HEALTH
Spring Grove Hospital Center
Contract Title: Emergency Water Main Repair
ADPICS # M00P3605403
Contract Type: Maintenance
Contract Description: Repair water main at Spring Grove Hospital Center to restore
water service.
Procurement Method: Emergency
Bids: Langenfelder Mechanical Inc., Baltimore, MD $113,794.85
Award: Langenfelder Mechanical Inc., Baltimore, MD
Amount: $113,794.85
Term: 11/23/2022 – 12/15/2022
Date Emergency Declared: 11/23/2022
Contract Award Date: 11/23/2022
Date Emergency Reported: 01/12/2024
MBE / VSBE Participation: 0% / 0%
Fund Source: 100% General Funds
Appropriation Code: L0901
Remarks: Nature of Emergency: In September 2022 the Spring Grove Hospital Center (SGHC)
experienced a water main break near the Tuerk Building. The cost to repair this water
main break was initially to be handled as a small procurement (under $50,000 at the time).
However, due to the increased stress on the system, a ripple effect occurred and caused two (2)
additional water main breaks in November and December 2022. As the vendor was still on-site
completing the September 2022 repairs, SGHC, under the direction of the prior OCMP
Director, engaged the vendor to complete the necessary repairs since the water could not
be shut off to Asylum Lane as it is directly connected to SGHC’s central kitchen and
REVISED
10
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
January 31, 2024
APP 4
A2. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Remarks (cont’d):
cafe. The two subsequent repairs would have brought the costs over the small
procurement threshold and an emergency was declared so that the work could take
place immediately. These actions are being reported under one continuous emergency; there
were three separate proposals for each water main break, the initial small procurement and two
other contracts.
Basis for Selection: The vendor had an active contract for plumbing services for the facility.
Reason for Late Report: As part of MDH’s efforts to address the Office of Legislative Auditors’
findings noted in the October 2023 Office of the Secretary Audit, and under the Office of
Contract Management and Procurement’s (OCMP) new leadership, an internal inquiry
revealed that this emergency procurement award had not been reported to the Board of Public
Works. Further in December 2023, OCMP leadership identified a lack of knowledge transfer to
the MDH facilities regarding emergency procurements. OCMP has since issued an internal
memorandum to the MDH facilities, advising of the updated emergency procurement regulations
and internal procedures to ensure that emergency procurements are properly tracked and
reported.
Resident Business: Yes
Tax Clearance: 24-0193-0111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
ACCEPTED REMANDED
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
11
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
January 31, 2024
APP 5
Contact: Shareda Holifield 410-350-1967
shareda.holifield2@maryland.gov
A3. MARYLAND MILITARY DEPARTMENT
Contract Title: Repairs to Condensate Line and Installation of Two Condensate
Transfer Pump Sets for Boilers at the Fifth Regiment Armory
MMD 24-031 / ADPICS: D50P4600313
Contract Type: Maintenance
Contract Description: Repair to condensate line and installation of two condensate
transfer pump sets for boilers to prevent further damage to the
Fifth Regiment Armory.
Procurement Method: Emergency
Bids:
Bidders
Amounts
East Coast Welding & Construction Co., Glen Burnie, MD
$162,500.00
Rowbel Services, LLC, Essex, MD
$168,944.50
Award: East Coast Welding & Construction Co., Glen Burnie, MD
(Certified Small Business)
Amount: $162,500 NTE
Term: 01/03/2024 - 01/25/2024
Date Emergency Declared: 12/28/2023
Contract Award Date: 01/03/2024
Date Emergency Reported: 01/16/2024
MBE / VSBE Participation: 0% / 0%
Fund Source: 48% General, 52% Federal
Appropriation Code: 230801
REVISED
12
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
January 31, 2024
APP 6
A3. MARYLAND MILITARY DEPARTMENT (cont’d)
Remarks: Nature of Emergency: On December 28, 2023, the Maryland Military Department
(MMD) became aware of a severe steam leak that impacted the heating system at the Fifth
Regiment Armory. Due to the winter season with its low temperatures, the Department sought to
prevent further damage, specifically water pipes freezing, bursting and causing additional
damage. Further, the safety of the Maryland National Guard members and MMD state
employees who work at the Fifth Regiment Armory is of utmost importance.
The Department began the process and obtained approval from the DGS’ Acting Deputy Chief
Procurement Officer to proceed with this emergency procurement. The two bids received came
from certified small businesses.
Basis for Selection: MMD selected a contractor who has experience with working with the State,
including MMD facilities. Due to the urgent nature and need to restore heat to the facility as soon
as possible, MMD awarded this contract to the responsive bidder who provided the lowest price.
Resident Business: Yes
Tax Clearance: 24-0037-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
ACCEPTED REMANDED
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
13
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
January 31, 2024
DNR 1
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
1A. PROGRAM OPEN SPACE LOCAL SHARE
Allegany County
Recommendation: Approval to commit $17,880 for the following development project.
Hoffman Park Improvements - $17,880
City of Frostburg
POS #7648-1-472 MD20231114-0884
Background: Construct a storage building, renovate the existing restrooms, purchase new park
signage and associated site amenities. Project also includes new amphitheater lighting to extend
park usage and increase safety.
Fund Source: Outdoor Recreation Land Loan 2022, Chapter 357, Acts of 2021
Program Open Space Local
Source Code: 22011 $17,880.00
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
14
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
January 31, 2024
DNR 2
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
2A. PROGRAM OPEN SPACE LOCAL SHARE
PROGRAM OPEN SPACE STATE SHARE
Baltimore City
Recommendation: Approval to commit $6,773,945 for the following development projects.
1. North Harford Park Improvements - $3,273,945
Baltimore City
POS #7024-24-316 MD20190821-0715
Background: Additional funds to renovate the field house at North Harford Park. Project
includes indoor basketball court expansion, playground improvements, splash pad construction,
walkway construction, storm water management, fencing, and associated site amenities.
Prior Approvals: $750,000.00 (DNR-RP Item 9A (1) [December 4, 2019])
Fund Source: Outdoor Recreation Land Loan 2024, Chapter 101, Acts of 2023
Program Open Space Local
Source Code: 24011 $3,273,945.00
2. Madison Recreation Center Dome - $500,000
Baltimore City
POS #7641-26-258 MD20231107-0869
Background: Renovate the covered basketball court at Madison Recreation Center. Project
includes design, court resurfacing, electronic and sound improvements, fencing, bleacher
upgrades, and associated site amenities.
Fund Source: Outdoor Recreation Land Loan 2024, Chapter 101, Acts of 2023
POS Stateside Baltimore City Direct Grant
Source Code: 24010 $500,000.00
3. Reedbird Park - Improvements Phase II - $3,000,000
Baltimore City
POS #7642-26-259 MD20231107-0872
Background: Design and construct multi-sport athletic fields, baseball fields, playground
equipment, a dog park, pathways and connections to the Middle Branch Trail System, athletic
lights and storm water management. Project also includes new playground and safety surfacing
consistent with National Playground Safety Standards and the Americans with Disabilities Act.
Fund Source: Outdoor Recreation Land Loan 2024, Chapter 101, Acts of 2023
POS Stateside Baltimore City Direct Grant
Source Code: 24010 $3,000,000.00
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
15
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
January 31, 2024
DNR 3
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
3A. LOCAL PARKS AND PLAYGROUNDS INFRASTRUCTURE
Washington County
Recommendation: Approval to commit $19,376 for the following development project.
Fairgrounds Park Softball Building Roof Replacement - $19,376
City of Hagerstown
LPPI# LPPI-21-20
Background: Replace the existing softball concession/restroom building roof with a metal roof
at Fairgrounds Park.
Fund Source: Maryland Consolidated Capital Bond Loan 2022, Chapter 344, Acts of 2022
Local Parks and Playgrounds Infrastructure
Source Code: 22116 $19,376.00
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
16
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
January 31, 2024
DNR 4
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
4A. PROGRAM OPEN SPACE STATE SHARE
Worcester County (Shockley)
Recommendation: That the Board of Public Works approve the acquisition.
Description: This mostly forested property is located in the Upper Pocomoke River watershed and
will be managed by Maryland Forest Service as an addition to Chesapeake Forest Lands.
Acquisition will allow the property to be managed as working forest lands to produce sustainable
forest products, helping to sustain the local resource-based economy. Acquisition will connect
several disparate parcels, simplify boundary management, and support Forest Interior Dwelling
Species habitat.
POS Scoring System: 100 out of 100 Targeted Ecological Area: Yes
Grantor: B. Randall Coates, Esq. and Reena J. Patel, Esq., Co-Trustees
Grantee: The State of Maryland to the use of the Department of Natural Resources
Property: 401.84 +/- acres, unimproved, POS No. 34697
Price: $1,408,000
Appraisals: $1,410,000 (10/2/2023) – Gary R. Anglemyer
$1,406,000 (9/28/2023) William R. McCain
All appraisals reviewed by Dave Wallenberg, Chief Review Appraiser
Fund Source: Outdoor Recreation Land Loan of 2021, Chapter 19, Acts of 2020
Program Open Space Stateside
Source Code: 21010 $1,408,000
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
17
Board of Public Works
University System of Maryland
Supplement
January 31, 2024
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 and general funds (PayGo) for the following contracts totaling: $148,162.
Authority: State Finance and Procurement Article, Annotated Code of Maryland, §8-
301(general obligation bonds)
Towson University
Health Professions Building
1.Description: Furnish, deliver, and install furniture.
Procurement Method: Cooperative Purchasing Agreement (Premier Contract No. PP-FA-
2016)
Award : Price Modern, Baltimore, MD
Amount: $60,260
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
MBE Participation: 0%
Resident Business: Yes MD Tax Clearance# 24-0044-1110
2.Description: Furnish, deliver, and install furniture.
Procurement Method: Cooperative Purchasing Agreement (OMNIA NCPA Contract No.
07-127)
Award : American Design Associates, Towson, MD
Amount: $26,424
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
MBE Participation: 0%
Resident Business: Yes MD Tax Clearance# 24-0051-1111
18
Board of Public Works
University System of Maryland
Supplement
January 31, 2024
USM 2
1-GM. GENERAL MISCELLANEOUS (cont’d)
3.Description: Furnish, deliver, and install waste cans.
Procurement Method: Cooperative Purchasing Agreement (Equalis Contract No. COG-
2113A)
Award : American Design Associates, Towson, MD
Amount: $46,956
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 108
MBE Participation: 0%
Resident Business: Yes MD Tax Clearance# 24-0051-1111
University of Maryland, Baltimore
School of Medicine Bressler Research Building-Electrical Substation Renewal
Description: Add shutters on switchboards for the electrical substation project.
Procurement Method: Competitive Sealed Proposal
Award: Cynergy Electric Company, Inc. Crofton, MD
Amount: $14,522
Fund Source: FY 2022 General Funds (PayGo Funding)
MBE Participation: 0%
Resident Business: Yes MD Tax Clearance: 24-0033-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
19
Wes Moore
Governor
Aruna Miller
Lt. Governor
Paul J. Wiedefeld
Secretary
  
BOARD OF PUBLIC WORKS 
ACTION AGENDA 
January 31, 2024
Item #s M
ode Pages 
1 3 Maryland Aviation Administration (MAA) 1 – 7
4 5 Maryland Port Administration (MPA) 8 12
6 Maryland Transit Administration (MTA) 1314
7 11 State Highway Administration (SHA) 1522
20
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 1
Contact: Linda D. Dangerfield 410-859-7097
ldangerfield@mdot.maryland.gov
1-AE. MARYLAND AVIATION ADMINISTRATION
Architectural/Engineering Services
Contract ID: Comprehensive Design Services at Baltimore/Washington International Thurgood
Marshall (BWI Thurgood Marshall) and Martin State (MTN) Airports; MAA-AE-23-001, MAA-
AE-23-006, MAA-AE-23-007, MAA-AE-23-008 & MAA-AE-23-009
EPICS Nos.: MAAAE23001, MAAAE23006, MAAAE23007, MAAAE23008 &
MAAAE23009
Contract Description: Five work-order based contracts to provide design services at BWI
Thurgood Marshall and MTN Airports.
Awards: Airport Design Consultants, Inc.; Ellicott City, MD MAA-AE-23-001
Michael Baker International; Baltimore, MD MAA-AE-23-006
AECOM Design Services, Inc.; Hunt Valley, MD MAA-AE-23-007
Johnson, Mirmiran & Thompson, Inc.; Hunt Valley, MD MAA-AE-23-008
AtkinsRealis, USA, Inc.; Calverton, MD MAA-AE-23-009
Contract Term: 02/15/2024* – 02/14/2029 (*or earlier upon BPW Approval)
Amount: $ 23,000,000 NTE (MAA-AE-23-001)
$ 20,000,000 NTE (MAA-AE-23-006)
$ 19,500,000 NTE (MAA-AE-23-007)
$ 19,000,000 NTE (MAA-AE-23-008)
$ 18,500,000 NTE (MAA-AE-23-009)
$100,000,000 NTE Aggregate Total for this item
Procurement Method: Qualification Based Selection
Proposals:
Offerors
Technical Proposal
Ratings (Max 1,550)
(Rankings)
NTE Amounts
Airport Design Consultants, Inc., Ellicott City,
MD
1,256.0
(1)
$23,000,000
MAA-AE-23-001
Michael Baker International, Baltimore, MD
1,112.0
(2)
$20,000,000
MAA-AE-23-006
AECOM Design Services, Inc., Hunt Valley, MD
1,103.0
(3)
$19,500,000
MAA-AE-23-007
Johnson, Mirmiran & Thompson, Inc., Hunt
Valley, MD
1,073.0
(4)
$19,000,000
MAA-AE-23-008
21
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 2
1-AE. MARYLAND AVIATION ADMINISTRATION (cont’d)
Proposals (cont’d):
AtkinsRealis USA, Inc., Calverton, MD
1,070.5
(5)
$18,500,000
MAA-AE-23-009
DBE/VSBE Participation: 64.5% / 0% MAA-AE-23-001
20% / 0% MAA-AE-23-006
20% / 0% MAA-AE-23-007
20% / 0% MAA-AE-23-008
20% / 0% MAA-AE-23-009
Incumbents: Johnson, Mirmiran & Thompson, Inc., AECOM Design Services, Inc.,
Michael Baker International, Inc.
Requesting Agency Remarks: This solicitation was advertised in the Daily Record, eMaryland
Marketplace Advantage and the Maryland Aviation Administration’s (MAA) website. eMaryland
Marketplace Advantage notified a total of 470 firms. MAA directly solicited 33 companies. Eight
responses to the Expression of Interest were received on February 15, 2023, and all firms were
invited to submit technical proposals. MAA utilized the qualification-based selection and found
five firms eligible for contract award. The non-selected firms received a debriefing. There were
no protests for this procurement.
The consultants shall perform concept development, site planning, schematic design, preliminary
architectural and engineering studies, and reports; prepare artist renderings, design visualizations,
computer simulations, prepare plans, technical provisions, cost estimates and bid documents for
construction of multi-disciplinary airside, terminal, and landside projects. This will include
architectural, civil, structural, mechanical, plumbing, electrical, and special systems design
drawings, specifications and bid forms in support of facilities at BWI Thurgood Marshall and MTN
Airports and on occasion, other Maryland Airports on an on-call basis at the direction and
discretion of MAA in accordance with Federal and State laws, guidelines, requirements, and
standards.
Per BPW Advisory 2001-1, the MAA 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 Enterprise designation. A 20% DBE participation goal was established for this contract.
Four of the recommended awardees (Michael Baker International, AECOM Design Services,
Inc., Johnson, Mirmiran & Thompson, Inc, and AtkinsRealis USA, Inc.) have committed to
meeting the 20% DBE goal. Airport Design Consultants, Inc., has committed to exceeding the
goal by 44.5% to achieve DBE compliance of 64.5%. No VSBE participation goal was
established for this procurement.
22
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 3
1-AE. MARYLAND AVIATION ADMINISTRATION (cont’d)
Fund Source: 80% Special (Capital Facility Charge), 10% Other (Passenger
Facility Charge), and 10% Federal
Approp. Code: J06I0003
Resident Business/ MD Tax Clearance:
Company Name
Resident Business
MD Tax Clearance
Airport Design Consultants, Inc.
Yes
23-4600-1111
Michael Baker International
No
23-4599-1111
AECOM Design Services, Inc.
No
23-4596-0001
Johnson, Mirmiran & Thompson, Inc.
Yes
23-4598-1111
AtkinsRealis USA, Inc.
No
23-4597-1111
BOARD OF PUBLIC WORKS THIS ITEM WA S :
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
23
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 4
Contact: Linda D. Dangerfield 410-859-7097
ldangerfield@mdot.maryland.gov
2-C-MOD. MARYLAND AVIATION ADMINISTRATION
Modification: Construction Contract
Contract ID: Taxiway F Phase 2 at Baltimore/Washington International Thurgood Marshall
(BWI Thurgood Marshall) Airport; MAA-CO-23-001
EPICS No.: CO413606
Contract Approved: MDOT 1-C, 09/20/2023
Contract Description: Realignment of Taxiway F to be parallel with Runway 10-28 at BWI
Thurgood Marshall Airport. The work includes bituminous concrete pavement demolition,
excavation, erosion and sediment control, new Portland cement concrete pavement construction,
new bituminous concrete pavement construction, new shoulder pavement construction, mill and
overlay existing asphalt pavement, storm drainpipe installation, storm drain structure installation,
underdrain installation, pavement markings, removal and installation of airfield lighting and
signage, and relocation of FAA NAVAIDs equipment.
Modification Description: Provide correction to the contract’s period of performance to properly
reflect the 780-calendar day term of the contract.
Award: Allan Myers MD, Inc.; Fallston, MD
Original Contract Term: 584 calendar days from NTP
Correct Contract Term: 780 calendar days from NTP
Original Contract Amount: $27,074,900.00
Modification Amount: $0
Prior Options/Mods: $0
Total Contract Total: $27,074,900.00
Percent +/- Change: 0%
Total Percent -/- Change: 0%
Procurement Method: Competitive Sealed Bidding
DBE/VSBE Participation: 26% / 0%
DBE/VSBE Compliance: 0% / 0%
Performance Security: 100% Payment & Performance Bonds
Hiring Agreement Eligible: No
24
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 5
2-C-MOD. MARYLAND AVIATION ADMINISTRATION (cont’d)
Requesting Agency Remarks: MAA seeks to correct the previously published and approved
contract term. The original BPW item inadvertently reflected 584 calendars days; however, the
solicitation was advertised, and the contract was awarded with a 780-calendar day duration. The
notice to proceed for this contract was issued on November 13, 2023, therefore no DBE
compliance has been achieved to date.
Fund Source: 56% Federal, 44% Special (Transportation Trust Funds)
Approp. Code: J06I0003
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS :
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
25
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 6
Contact: Linda D. Dangerfield 410-859-7097
ldangerfield@mdot.maryland.gov
3-C. MARYLAND AVIATION ADMINISTRATION
Construction Contract
Contract ID: Airfield Operations Area (AOA) Fence Hardening at Baltimore/Washington
International Thurgood Marshall (BWI Thurgood Marshall) Airport; MAA-CO-
24-002
EPICS No.: MAACO24002
Contract Description: Provide all supervision, labor, materials, equipment, tools, and
associated work necessary for the Airfield Operations Area (AOA) Fence Hardening project at BWI
Thurgood Marshall Airport. The work under this contract includes project security, maintenance
of traffic, erosion and sediment control, removing and replacing 8’-0” Perimeter Security Fencing
with 10’-0” Perimeter Security Fencing, fence and gate hardening including cable and manual
crash beam barriers for manual gates, automatic wedge plate barriers for power gates, Integrated
Access Control System (IASS), bollards, animal barrier for fencing, electrical, and
communications.
Award: Hercules Fence of Maryland, LLC.; Jessup, MD
Contract Term: 440 calendar days from Notice to Proceed
Amount: $7,988,000.01
Procurement Method: Competitive Sealed Bidding
Bids:
Bidders
Amounts
Hercules Fence of MD, LLC, Jessup, MD
$ 7,988,000.01
Long Fence Company, Inc., Odenton, MD
$ 8,417,500.00
A-1 American Fence, Inc., Orange, TX
$17,428,764.08
Living Wage Eligible: No
MBE/VSBE Participation: 15% / 0%
Performance Security: 100% Performance & Payment Bonds
Hiring Agreement Eligible: No
Incumbent: N/A
26
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 7
3-C. MARYLAND AVIATION ADMINISTRATION (cont’d)
Requesting Agency Remarks: The solicitation was advertised on September 12, 2023, via
eMaryland Marketplace Advantage, electronically notifying 110 contractors, the Maryland
Aviation Administration’s website, and by way of direct solicitation to six firm. Three bids were
received.
The variance in the bids is equated to A-1 American Fence, Inc. pricing for mobilization, temporary
construction items, and the quality control plan. Hercules has confirmed its pricing. Additionally,
Hercules Fence of Maryland is an established fence contractor with over 60 years of experience in
the fencing business.
Per BPW Advisory 2001-1, the MAA Procurement Review Group reviewed the contract scope of
work to determine the potential for establishing a MBE participation goal, as well as a Small
Business designation. A 15% MBE participation goal was established for this contract.
Fund Source: 100% Special (Transportation Trust Fund)
Approp. Code: J06I0003
Resident Business: Yes
MD Tax Clearance: 23-5087-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS :
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
27
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 8
Contact: John Thornton 410-385-4850
jthornt[email protected]yland.gov
4-C. MARYLAND PORT ADMINISTRATION
Construction Contract
Contract ID: WTC Elevator Modernization; 522089
EPICS No.: P522089
Contract Description: Provide for modernization of nine traction elevators at the World
Trade Center Baltimore.
Awards: Elcon Enterprises, Inc. dba Elevator Control Service
Upper Marlboro, MD
Contract Term: 572 workdays from Notice to Proceed
Amount: $6,762,935
Procurement Method: Competitive Sealed Proposals
Proposals:
Offerors
Technical
Ranking
Financial Offer
(Rank)
Final
Ranking
Elcon Enterprises, Inc. dba Elevator Control Service
Upper Marlboro, MD
1
$6,762,935 (1)
1
Nichols Contracting, Inc.
Columbia, MD
2
$7,798,000 (3)
2
Otis Elevator Company
Baltimore, MD
3
$7,177,000 (2)
3
*Technical merit held greater weight than price.
MBE /VSBE Participation: 0% / 0%
Performance Security: 100% performance and payment bonds.
Requesting Agency Remarks: On September 11, 2023, MPA advertised the Request for Proposals
on eMaryland Marketplace Advantage, which notified approximately 1834 vendors of the
solicitation. Eighteen contractors attended the preproposal meeting and site visit. Three proposals
were received.
Elcon Enterprises, Inc. was recommended for award because of its strong technical and financial
proposals, providing a strong understanding of the scope of work and demonstrating a
28
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 9
4-C. MARYLAND PORT ADMINISTRATION (cont’d)
Requesting Agency Remarks (cont’d):
comprehensive understanding of the contract’s requirements. The technical proposal offered strong
experience in both the project team and comparable projects.
The project is a comprehensive modernization of all nine elevators at the World Trade Center, a
world class iconic building in Baltimore, MD. The modernization includes the replacement of the
existing direct current (DC) machines with new gearless, alternating current (AC) machines and
regenerative AC drive units. AC drive technology provides an overall increase in system efficiency
over DC technology, reduction in energy consumption, and increased safety as a result of the new
brake system. This combined with the conversion of all lighting in the cars to LED and digital hall
fixtures will result in significant energy savings to the State. In addition, the transition from DC
to AC will lower maintenance costs as DC technology is outdated by 20 years and parts and support
become more costly as manufacturers cease production of spare parts for DC equipment. Further,
AC units utilize fewer internal parts, which means fewer opportunities for failure. The
modernization also includes all new hoists, governor and compensation ropes with new sheaves,
tie-down devices, and roller guides which provide lasting safety for users.
Per BPW Advisory 2001-1, the MPA Office of Fair Practices and Procurement Review Group
reviewed this contract for potential MBE and VSBE goals and SBR designation. It was determined
that no MBE and VSBE goals should be established for this contract as there were no significant
subcontractable opportunities since elevator companies provide such work with their own forces
rather than through subcontractors. Additionally, the PRG did not designate this contract for Small
Business Reserve after a search of Maryland certified small businesses identified fewer than three
eligible small businesses as defined in COMAR 21.01.02.01B(80).
The Maryland Port Commission approved this contract on January 9, 2024.
Fund Source: 100% Special Funds (Transportation Trust Fund)
Approp. Code: J03D0002
Resident Business: Yes
MD Tax Clearance: 23-4978-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS :
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
29
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 10
Contact: John Thornton 410-385-4850
jthornt[email protected]yland.gov
5-IT-OPT/MOD. MARYLAND PORT ADMINISTRATION
Information Technology Renewal Option / Modification
Contract ID: Programming Support Services; 219031-IT
EPICS No.: CO413586
Contract Approved: Item 2-IT; 09/18/19
Contractor: Advanced Analytical Systems, Inc. (Certified Small Business)
Chantilly, VA
Contract Description: Provide for one senior programmer to develop and maintain the
Port Operations and Security System and other information technology systems and projects of
the Maryland Port Administration (MPA).
Option Description: Exercise the first and only 5-year renewal option.
Modification Description: Modification No. 2 adds to the contract three resources, one senior
programmer and two database administrators.
Original Contract Term: 10/01/2019 – 09/30/2024
Option Term: 10/01/2024 – 09/30/2029
Modification Term: 02/15/2024 – 09/30/2029
Original Contract Amount: $859,200
Option Amount: $3,903,687
Modification Amount: $371,840
Prior Mods/Options: $ 0 (Mod #1: name change in accordance with BPW Advisory
2002-2 from Krishna Tech, Inc to Advanced Analytical Systems,
Inc.)
Total Contract Amount: $5,134,727
Percent +/- Change: 498%
Overall Percent +/-: 498%
Original Procurement Method: Competitive Sealed Proposals
REVISED
30
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 11
5-IT-OPT/MOD. MARYLAND PORT ADMINISTRATION (cont’d)
MBE / VSBE Participation: 0% / 0%
MBE / VSBE Compliance: 0% / 0%
Requesting Agency Remarks: This contract supports a full range of systems development,
maintenance, migration, and enhancement requests to support MPAs Port Operations and Security
System. The need for senior programmers and database administrators is ongoing and cannot be
fulfilled by MPA with its own employees. With this possible future need in mind, the original
solicitation provided that MPA could acquire additional resources under the contract, by
modification and subject to necessary approvals.
MPA now needs to add three resources to fulfill the requirements of a 2021 Federal Port Security
Grant to upgrade MPAs access control system by: (1) analyzing the existing system; (2) planning
solutions to integrate Optical Character Recognition and Quick Response technologies into MPAs
marine terminal access security control system, to enhance the identification verification process
required to gain entrance into MPA owned and operated facilities, and to replace hard copy permits
with a machine-readable optical label that contains the permit information; and (3) implementing
the solutions adopted by MPA. The Port Security Grant requires that all grant funds must be spent
no later than September 1, 2024, or the unspent grant funds will be forfeited.
Once the upgrade has been completed, the original resource and the three additional resources
added under this contract will continue to maintain and support the MPAs information technology
needs.
Since the 2021 grant application was approved, the MPA Office of Information Security and
Technology (OIT) has been utilizing the On Call Temporary Contingent Labor Services Contracts
of the MDOT’s Secretarys Office to obtain the technical resources necessary to complete the work
required by the grant. However, the On Call Temporary Contingent Labor Services Contracts will
end February 2024. Therefore, MPA must obtain the necessary resources by other means. In
addition, MPA is looking to secure long-term resources, rather than short-term resources offered
by the On Call Temporary Contingent Labor Services contracts.
Since Contract 219031-IT already authorizes additional resources, the fastest contracting vehicle
now available to MPA is to add three additional resources; one senior programmer and two
database administrators under the current contract in order to complete the grant project by the
Federal deadline of September 1, 2024. Obtaining three additional resources under this existing
contract will allow MPA to obtain long-term technical resources. Therefore, MPA should obtain
necessary approvals to add the additional resources, to enable the contractor to locate and offer
suitable individuals as resources.
REVISED
31
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 12
5-IT-OPT/MOD. MARYLAND PORT ADMINISTRATION (cont’d)
Requesting Agency Remarks (cont’d):
The cost of this Modification for three additional resources through the remaining term of the
original contract is not to exceed $371,840. This Agenda item also exercises the first and only five-
year renewal option, including the three resources added by the Modification, for a [ ] renewal
value of $3,903,687. Along with the Modification value of $371,840, the total combined actions
in this Agenda item are valued at $4,275,527.
Advanced Analytical Systems, Inc. is a Maryland Certified Small Business.
The Maryland Port Commission approved this modification on January 9, 2024.
Fund Source: 97.5% Special Funds (Transportation Trust Fund)
2.5% Port Security Grant (Federal Funds)
Approp. Code: J03D0001
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS :
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
32
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 13
Contact: Matthew A. Lattin 410-767-3698
mlatt[email protected]aryland.gov
6-RP. MARYLAND TRANSIT ADMINISTRATION
Real Property Surplus
Recommendation: That the Board of Public Works approve the Maryland Transit
Administration (MTA) surplusing real property as it is excess to the agency’s needs.
Authority: Transportation Article, § 8-309(g) Annotated Code of Maryland
Property: MC #22-5113
Hurlock Freight Rail Right-of-Way (± 1.01 acre)
and Revertible Easement (± 0.023 acre),
Charles Street, Hurlock, Dorchester County
Grantor: State of Maryland, Maryland Transit Administration
Grantee: Town of Hurlock
Consideration: $1
Appraised Value: $54,900 – Gary R. Anglemyer, MAI
Lisa Ward, Review Appraiser
Special Conditions: The subject property will revert to MTA if the Town of Hurlock
ceases to use the property. Secondly, proceeds for any sale or lease or license of any property
interests within the subject property will be received by MTA and not the Town of Hurlock.
State Clearinghouse: The Clearinghouse conducted an intergovernmental review of the
project under MD20230518-0405. It is recommended to declare the +/- 1.01 acres of rail right of
way with a former waiting station and pavilion surplus to the needs of the state and to approve a
+/- 0.023-acre easementboth located at Charles Street at Gay Street and Mill Street in the Town
of Hurlockfor transfer to the Town of Hurlock, upon consideration of the Maryland Department
of the Environment’s qualifying comments.
None of the local or state agencies that provided review comments expressed an interest in
acquiring the properties; however, according to the project application documents, “the Town of
Hurlock expressed an interest to acquire the subject property from MDOT MTA”.
33
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 14
6-RP. MARYLAND TRANSIT ADMINISTRATION (cont’d)
Requesting Agency Remarks: The Town of Hurlock owns the waiting station and adjacent
pavilion, but MTA owns the land upon which both structures exist. MTA, as successors in interest
to the State Railroad Administration (SRA), who initially entered into a certain Access Agreement
with the Town of Hurlock dated July 11, 1991, regarding the installation of a station building, is
proposing the disposal of this property. The SRA Access Agreement was anticipated to remain in
effect until a Quitclaim Deed was prepared conveying the property to the Town for their use.
However, this process was never completed, and MTA is now proposing to convey the parcel (and
easement) to address the existing encroachments contemplated in the original SRA Access
Agreement.
BOARD OF PUBLIC WORKS THIS ITEM WAS :
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
34
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 15
Contact: Jada Wright 410-545-0330
jwright18@mdot.maryland.gov
7-AE. STATE HIGHWAY ADMINISTRATION
Architecture/Engineering Contract
Contract ID: Travel Forecasting, Traffic Analysis & Engineering Services -Statewide;
BCS 2022-03 B
EPICS No. SBCS2203B
Contract Description: One of six open-ended, work-order based contracts to provide travel
forecasting, traffic analysis and engineering services Statewide for State Highway
Administration (SHA).
Awards: Kittelson & Associates, Inc., Baltimore, MD
Contract Term: 2/15/2024 – 2/14/2029 (5 years)
Amount: $6,000,000 NTE
Procurement Method: Qualification Based Selection
Proposals:
Offerors
Technical
Proposal
Rating
(Max 100)
Award
Rummel, Klepper & Kahl, LLP
Baltimore, MD 90.82
(1)
Approved 7-AE
11/29/23
Contract A
Kittelson & Associates, Inc.,
Baltimore, MD
89.75
(2)
$6,000,000 NTE
Contract B
Mead & Hunt, Inc.
Columbia, MD 89.24
(3)
Approved 7-AE
11/29/23
Contract C
Johnson, Mirmiran & Thompson, Inc.
Hunt Valley, MD 88.63
(4)
Approved 7-AE
11/29/23
Contract D
Gannett Fleming, Inc.
Baltimore, MD
87.87
(5)
Approved 4-AE
1/17/2024
Contract E
35
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 16
7-AE. STATE HIGHWAY ADMINISTRATION (cont’d)
Proposals (cont’d):
Offerors
Technical
Proposal
Rating
(Max 100)
Award
Whitman, Requardt & Associates, LLP
Baltimore, MD
87.72
(6)
Approved 6-AE
1/3/2024
Contract F
Wallace Montgomery & Associates, LLP /
RS&H, Inc. (JV)
Hunt Valley, MD
81.66
(7)
Brudis & Associates, Inc. Inc. / Kimley-Horn
and
Associates, Inc. (JV)
Columbia, MD
80.77
(8)
AECOM Technical Services, Inc.
Hunt Valley, MD
80.72
(9)
A Morton Thomas & Associates, Inc.
Towson, MD
79.26
(10)
DBE / VSBE Participation: 20% / 0%
Incumbents: Gannett Fleming, Inc.; Whitman, Requardt & Associates, LLP; Rummell,
Klepper & Kahl, LLP; Mead & Hunt, Inc.; A. Morton Thomas & Associates,
Inc.; Johnson, Mirmiran and Thompson, Inc.
Requesting Agency Remarks: On April 7, 2022, the solicitation was advertised in The Daily
Record, State Highway Administration’s (SHAs) web page, and eMaryland Marketplace
Advantage (eMMA). The advertisement was for six contracts for $6 million each not to exceed
$36 million for travel forecasting, traffic analysis & engineering services, statewide for SHA. A
total of 861 firms were notified via eMMA and an additional 758 were directly solicited. SHA
received 10 expressions of interest and invited 10 firms to submit technical proposals. SHA used
qualifications-based selection and found 6 consultants eligible for contract award. No protests
were filed.
Services to be provided consist of travel forecasting, traffic engineering and analysis, and
additional required traffic-related studies for the purposes of evaluating transportation projects
during the various phases of SHAs project development process. These phases or types of
projects/studies could include long range planning, feasibility studies, project planning/NEPA
studies, planning and environmental linkages (PEL) studies, corridor studies, preliminary/final
design phases, practical design studies, value engineering, transportation alternatives program,
economic analysis studies, traffic impact studies, congestion management studies, before and after
36
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 17
7-AE. STATE HIGHWAY ADMINISTRATION (cont’d)
Requesting Agency Remarks (cont’d):
studies, scenario planning and analysis, etc. The work could include developing areawide travel
demand models or modifying an existing Metropolitan Planning Organization (MPO) model or
the Maryland Statewide Transportation Model (MSTM); providing traffic and technical support
for corridor safety studies and/or the road safety audit (RSA) program; providing support for
development and improvement of various travel forecasting and traffic engineering procedures,
improving internal processes, and maintaining standard operating procedures (SOPs); performing
state-of-the-art microscopic and/or mesoscopic model development and traffic
analysis/simulation; providing support for SHA's mobility and congestion management strategies
and performance measures; providing support and/or analysis in the areas of Multimodal (Freight,
Transit, Pedestrian, Bicycle, Park & Rides, etc.), Transportation Systems.
Management and Operations (TSMO), ITS initiatives, emerging transportation technologies (e.g.
CAV’s, machine learning models), access management, and land use development scenarios.
Services could also include or necessitate various types of traffic data collection and familiarity
with Big Data uses, analyses, and platforms. Furthermore, the consultants should be able to deliver
both written and verbal technical documentation/summaries to various appropriate audiences and
be able to provide on-site technical assistance for all services previously listed.
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 Enterprise designation. A 20% DBE participation goal was established for each contract
within this award series. Sub-contractable categories used to establish the goal include big data
connected automated vehicles, traffic data collection, travel demand modeling, and traffic analysis.
The transportation systems management and operations, active traffic management strategies sub-
contractable category was not used due to only one certified firm was found to perform this work.
Fund Source: 80% Federal; 20% Special (Transportation Trust Fund)
Approp. Code: J02B0101
Resident Business: Yes
MD Tax Clearance: 23-4787-0111
BOARD OF PUBLIC WORKS THIS ITEM WAS :
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
37
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 18
Contact: Jada Wright 410-545-0330
jwright18@mdot.maryland.gov
8-C. STATE HIGHWAY ADMINISTRATION
Construction Contract
Contract ID: HVAC Renovation at Glen Burnie Maintenance Facility – Facility Improvements;
AA2775229
EPICS No.: AA2775229
Contract Description: Provide HVAC renovation at Glen Burnie Maintenance Facility facility
improvements
Award(s): J. F. Fischer, Inc.; Linthicum, MD
Contract Term: 841 Calendar Days
Amount: $1,937,000.00
Procurement Method: Competitive Sealed Bidding
Bids:
Bidders
Amounts
J. F. Fischer, Inc.; Baltimore, MD
$1,937,000.00
Fresh Air Concepts, LLC; Linthicum, MD
$2,100,000.00
Denver-Elek, Inc.; Baltimore, MD
$2,804,000.00
Living Wage Eligible: No
MBE/VSBE Participation: 12% / 0%
Performance Security: Performance and Payment Bonds for 100% of the award amount
exists for this contract
Incumbent(s): None
Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace
Advantage (eMMA) on August 22, 2023, notifying 1,332 potential contractors, 274 of which were
MDOT-certified Minority Business Enterprises (MBEs). Three bids were received and opened on
October 26, 2023. There were no protests filed for this contract.
38
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 19
8-C. STATE HIGHWAY ADMINISTRATION (cont’d)
Requesting Agency Remarks (cont’d):
The HVAC renovations at the MDOT SHAs Glen Burnie Maintenance Facility represent
systematic upgrades and modernization for the equipment. The HVAC systems were designed for
compliance with the International Energy Conservation Code, and the State of Maryland’s Climate
Solutions Now Act (CSNA) of 2022. The CSNA is an initiative to phase out fossil fuel usage.
Upgrades to the facility reduces the electrical consumption of the facility and its reliance on fossil
fuels. The variable refrigerant flow equipment operates as a heat pump and replaces the fuel fired
system that was used in the previous design. The overall design provides a low energy usage,
efficient system that provides comfort to the individual spaces served in the facility.
State Highway Administration has confirmed J. F. Fischer, Inc.’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. A 12% MBE Participation goal has been established for this
project, to which the recommended awardee has committed. 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: 23-4354-0111
BOARD OF PUBLIC WORKS THIS ITEM WAS :
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
39
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 20
Contact: Olu Okunola 410-545-8754
ookunola@mdot.maryland.gov
9-RP. STATE HIGHWAY ADMINISTRATION
Real Property Disposition
Recommendation: That the Board of Public Works approve the State Highway
Administration (SHA) disposing real property as it is excess to the agency’s needs.
Authority: Transportation Article, § 8-309 (g)(2)(i)
Annotated Code of Maryland
Property: MC# 23-2813
Charles F. Micciche, Et Al (± 0.549 acres), located West of I-97
and Southwest of Grover Rd. Millersville, Anne Arundel County
Grantor: State of Maryland, SHA
Grantee: Anne Arundel County, Maryland, a body corporate and politic of
the State of Maryland.
Consideration: $75,400
Appraised Value: $75,400 – Janet Dougherty & Mohammad Akbarieh, (Selected)
Neil Mengel, SHA review Appraiser
Requesting Agency Remarks: In 2002, SHA acquired the subject property along I-97 from MD
178 at Dorrs Corner to Brightview Drive. SHA proposes to convey the parcel to Anne Arundel
County through a negotiated sale of $75,400, which is 100% of the appraised value.
_____________________________________________________________________________
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
40
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MD
OT 21
Contact: Olu Okunola 410-545-8754
ookunola@mdot.maryland.gov
10-RP. STATE HIGHWAY ADMINISTRATION
Real Property – Exchange
Recommendation: That the Board of Public Works (BPW) approve the State Highway
Administration (SHA) exchanging real property.
Authority: Transportation Article, § 8-309(f)(1)(i)
Annotated Code of Maryland
Property: MC# 23-2833
Hugh Ronald McTague, (± 1.00 acre), located at 9970 MD 108
(Clarksville Pike), Columbia, Howard County
Grantor: State of Maryland, SHA
Grantee: Howard County, Maryland, a body corporate and politic
Consideration: $0 (see below remarks for details)
Appraised Value: $285,000 – Mohammad Akbarieh, (Selected)
Kathleen Kohler, SHA Review Appraiser
Requesting Agency Remarks: SHA acquired the subject property (0.83-acre in fee, 0.15-acre
easement) in 2021 in conjunction with improvements to the MD Route 108Centennial Lane
intersection. This was parkland that Howard County had previously acquired with Project Open
Space (POS) funding. Therefore, SHA was required to mitigate their acquisition by providing
replacement property to the County that is of a similar size and is adjacent to Centennial Park. The
subject (1-acre) parcel is contiguous to the park and was selected by the County as meeting the
mitigation needs.
SHA proposes to convey the subject property to Howard County to fulfill the mitigation
requirements of the POS funding. There will be no monetary compensation for this transaction
due to SHA and the County exchanging properties of similar value.
BOARD OF PUBLIC WORKS THIS ITEM WA S :
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
41
$1
See next page for Record
Correction Letter dated 3/19/24
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
January 31, 2024
MDOT 22
Contact: Olu Okunola 410-545-8754
ookunola@mdot.maryland.gov
11-RP. STATE HIGHWAY ADMINISTRATION
Real Property – Exchange
Recommendation: That the Board of Public Works approve the State Highway Administration
(SHA) disposing real property as it is excess to the agency’s needs.
Authority: Transportation Article, §8-309 (f)
Annotated Code of Maryland
Property: MC# 23-2849
Board of Commissioners for Calvert County (± 1.199 acres),
Northwest corner of the intersection of MD Route 2 (N. Solomons
Island Rd) and MD Route 402 (Dares Beach Rd), Prince Frederick,
Calvert County
Grantor: State of Maryland, MDOT SHA
Grantee: Armory Square LLC, a Maryland Limited Liability Company
Consideration: $237,700
Appraised Value: $237,700 – Mohammad Akbarieh, (Approved)
Lisa Ward, SHA Review Appraiser
Requesting Agency Remarks: SHA acquired the subject property in 2019 for the
construction of a Stormwater Management (SWM) ‘wet pond’ facility. In accordance with the
terms of an MOU dated 2023, the grantee (Armory Square LLC) will grant an access easement to
SHA, at no cost, allowing SHA to utilize the facility. In continuance of this agreement, Armory
Square LLC, will be responsible for maintaining the SWM facility. SHA proposes to convey the
property to Armory Square LLC, through a negotiated sale of $237,700, which is 100% of the
appraised value. The access easement being granted to SHA contains 0.317 acres.
BOARD OF PUBLIC WORKS THIS ITEM WAS :
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
42
DEPARTMENT OF GENERAL SERVICES
O
FFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Item# Category Pages
1 - 32 Capital Grants and Loans 1 - 32
33 Construction 33 - 34
34 - 40 Services 35 - 51
41 - 47 Information Technology 52 - 68
48 Maintenance 69 - 70
49 Real Property 71 - 72
50 Landlord Lease 73
51 Tenant Lease 74
52 Supplemental: Services 75
53 Supplemental: Tenant Lease 78
54 Supplemental: Services 79
A1-EX Supplemental: Expedited Procurement Request 84
43
OSP 1
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
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 a grant agreement for the
following grant:
Board of Directors of Bloomington Fire Company
Bloomington Fire Company (Garrett County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Bloomington Fire
Company facility, including its gear and equipment storage expansion.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-314, (SL-060-230-038) $ 50,000
Matching Fund: No match is required.
Background: Total Project $ 300,000
23-314 (This Action) $ 50,000 (Non-match)
Local Cost $ 250,000
(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 construction of an addition to the existing fire station with
three new garage bays.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
44
OSP 2
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
2-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 Maryland Institute College of Art
Maryland Independent College and University Association – Maryland Institute College
of Art (Baltimore City)
“For the design, construction, and equipping of renovations to the 81 Mosher
Street Building.”
Maryland Consolidated Capital Bond Loan of 2020 (MISC– Chapter 537, Acts of 2020)
DGS Item 20-G003, (SL-208-200-038) $ 4,000,000
Matching Fund: The matching fund requirement for this grant was removed by House Bill
1374, Acts of 2021, Chapter 576, effective June 1, 2021
Background: Total Project $ 4,350,257
20-G003 (This Action) $ 4,000,000 (Non-match)
Local Cost $ 350,257
(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 HVAC and plumbing upgrades.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
45
OSP 3
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
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 The American Legion, Department of Maryland, Cook-
Pinkney Post No. 141, Inc.
American Legion Post 141 (Anne Arundel County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the American Legion
Post 141 building, including repairs to the building’s roof, located in Anne Arundel
County.”
Maryland Consolidated Capital Bond Loan of 2020 (LSI – Chapter 537, Acts of 2020)
DGS Item 20-262, (SL-210-200-038) $ 25,000
Matching Fund: No match is required.
Background: Total Project $ 50,000
20-262 (This Action) $ 25,000 (Non-match)
Local Cost $ 25,000
(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 repairs and upgrades to the roof.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
46
OSP 4
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
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:
Executive Committee Board of Suitland Post No. 196, Incorporated American
Legion, Department of Maryland
American Legion Post 196 (Prince George’s County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of American Legion Post
196.”
Maryland Consolidated Capital Bond Loan of 2023 (LHI – Chapter 102, Acts of 2023)
DGS Item 600 (SL-080-230-038) $ 235,000
Matching Fund: No match is required.
Background: Total Project $ 235,000
23-600 (This Action) $ 235,000 (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. This project may include structural repairs to American Legion Post No. 196.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
47
OSP 5
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
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:
County Executive and County Council of Anne Arundel County
Brooklyn Park Community Center (Anne Arundel County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of infrastructure
improvements to the Brooklyn Park Community Center, including outdoor
recreational spaces.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC – Chapter 102, Acts of 2023)
DGS Item 373 (SL-078-230-038) $ 500,000
Matching Fund: No match is required.
Background: Total Project $ 25,034,000
23-373 (This Action) $ 500,000 (Non-match)
Local Cost $ 24,534,000
(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 revitalization and repurposing of Brooklyn Heights Park.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
48
OSP 6
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
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:
The Board of Education of Baltimore County
Cockeysville Middle School Electronic Sign (Baltimore County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Cockeysville Middle
School electronic sign.”
Maryland Consolidated Capital Bond Loan of 2023 (LHI – Chapter 102, Acts of 2023)
DGS Item 546 (SL-072-230-038) $ 80,000
Matching Fund: No match is required.
Background: Total Project $ 80,000
23-546 (This Action) $ 80,000 (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. This project may include furnishing and installing the Cockeysville Middle School
electronic sign.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
49
OSP 7
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
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:
Mayor and Town Council of The Town of Accident
Drane House Restoration and Improvement Project (Garrett County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Drane House.”
Maryland Consolidated Capital Bond Loan of 2023 (LHI– Chapter 102, Acts of 2023)
DGS Item 23-572, (SL-069-230-038) $ 50,000
Matching Fund: No match is required.
Background: Total Project $ 50,000
23-572 (This Action) $ 50,000 (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. This project may include the restoration of the oldest residential structure in Garrett
County, the historic Drane House.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
50
OSP 8
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
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 at Drink at the Well Inc.
Drink at the Well Inc. (Baltimore City)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of infrastructure
improvements at the Drink at the Well Inc. facility.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-237, (SL-050-230-038) $ 150,000
Matching Fund: No match is required.
Background: Total Project $ 182,669
23-237 (This Action) $ 150,000 (Non-match)
Local Cost $ 32,669
(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 replacement of the twenty-year-old roof and HVAC system.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
51
OSP 9
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
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:
Board of Directors of Fund for Educational Excellence, Inc.
Dr. Bernard Harris Sr. Property (Baltimore City)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Dr. Bernard Harris
Sr. Property. Notwithstanding Section 1(6) of this Act, the Maryland Historical
Trust may not require a grantee that receives funds from this grant to convey or
grant a perpetual easement.”
Maryland Consolidated Capital Bond Loan of 2022 (MISC– Chapter 344, Acts of 2022)
DGS Item 22-320, (SL-251-220-038) $ 200,000
Matching Fund: No match is required.
Background: Total Project $ 298,000
22-320 (This Action) $ 200,000 (Non-match)
Local Cost $ 98,000
(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, for
the required Maryland Historical Trust review.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include main office renovations and securing vestibules at the Caroline
Street and Eden Street entrances to the school.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
52
OSP 10
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
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 Edgewood Community Support Center, Inc.
EPIC HOPE Expansion (Harford County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Edgewood
Community Support Center.”
Maryland Consolidated Capital Bond Loan of 2023 (LHI– Chapter 102, Acts of 2023)
DGS Item 23-575, (SL-073-230-038) $ 50,000
Matching Fund: No match is required.
Background: Total Project $ 128,472
23-575 (This Action) $ 50,000 (Non-match)
Local Cost $ 78,472
(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 renovation of a 7,000 square foot warehouse into a thrift shop
and food pantry.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
53
OSP 11
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
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:
Board of Trustees of the Frostburg Fire Department, No.1, Inc.
Frostburg Fire Department, No. 1, Inc. (Allegany County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Frostburg Fire
Department, No. 1 facility, including the acquisition of an aerial ladder truck.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-286, (SL-115-220-038) $ 250,000
Matching Fund: No match is required.
Background: Total Project $ 750,000
23-286 (This Action) $ 250,000 (Non-match)
22-328 (Prior Action) $ 500,000 (Non-match)
Local Cost $ 0
(Prior Actions: 2/1/23 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 purchase of a new aerial ladder truck to provide additional
services to the County.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
54
OSP 12
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
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 Glen Burnie Lodge Post 2266 Benevolent and Protective
Order of Elks of the United States of America, Inc.
Glen Burnie Elks Lodge No. 2266 (Anne Arundel County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Glen Burnie Elks
Lodge.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-240, (SL-075-230-038) $ 100,000
Matching Fund: No match is required.
Background: Total Project $ 100,000
23-240 (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. This project may include the flooring, roof replacement and heat exchanges replacement.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
55
OSP 13
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
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:
Mayor and City Council of the City of Hagerstown
Hagerstown Field House (Washington County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Hagerstown Field
House.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC-Chapter 102, Acts of 2023)
DGS Item 23-195, (SL-186-220-038) $ 3,000,000
Matching Fund: No match is required.
Background: Total Project $24,000,000
23-195 (This Action) $ 3,000,000 (Non-match)
22-331 (Prior Action) $ 1,000,000 (Non-match)
Local Cost $20,000,000
(Prior Actions:5 /17/23 Agenda; Item 15 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 the construction of a 114,000 sq. foot indoor recreation facility.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
56
OSP 14
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
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:
Board of Directors of Hospice of the Chesapeake, Inc.
Hospice of the Chesapeake – Rebecca Fortney Inpatient Care Center and Administration
Buildings (Anne Arundel County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Hospice of
Chesapeake – Rebecca Fortney Inpatient Care Center and Administration
Buildings.”
Maryland Consolidated Capital Bond Loan of 2023 (LSI – Chapter 102, Acts of 2023)
DGS Item 639 (SL-079-230-038) $ 200,000
Matching Fund: No match is required.
Background: Total Project $ 245,000
23-639 (This Action) $ 200,000 (Non-match)
Local Cost $ 24,000
(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 furniture and fixture updates/renovations for patient rooms, family
respite and public areas.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
57
OSP 15
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
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:
County Executive and County Council of Howard County
Jug Handle Connector (Howard County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of a Jug Handle
Connector.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-347, (SL-010-220-038) $ 9,000,000
Matching Fund: No match is required.
Background: Total Project $ 18,000,000
23-347 (This Action) $ 9,000,000 (Non-match)
22-356 (Prior Action) $ 9,000,000 (Non-match)
Local Cost $ 0
(Prior Actions: 8/31/2022 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 phase 2 of a 3-part project to extend Symphony Woods Road to
Broken Lane Parkway to create a jug handle to connect to US Route 29.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
58
OSP 16
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
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 a grant agreement for the
following grant:
Board of Directors of Mechanicsville Volunteer Fire Department Incorporated
Mechanicsville Fire Department Campus Solar Installation (St. Mary’s County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Mechanicsville
Volunteer Fire Department.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-720, (SL 081-230-038 ) $ 100,000
Matching Fund: No match is required.
Background: Total Project $ 125,000
23-720 (This Action) $ 100,000 (Non-match)
Local Cost $ 25,000
(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 a full solar energy system to decrease the load
on the electrical grid.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
59
OSP 17
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
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 grants:
Board of Directors of the Sultana Education Foundation, Inc.
Nature Center at Lawrence Wetlands Preserve - Workforce Housing (Kent County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Lawrence Wetlands
Preserve property.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-428, (SL-047-230-038) $ 250,000
Maryland Consolidated Capital Bond Loan of 2023 (LHI– Chapter 102, Acts of 2023)
DGS Item 23-582, (SL-047-230-038) $ 150,000
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-695, (SL-047-230-038) $ 150,000
Matching Fund: No match is required.
Background: Total Project $ 1,500,000
23-428 (This Action) $ 250,000 (Non-match)
23-582 (This Action) $ 150,000 (Non-match)
23-695 (This Action) $ 150,000 (Non-match)
Local Cost $ 950,000
(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 acquisition and improvements of a new property to provide
housing for up to 8 new staff.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
60
OSP 18
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
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:
County Executive and County Council of Anne Arundel County
Overlook Park (Anne Arundel County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of improvements at
Overlook Park.
Maryland Consolidated Capital Bond Loan of 2023 (MISC – Chapter 102, Acts of 2023)
DGS Item 238 (SL-076-230-038) $ 100,000
Matching Fund: No match is required.
Background: Total Project $ 100,000
23-238 (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. This project may include renovations and upgrades to the current facilities to improve the
park.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
61
OSP 19
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
19-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
The Board of Education for Baltimore County
Parkville Middle School Digital Sign (Baltimore County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Parkville Middle
School digital sign.”
Maryland Consolidated Capital Bond Loan of 2023 (LHI– Chapter 102, Acts of 2023)
DGS Item 662 (SL-070-230-038) $ 90,000
Matching Fund: No match is required.
Background: Total Project $ 90,000
23-662 (This Action) $ 90,000 (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. This project may include furnishing and installing a digital sign.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
62
OSP 20
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
20-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 Pearlstone Conference and Retreat Center
Pearlstone Center (Baltimore County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Pearlstone Center’s
Campus in Reisterstown.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC – Chapter 102, Acts of 2023)
DGS Item 283 (SL-028-220-038) $ 500,000
Matching Fund: No match is required.
Background: Total Project $20,186,610
23-283 (This Action) $ 500,000 (Non-match)
22-259 (Prior Action) $ 1,000,000 (Non-match)
21-157 (Prior Action) $ 500,000 (Non-match)
20-173 (Prior Action) $ 1,000,000 (Non-match)
Local Cost $17,186,610
(Prior Actions: 10/12/2022 Agenda, 35-CGL Item)
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 campus renovation and expansion of facilities on the Pearlstone
Campus.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
63
OSP 21
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
21-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 Potomac Fire Company No. 2, Inc.
Potomac Fire Company No. 2- Bay Floor and Gear Storage Enhancements (Allegany
County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Potomac Fire
Company No. 2 facilities.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-313, (SL 074-230-038) $ 50,000
Matching Fund: No match is required.
Background: Total Project $ 75,000
23-313 (This Action) $ 50,000 (Non-match)
Local Cost $ 25,000
(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 safety improvements to the interior and exterior flooring and to
upgrade the lockers of firefighters to make them safer and more efficient.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
64
OSP 22
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
22-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
County Executive and County Council of Anne Arundel County
Tanyard Springs – Park Improvements (Anne Arundel County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of infrastructure
improvements to park space at Tanyard Springs.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC – Chapter 102, Acts of 2023)
DGS Item 292 (SL-077-230-038) $ 250,000
Matching Fund: No match is required.
Background: Total Project $ 6,331,000
23-292 (This Action) $ 250,000 (Non-match)
Local Cost $ 6,081,000
(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 design and construction services for a new active park with sports
fields, restrooms, parking, pavilion, playground, utilities, sidewalks, SWM, landscape and
related amenities.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
65
OSP 23
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
23-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
The Board of Education for Baltimore County
Timonium Elementary School Electronic Sign (Baltimore County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Timonium
Elementary School electronic sign.”
Maryland Consolidated Capital Bond Loan of 2023 (LHDI– Chapter 102, Acts of 2023)
DGS Item 554 (SL-071-230-038) $ 80,000
Matching Fund: No match is required.
Background: Total Project $ 80,000
23-554 (This Action) $ 80,000 (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. This project may include furnishing and installing a digital sign.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
66
OSP 24
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
24-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Montgomery County, MD
Zero Emissions Buses (Montgomery County)
“For the acquisition of electric battery or fuel cell buses.”
Maryland Consolidated Capital Bond Loan of 2022 (MISC– Chapter 344, Acts of 2022)
DGS Item 22-393, (SL-259-220-038) $ 8,800,000
Matching Fund: No match is required.
Background: Total Project $25,945,000
22-393 (This Action) $ 8,800,000 (Non-match)
Local Cost $17,145,000
(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 acquisition of zero emission buses to help the county achieve its
non-auto-driver mode share (NADMS) goals.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
67
OSP 25
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
25-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Montgomery County, MD
Oak Drive and MD 27- Pedestrian Upgrades (Montgomery County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the pedestrian upgrades
on Oak Drive and MD 27.”
Maryland Consolidated Capital Bond Loan of 2022 (MISC– Chapter 344, Acts of 2022)
DGS Item 22-444, (SL-257-220-038) $ 1,000,000
Matching Fund: No match is required.
Background: Total Project $11,095,000
22-444 (This Action) $ 1,000,000 (Non-match)
Local Cost $10,095,000
(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 construction of a concrete sidewalk along multiple streets in
Montgomery County.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
68
OSP 26
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
26-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Montgomery County, MD
Bowie Mill Bike Trail (Montgomery County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Bowie Mill Biker
Trail.”
Maryland Consolidated Capital Bond Loan of 2022 (MISC– Chapter 344, Acts of 2022)
DGS Item 22-307, (SL-253-220-038) $ 1,500,000
Matching Fund: No match is required.
Background: Total Project $ 20,706,000
22-307 (This Action) $ 1,500,000 (Non-match)
Local Cost $ 19,206,000
(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 design and construction of a new eight- to ten-foot-wide side
path for 3.3 miles along Bowie Mill Road from Olney Laytonsville Road (MD 108) to
Muncaster Mill Road (MD 115) and continues along Muncaster Mill Road to Needwood
Road. The project may also provide a new pedestrian bridge over Rock Creek North Branch.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
69
OSP 27
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
27-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Montgomery County, MD
Great Seneca Science Corridor (Montgomery County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of Great Seneca Science
Corridor.”
Maryland Consolidated Capital Bond Loan of 2022 (MISC– Chapter 344, Acts of 2022)
DGS Item 22-364, (SL-258-220-038) $ 2,500,000
Matching Fund: No match is required.
Background: Total Project $25,945,000
22-364 (This Action) $ 2,500,000 (Non-match)
Local Cost $23,445,000
(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 design and implementations of Phase 1 transit improvements to
support the Great Seneca Science Corridor and surrounding areas.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
70
OSP 28
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
28-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Montgomery County, MD
Montgomery County Route 355 Bus Rapid Transit Project (Montgomery County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Montgomery County
Route 355 Bus Rapid Transit Project.”
Maryland Consolidated Capital Bond Loan of 2021 (MISC– Chapter 63, Acts of 2021)
DGS Item 21-249, (SL-231-210-038) $ 6,000,000
Matching Fund: No match is required.
Background: Total Project $368,270,000
21-249 (This Action) $ 6,000,000 (Non-match)
Local Cost $362,270,000
(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 design and construction of a new Bus Rapid transit line on
MD355.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
71
OSP 29
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
29-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Montgomery County, MD
Montgomery County Bus Rapid Transit Project (Montgomery County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Montgomery County
Bus rapid Transit Project, including, but not limited to, capital improvements on
Route 355, Route 29, and Veirs Mill Road, provided that $2,000,000 of this
authorization may be used only for the purpose of planning for Route 29 Bus Rapid
Transit Flash Line Pedestrian and Bike Access north of Randolph Road. Funds not
expended for this restricted purpose may not be used for any other purpose and
shall be deauthorized.”
Maryland Consolidated Capital Bond Loan of 2022 (MISC– Chapter 344, Acts of 2022)
DGS Item 22-362, (SL-260-220-038) $ 63,400,000
Matching Fund: No match is required.
Background: Total Project $518,662,000
22-362 (This Action) $ 63,400,000 (Non-match)
Local Cost $455,262,000
(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 design and implementation of a Bus rapid transit project.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
72
OSP 30
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
30-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Montgomery County, MD
Norwood Road Bike Path – Ashton Forest Terrace (Montgomery County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Norwood Bike Trail
from Ashton Forest Road to Route 108.”
Maryland Consolidated Capital Bond Loan of 2022 (MISC– Chapter 344, Acts of 2022)
DGS Item 22-389, (SL-256-220-038) $ 2,000,000
Matching Fund: No match is required.
Background: Total Project $ 2,000,000
22-389 (This Action) $ 2,000,000 (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. This project may include construction of a shared-use path along Norwood Road between
Ashton Forest Way and MD Route 108.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
73
OSP 31
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
31-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Montgomery County, MD
Norwood Road Bike Path (Montgomery County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Norwood Bike Trail
from New Hampshire Road to Norbeck Road.”
Maryland Consolidated Capital Bond Loan of 2022 (MISC– Chapter 344, Acts of 2022)
DGS Item 22-388, (SL-255-220-038) $ 4,000,000
Matching Fund: No match is required.
Background: Total Project $ 4,000,000
22-388 (This Action) $ 4,000,000 (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. This project may include construction of a shared-use path along Norwood Rd from New
Hampshire Ave (MD 650) to Norbeck Road. The proposed shared-use path will be along the
west (southbound) side of Norwood Road from New Hampshire Avenue (MD 650) to
approximately 600 feet north of Eubie Blake for a total length of approximately 6,300 linear
feet.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
74
OSP 32
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
32-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Montgomery County, MD
Cherry Hill Road Bike facility (Montgomery County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the bike facility project
along Cherry Hill Road, from US 29 to the Montgomery County and Prince
George’s County border.”
Maryland Consolidated Capital Bond Loan of 2022 (MISC– Chapter 344, Acts of 2022)
DGS Item 22-495, (SL-254-220-038) $ 4,000,000
Matching Fund: No match is required.
Background: Total Project $ 4,000,000
22-495 (This Action) $ 4,000,000 (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. This project may include planning, design, and construction of bike facilities along
Randolph and Cherry Hill Road from Old Columbia Pike to the Montgomery/Prince
George's County line.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
75
OSP 33
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Courtney League 410-767-5516
courtney.league@maryland.gov
33-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: HVAC/Boiler & Related Services
Contract No.: DGS-19-301-IQC
Approved: DGS 1-C, 06/17/2020
Term: 06/18/2020 - 06/17/2025
*As of publication, the remaining balance of this master contract is $16,925,900.
1.1 Using Agency: Department of Health
Description: HVAC/Mechanical Duct Modifications to add exhaust fans,
louvers, dampers, duct, air devices, insulation, and controls to provide negative and
positive pressure at Deer’s Head Hospital in Salisbury; H-453-223-003
Award: Patapsco Mechanical, LLC; Hanover, MD (SBE)
Number of Qualified
Master Contractors: 3
Number of Bids: 1 (Single Bid Received)
Bid:
Bidder
Amount
Patapsco Mechanical, LLC; Hanover, MD
$322,687
Amount: $322,687
Term: 90 Calendar Days
MBE/VSBE Participation: 10.2% / 0%
Fund Source: 100% General Funds
Resident Business: Yes
76
OSP 34
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
33-C. CONSTRUCTION CONTRACT (cont’d)
Agency Remarks: The engineer’s cost estimate for this project is $156,289. During
design meetings with MDH it was determined, after the issuance of the engineer’s
estimate, that some new ceilings, custom windows, and additional duct needed to be
added. These changes added $93,700 to the estimated cost. Additionally, DGS has been
experiencing a considerable increase in cost for equipment, materials, and skilled labor.
These costs on average are almost double from prior years. DGS has determined the bid
of $322,687 to be fair and reasonable.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
77
OSP 35
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Nneka Willis Gray 410-767-7675
nneka.willisgray@maryland.gov
34-S. SERVICES CONTRACT
Department of Human Services, Social Services Administration
Contract ID: Out-of-State Residential Childcare Services; SSA/OOS-24-005
ADPICS No.: N00B4600187
Contract Description: Continuation of services for one youth placed with the provider.
Award: UHS of Savannah, LLC/dba Coastal Harbor Treatment Center;
Savannah, GA
Contract Term: 02/01/2024 - 01/31/2026
Amount: $438,600
Procurement Method: Sole Source
Living Wage Eligible: No
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Incumbent: Same
Requesting Agency Remarks: This youth was originally placed via a small procurement approved
on October 18, 2023, within the Department’s delegation.
UHS of Savannah, LLC/dba Coastal Harbor Treatment Center is a previously contracted out of
state provider. The State started a new contract and the youth is currently stable. The 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 onsite monitoring visits by the Social Services
Administration Contracts Unit.
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.
78
OSP 36
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
34-S. SERVICES CONTRACT (cont’d)
Requesting Agency Remarks (cont’d):
The proposed price for this contract is fair and reasonable because the price is set by Maryland
State Department of Education using the same established methodology in price setting for
facilities located outside of the State of Maryland. The Division of Special Education/Early
Intervention Services (DSE/EIS), Nonpublic Special Education Section provides oversight for this
work.
Fund Source: 100% General Funds
Approp. Code: N00G0001
Resident Business: No
MD Tax Clearance: 23-4809-0000
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
79
OSP 37
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Alison Barry 667-203-9095
alison.barry@maryland.gov
35-S. SERVICES CONTRACT
Department of Health
Contract ID: Regional Agency Nurse Services; MDH/OCMP# 24-20792
ADPICS No.: M00B4600337
Contract Description: Agency nurse services for three facilities, Deer’s Head Hospital Center
(DHHC), Holly Center (HC), and Eastern Shore Hospital Center (ESHC).
Awards: Access Nursing Services; Lutherville, MD
Royal Home Care and Staffing; Odenton, MD (MBE) (SBE)
Maxim HealthCare Staffing; Columbia, MD
Supplemental HealthCare; Amherst, NY
Favorite HealthCare Staffing; Overland Park, KS
World Wide Travel Staffing; Tonawanda, NY
Shore Staffing, Inc.; Marion, MD (MBE) (SBE)
Contract Term: 02/01/2024 - 01/31/2029
Amount: $17,636,857.84
Procurement Method: Competitive Sealed Bidding
Bids: - Deer’s Head Hospital
Bidders
Amounts
Access Nursing Services; Lutherville, MD
$12,120,540.05
Royal Home Care and Staffing; Odenton, MD
$12,362,689.37
Maxim HealthCare Staffing; Columbia, MD
$13,507,494.19
Supplemental HealthCare; Amherst, NY
$13,528,417.47
Favorite Staffing; Overland Park, KS
$14,849,482.00
World Wide Travel Staffing; Tonawanda, NY
$15,167,780.00
Shore Staffing, Inc.; Marion, MD
$15,426,556.00
We Care Staffing Solutions; Avon, NY
$15,452,400.00
Careerstaff Unlimited, LLC; Bala Cynwyd, PA
$15,588,688.00
Prime Time HealthCare; Omaha, NE
$16,024,171.00
Delta T. Group; Columbia, MD
$16,224,273.31
Aura Staffing Partners, Chicago; Chicago, IL
$16,405,813.00
Larods Medical Services; Hanover, MD
$17,979,994.46
80
OSP 38
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
35-S. SERVICES CONTRACT (cont’d)
Bids: - Deer’s Head Hospital (cont’d):
Adelphi Medical Staffing, LLC; Kennesaw, MD
$19,057,444.00
Sunbelt Staffing, LLC; Oldsmar, FL
$19,891,180.43
AB Staffing Solutions; Savage, MD
$20,047,140.00
Total Med Staffing; Southern Pines, N
$20,095,754.56
Lance Soft, Inc.; Herndon, VA
$20,763,546.83
Hamilton Staffing Solutions; Clermont, FL
$22,679,415.00
Greenstaff Medical Staffing; Plano, TX
$24,285,827.00
CNE Medical Staffing, Inc.; Towson, MD
$27,032,974.50
Critical Medical Solutions; St. Louis, MO
$33,016,420.00
Bids: - Holly Center
Bidders
Amounts
Access Nursing Services; Lutherville, MD
$12,120,540.05
Royal Home Care and Staffing; Odenton, MD
$12,362,689.07
Maxim HealthCare Staffing; Columbia, MD
$13,507,494.19
Supplemental HealthCare; Amherst, NY
$13,528,417.47
Favorite HealthCare Staffing; Overland Park, KS
$14,849,482.00
World Wide Travel Staffing; Tonawanda, NY
$15,167,780.00
Shore Staffing, Inc.; Marion, MD
$15,426,556.00
We Care Staffing Solutions; Geneseo, NY
$15,452,556.00
Career Staff Unlimited, LLC; Irving, TX
$15,588,688.00
Prime Time HealthCare; Omaha, NE
$16,024,171.00
Delta T. Group; Columbia, Md
$16,224,273.31
Aura Staffing Partners, Chicago; Chicago, IL
$16,405,813.00
Larods Medical Services Hanover, MD
$17,979,994.46
Adelphi Medical Staffing, LLC; Kennesaw, MD
$19,057,444.00
Sunbelt Staffing, LLC; Oldsmar, FL
$19,891,180.43
AB Staffing Solutions, Savage, MD
$20,047,140.00
Total Med Staffing; Southern Pines, NC
$20,095,754.56
Lance Soft, Inc.; Herndon, VA
$20,763,546.83
Hamilton Staffing Solutions; Clermont, FL
$22,679,415.00
Greenstaff Medical Staffing; Plano , TX
$24,285,827.00
CNE Medical Staffing, Inc.; Towson, MD
$27,032,974.50
Critical Medical Solutions; St. Louis, MO
$33,016,420.00
81
OSP 39
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
35-S. SERVICES CONTRACT (cont’d)
Bids: - Eastern Shore
Bidders
Amounts
Access Nursing Services; Lutherville, MD
$12,120,540.15
Royal Home Care and Staffing; Odenton, Md
$12,362,689.37
Maxim HealthCare Staffing; Columbia, MD
$13,507,494.19
Supplemental HealthCare; Amherst, NY
$13,528,417.47
Favorite HealthCare Staffing; Overland Park,
KS
$14,849,482.00
World Wide Travel Staffing; Tonwanda, NY
$15,167,780.00
Shore Staffing, Inc.; Marion, MD
$15,426,556.00
We Care Staffing Solutions; Avon, Ny
$15,452,400.00
Career Staff unlimited, LLC; Bala Cynwyd, PA
$15,588,688.00
Prime Time Healthcare; Omaha, NE
$16,024,171.00
DeltaT Group; Columbia, MD
$16,224,273.31
Aura Staffing Partners, Chicago; Chicago, IL
$16,405,813.00
Larods Medical Services; Hanover, Md
$17,979,994.46
Adelphi Medical Staffing, LLC; Kennesaw, MD
$19,057,444.00
Sunbelt Staffing, LLC; Oldsmar, FL
$19,891,180.43
AB Staffing Solutions; Savage, MD
$20,047,140.00
Total Med Staffing; Southern Pines, NC
$20,095,754.56
Lance Soft, Inc.; Herndon, VA
$20,763,546.83
Hamilton Staffing Solutions; Clermont, FL
$22,679,415.00
Greenstaff Medical Staffing; Plano, TX
$24,285,827.00
CNE Medical Staffing, Inc; Towson, MD
$27,032,974.50
Critical Medical Solutions; St. Louis, MO
$33,016,420.00
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
100% (Awardee is an MBE - Royal Home Care and Staffing and
Shore Staffing, Inc.)
Performance Security: No
Hiring Agreement Eligible: Yes
Incumbents: Worldwide Travel Staffing, Limited, Tonawanda, NY
Shore Staffing, Marion, MD
82
OSP 40
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
35-S. SERVICES CONTRACT (cont’d)
Requesting Agency Remarks: A notice of availability of an Invitation for Bids (IFB) was posted
to eMaryland Marketplace Advantage (eMMA) on April 12, 2023. Thirty bids were received and
opened on June 1, 2023 and eight bids were rejected. Two for not meeting the minimum
qualifications for the number of years in business, five for being for not submitting a complete bid
package, no references, not providing requested information to complete the vetting of offers and
not submitting a completed contract document when requested to do so, and one for legal
insufficiency due to the number of past and current lawsuits. The solicitation allowed up to ten
awardees and seven were selected for an award. Additional awards would exceed the budgets for
the programs. The solicitation included a base rate and an Emergency Declaration Rate (EDR).
The emergency declaration rate has specific measures to be met before this rate can be placed into
effect. The Not to Exceed (NTE) is based on the full rates proposed for the base and EDR if needed.
The amount of $17,636,857.84 is the total of the base and escalated rates of the seventh highest
recommended award. The other 15 bids exceeded the amount.
Deer’s Head Hospital Center provides services as a last resort to individuals who require Long-
Term Acute Care services including specialized brain injury services as well as to individuals who
require Skilled Nursing Facility services. Holly Center provides Immediate Care Facility for
Individuals with Intellectual Disabilities as well as a Day Program, Recreation, Dental and
Ancillary Therapy Services. Eastern Shore Hospital Center provides Inpatient Mental Health as
well as Inpatient and Outpatient Forensic services. In order to comply with the required staffing
ratios, the contractors will provide temporary and supplemental/backup Registered Nurses (RNs),
Licensed Practical Nurses (LPNs), Geriatric Nursing Assistants (GNAs), Direct Care Assistants
(DCAs) and Certified Nurse Assistants (CNAs) to Deer’s Head Hospital Center, Holly Center, and
Eastern Shore Hospital Center.
The procedure for determining usage assignments among the awardees is that the contractor with
the lowest bid price by nurse classification (RN, LPN or GNA) will be given the opportunity to
provide staff or the right of first refusal. If the contractor is unable to perform the requested
services, the contractor with the next lowest bid price will be asked to provide the requested
services.
DBM provided a memo stating Agency Nurse Services Solicitation is exempt from SPP § 13-402
under the provisions of SPP §13-404 (b)(1) because no State employees are available to perform
this service.
MBE and VSBE participation was not established for this contract because there are no
subcontracting opportunities available due to work orders are for a single resource, and MBEs and
VSBEs were encouraged to be prime contractors.
83
OSP 41
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
35-S. SERVICES CONTRACT (cont’d)
Fund Source: 100% General Funds
Approp. Code: 32.09.04.01
Resident Business: Yes
MD Tax Clearance: 23-3126-0111 - Access Nursing Services
23-3128-0100 - Royal Home Care and Staffing
23-3125-1110 - Maxim HealthCare Staffing
23-3123-1111 - Supplemental HealthCare
23-3121-0111 - Favorite HealthCare Staffing
23-3127-0111 - World Wide Travel Staffing
23-3124-0101 - Shore Staffing, Inc.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
84
OSP 42
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Alison Barry 410-767-09741
alison.barry@maryland.gov
36-S. SERVICES CONTRACT
Department of Health
Contract ID: Management of Pharmacy Reimbursement Methodology; OCMP-22-10547
ADPICS No.: M00B4600496
Contract Description: State Actual Acquisition Cost (SAAC) surveys and cost of dispensing
(COD) surveys.
Award: Myers and Stauffer LC; Owings Mills, MD
Contract Term: 02/01/24 - 02/01/29 (w/two 1-year renewal options)
Amount: $3,409,472 NTE (Base Term)
$ 702,353 NTE (Renewal, Option No. #1)
$ 702,353 NTE (Renewal Option No. #2)
$4,814,178 NTE Total
Procurement Method: Competitive Sealed Proposals (Single Proposal Received)
Proposal:
Offeror
Technical
Ranking
Financial Offers
(Ranking)
Overall
Ranking
Myers and Stauffer LC Owings Mills, MD
1
$4,814,178 (1)
1
*Technical rankings were weighted greater than financial rankings.
Living Wage Eligible: Yes
MBE/VSBE Participation: 15% / 0%
Performance Security: No
Incumbent: Same
Requesting Agency Remarks: A notice of the availability of the Request for Proposals (RFP) was
advertised on eMaryland Marketplace Advantage (eMMA) on March 22, 2023. A total of 15
potential contractors received notice of the solicitation. One proposal was received and opened on
May 8, 2023 and it was determined to be reasonably susceptible of being selected for award. The
recommended offeror Myers and Stauffer LC was determined to be most advantageous to the State.
85
OSP 43
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
36-S. SERVICES CONTRACT (cont’d)
Agency Remarks (cont’d):
Myers and Stauffer LC. was able to demonstrate strong qualifications and capabilities. They have
five decades of experience in average actual cost (AAC) methodology and State Actual
Acquisition Cost methodology (SAAC).
Myers and Stauffer LC. also proposed a work plan which includes a pharmacy reimbursement help
desk service that uses a proprietary help desk tracking system. This system serves as a program-
performance monitoring tool for MDH. Myers and Stauffer LC. also uses a help desk process with
three levels of review to ensure provider concerns are considered appropriately.
They use survey-based methodology to collect and compile acquisition cost data for state-specific,
Medicaid-participating pharmacies, to determine actual prices paid to purchase drugs. This ensures
characteristics unique to a state’s providers are taken into consideration and mitigates potential
criticism that rates are not reflective of providers’ actual experience.
Additional services resulted in a higher price than the prior contract with Myers and Stauffer LC.
for similar services. In 2017 the price was $2,047698. Given the additional services, the price of
$3,409,472 is determined to be fair and reasonable.
This contract originally included 5% MBE participation and Myers and Stauffer LC agreed to
exceed the participation by 10% and achieved 15 % participation.
Fund Source: 50% Federal Funds, 50% General Funds
Approp. Code: 32.17.01.03
Resident Business: Yes
MD Tax Clearance: 23-3896-1101
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
86
OSP 44
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Memory Hewlett 410-767-8374
mhewl[email protected]aryland.gov
37-S-OPT. SERVICES RENEWAL OPTION
Maryland Transit Administration
Contract ID: Professional Mobility Certification Services for Paratransit Program; MOL-20-
001-SR
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 MDOT MTA’s American 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 options)
Option Term: 02/01/2024 - 01/31/2025
Original Contract Amount: $6,455,160 NTE
Option Amount: $2,225,175
Prior Options/Mods: $ 0 (Mod. #1: Extension 08/12/2023 - 10/26/2023
Delegated Authority - MTA 08/10/2023)
$50,000.00 (Mod. #2: Extension 10/27/2023 - 01/31/2024
Delegated Authority - MTA 10/27/2023)
Total Contract Amount: $8,730,335
Percent +/- (This Item): 34.47%
Total Percent Change: 35.25%
Original Procurement Method: Competitive Sealed Bidding
Living Wage Eligible: Yes
87
OSP 45
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
37-S-OPT. SERVICES RENEWAL OPTION (cont’d)
MBE/VSBE Participation: 34% / 0%
MBE/VSBE Compliance: 17.260% / 0%
Requesting Agency Remarks: As required by the Americans with Disabilities Act, 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 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.
IPS Lynx, Inc., the original awardee and Institute of Health and Human Performance, Inc. dba
Biokinetix have executed a novation agreement in recognition of an acquisition.
The vendor is currently not achieving the required MBE participation due to issues related to the
COVID-19 pandemic. The vendor began working with an MBE subcontractor once again which
will increase their MBE compliance. The vendor is minority-owned and is currently seeking MBE
certification. A Corrective Action Plan from the contractor has been submitted to outline their
approach for increasing MBE participation.
Fund Source: 100% Special Funds (Transportation Trust Funds)
Approp. Code: J05H0102
Resident Business: No
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
88
OSP 46
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Amanda Sadler 301-429-7780
amanda.sadler@maryland.gov
38-S-OPT. SERVICES RENEWAL OPTION
Department of Housing and Community Development, Community
Development Administration Energy Programs
Contract ID: Evaluation, Measurement, and Verification of Energy Efficiency Program’s
Services; S00R1600010
ADPICS No.:COK35183
Contract Approved: DGS 22-S, 01/26/2022
Contract Description: Annual evaluation, measurement, and verification services under the
EmPOWER Maryland Program, and other energy efficiency programs such as Washington Gas
Light, Federal Department of Energy Weatherization Assistance Program, DHCD Maryland
Energy Assistance Program.
Option Description: Exercise the first renewal option.
Award: The Cadmus Group; Waltham, MA
(Local office in Bethesda, MD)
Original Contract Term: 01/26/2022 - 01/25/2024 (w/two 1-year renewal options)
Option Term: 02/17/2024 - 02/16/2025
Original Contract Amount: $ 964,152 NTE
Option Amount: $ 496,538.28
Prior Mods/Options: $0 (Mod.#1: Extension 01/26/2024 - 02/16/2024 to correct the end
date of the base term. Delegated Authority - DHCD, 06/15/2022)
$175,000 (Mod.#2: Increase contract amount due to PSC Order
90546, HB169, and the Hancock Database development. DGS 30-
S-MOD, 01/03/2024 )
Total Contract Amount: $1,635,690.28
Percent +/- (This Item): 51.50%
Total Percent Change: 69.65%
Original Procurement Method: Competitive Sealed Bidding
89
OSP 47
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
38-S-OPT. SERVICES RENEWAL OPTION (cont’d)
Living Wage: Yes
MBE/VSBE Participation: 10% / 0%
MBE/VSBE Compliance: 5.916% / 0%
Hiring Agreement Eligible: Yes
Requesting Agency Remarks: The contractor is currently conducting evaluations of homes with
electric heating systems.  This option will ensure services provided under this contract continue.
Also, HB169 as supported by the Public Service Commission (PSC) Order increased DHCD's
programs by approximately four times its current size and reduced the timeframe for developing
the plan.
DHCD is in the middle of implementing a new Hancock Energy Programs database. Hancock
requires support with translating the Technical Reference Manual (TRM) data to a digestible
format that can then be programmed into the new database. The timing and technical assistance
Hancock requires is beyond the abilities of staff to achieve within the timeframe necessary to keep
it on track for bringing the database on-line in a timely manner and before the start of the next
EmPOWER program cycle.
The Cadmus Group has submitted a Corrective Action Plan for meeting their MBE participation
goal and is committed to seeking opportunities to increase roles and project workshare assigned to
MBE subcontractors. They will continue to work with DHCD in identifying roles to increase
progress toward the participation requirement. The MBE subcontractors identified certain
efficiencies when completing their tasks that enabled them to complete work with fewer hours at
a lower cost than originally anticipated, resulting in a lower MBE participation. Cadmus has
demonstrated good faith efforts to comply with the contract’s MBE goal by allocating additional
tasks to the subcontractors.
Fund Source: 100% Special Funds (EmPOWER Maryland)
Approp. Code: S00A2504 Resident Business: Yes
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
90
OSP 48
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Paul Dickman 301-429-7697
paul.dickman@maryland.gov
39-S-OPT. SERVICES RENEWAL OPTION
Department of Housing and Community Development,
Office of Public Information
Contract ID: Media Buying Services; S00R0600028
ADPICS No.: COK32398
Contract Approved: DGS 9-S, 3/24/2021.
Contract Description: Media buying services in traditional advertising mediums such as
television, radio, newspapers, and bus terminals serving the Department of Housing and
Community Development’s programs that require public outreach, primarily the Maryland
Mortgage Program.
Option Description: Exercise the third and final 1-year renewal option.
Award: Red House Communications, Inc.; Pittsburgh, PA (MBE) (SBE)
Original Contract Term: 04/08/2021 - 02/28/2022 (w/three 1-year renewal options)
Option Term: 03/01/2024 - 02/28/2025
Original Contract Amount: $280,000
Option Amount: $283,000
Prior Mods/Options: $281,000 (Renewal Option #1 03/01/2022 - 02/28/2023 DGS 27-
S-OPT, 01/05/2022)
$282,000 (Renewal Option #2 03/01/2023 - 02/29/2024 DGS 42-
S-OPT, 01/25/2023)
$100,000 (Mod. #1 Add additional funding to include advertising
the Housing Assistance. DGS 30-S-MOD, 07/05/2023)
Total Contract Amount: $1,226,000
Percent +/- (This Item): 101.07%
Total Percent Change: 337.86%
Original Procurement Method: Competitive Sealed Proposals
REVISED
91
OSP 49
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
39-S-OPT. SERVICES RENEWAL OPTION (cont’d)
MBE/VSBE Participation: 100% (Awardee is an MBE) / 0%
MBE/VSBE Compliance: 100% (Awardee is an MBE) / 0%
Requesting Agency Remarks: DHCD is satisfied with the contractor’s performance and it is in
the State’s best interest to exercise the renewal option.
Fund Source: 100% Special Funds (General Bond Reserve Fund)
Approp. Code: S00.A25.03
Resident Business: No
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
92
OSP 50
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Alison Barry 677-203-9095
alison.barry@maryland.gov
40-S-MOD. SERVICES MODIFICATION
Department of Health, Office of Long-Term Services and Support
Contract ID: Utilization Control of Selected Hospital, Nursing Facility, and Home and
Community Services Reimbursed by the Maryland Medicaid Program; MDH-OPASS 16-14617
ADPICS No.: COK32669
Contract Approved: DBM 4-S, 01/27/2016
Contract Description: Provide utilization reviews in selected hospitals, nursing facilities, and
home and community services reimbursed by the Maryland Medicaid Program.
Modification Description: Extend the contract to continue utilization review services during the
implementation period of the new contract. Also add a six month renewal option.
Award: Telligen Inc. West Des Moines, IA
Original Contract Term: 02/01/2016 - 01/31/2019 (w/two 1-year renewal options)
Modification Term: 02/01/2024 - 07/31/2024 (w/one 6-month renewal option)
Original Amount: $25,755,742.00
Modification Amount: $5,197,721.52
$5,197,721.51 (Renewal Option #3)
10,395,443.03 Total
Prior Options/Mods: $ 0 (Mod. #1 MBE addition, Delegated Authority – MDH
07/16/2018)
$0 (Mod. #1 MBE addition, MDH 07/16/2018)
$ 9,053,327.42 (Renewal Option #1: 02/01/2019 - 01/31/2020;
DBM 24-S-OPT, 12/19/2018)
$ 0 (Mod. #2: MBE addition, Delegated Authority – MDH
03/01/2019)
$ 9,337,996.88 (Renewal Option #2: 02/01/2020 - 01/31/2021;
DGS 31-S-OPT, 01/29/2020)
$ 9,795,832.01 (Mod. #3: Extension 02/01/2021 - 01/31/2022;
DGS 15-S-MOD, 01/06/2021)
$ 9,991,727.95 (Mod. #4 Extension 02/01/2022 - 01/31/2024 DGS
30-S-MOD, 01/05/2022
REVISED
93
OSP 51
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
40-S-MOD. SERVICES MODIFICATION (cont’d)
Total Contract Amount: $69,132,347.78
Percent +/- (This Item): 20.18%
Total Percent Change: 168.42%
Original Procurement Method: Competitive Sealed Proposals
Living Wage Eligible: Yes
MBE/VSBE Participation: 33% / 1%
MBE/VSBE Compliance: 35.32% / 2.50%
Performance Security: No
Requesting Agency Remarks: A new procurement was awarded in July 2023; however, there is a
risk of a gap in meeting State obligations without an extension until the design, development, and
implementation phase of the new contract is complete. Without this contract, providers will be
unable to provide and bill for acute, community, and long-term care services.
Fund Source: 25% General Funds, 75% Federal Funds
Approp. Code: 32.17.01.03
Resident Business: No
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
94
OSP 52
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Patti Tracey 410-260-7220
ptracey@marylandtaxes.gov
41-IT. INFORMATION TECHNOLOGY
Comptroller of Maryland
Contract ID: Mainframe Software Support for Enterprise Cobol; E00B4600010
ADPICS No.: E00B4600010
Contract Description: Mainframe technical support for IBM Service Extension for Enterprise
COBOL for z/OS, Software. The Annapolis Data Center staff utilize the support services to keep
the mainframe up to date or restore it.
Award: IBM Corporation; Baltimore, MD
Contract Term: 02/01/2024 - 01/31/2025
Amount: $130,000
Procurement Method: Sole Source (Proprietary)
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Incumbent: Same
Requesting Agency Remarks: IBM is the software developer and retains proprietary and
copyright privileges associated with the software. IBM Corporation is the only vendor that can
provide the requested software maintenance and support services. This Support Extension
provides defect support on IBM products which have reached end of life and provides fixes for
new problems.
Pricing for this IBM Service Extension software is not available on a GSA schedule for comparison
of prices. The current three-month contract for this service is $37,500. For this one-year contract,
IBM has reduced its price by 13.3% or $32,500 per quarter. The price has been determined to be
fair and reasonable.
Due to the proprietary nature of this contract, no MBE or VSBE subcontracting opportunities are
available.
95
OSP 53
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
41-IT. INFORMATION TECHNOLOGY (cont’d)
Fund Source: 100% Reimbursable (ADC Agencies)
Approp. Code: E00A1001
Resident Business: Yes
MD Tax Clearance: 23-4379-1111
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
96
OSP 54
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Memory Hewlett 410-767-8374
mnewl[email protected]aryland.gov
42-IT. INFORMATION TECHNOLOGY
Department of Transportation, Maryland Transit Administration
Contract ID: HiPath, Session Initiation Protocol and Remote Solutions; AGY-21-026-IT
ADPICS No.: J05B4600006
Contract Description: Software updates for the Mobility Contact Center (MOCC) and the
Transit Information Call Center (TICC).
Award: Unify, Inc.; Boca Raton, FL
Contract Term: 02/15/2024* - 07/31/2025 (*Or earlier upon BPW approval)
Amount: $328,661.21
Procurement Method: Sole Source (Proprietary)
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Incumbent: N/A
Requesting Agency Remarks: MTA currently uses Primary Rate Interface (PRI) trunks, a soon-
to-be-obsolete technology, as part of their communications system. This contract will allow MTA
to transition to Session Initiation Protocol (SIP) trunks, an industry standard for initiating,
maintaining, modifying, and terminating real-time communications sessions between Internet
devices. SIP makes it possible for devices on networks to communicate through voice, messaging,
video, and other applications. This transition will increase the system’s switch capacity in terms
of the number of simultaneous calls the agency can handle and allow employees to have the option
to work remotely. Also provides the replacement of 16 servers from 2008 and upgrade of the
OpenScape software.
Unify, Inc. is the original developer of the proprietary interfaces for the MOCC and TICC that
were created and customized for MTA. The proprietary nature of the interface prevents other
vendors from being able to maintain the equipment and Unify, Inc. remains the sole source vendor.
MTA has determined that the price offered is fair and reasonable for the services to be provided,
based on historical pricing for similar projects.
97
OSP 55
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
42-IT. INFORMATION TECHNOLOGY (cont’d)
Agency Remarks (cont’d):
No MBE or VSBE participation was established for this contract due to the single element required
within the scope of work and the subsequent lack of subcontracting opportunities.
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 Funds (Transportation Trust Funds)
Approp. Code: J05H0105
Resident Business: No
MD Tax Clearance: 23-3702-1001
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
98
OSP 56
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Amanda Hendrix 443-469-5780
amandam.hendrix@maryland.gov
43-IT. INFORMATION TECHNOLOGY
Department of Public Safety and Correctional Services
Contract ID: Mainframe Monthly License Fees; Q00P4601385
ADPICS No.: Q00P4601385
Contract Description: Monthly license fees for the mainframe operating system located at the
Public Safety Data Center. This mainframe hosts critical subsystems that provide law
enforcement and the Criminal Justice Information System (CJIS) with a programming language,
messaging system, and other high utility programs.
Award: IBM Corporation; Armonk, NY
Contract Term: 02/01/2024 - 12/31/2024
Amount: $574,425.56
Procurement Method: Sole Source (Proprietary)
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Hiring Agreement Eligible: Yes
Incumbent: Same
Requesting Agency Remarks: IBM Corporation is the sole owner and licensor of the proprietary
mainframe and distributed software products and is the only vendor that can provide the required
software license. Only the contractor has access to the source code of these proprietary products.
Resellers do not have access to the source code.
This mainframe and operating system is critical to the development, implementation, and
execution of applications used on a daily basis by law enforcement, correctional, and CJIS
communities. Without this contract, the Department cannot maintain these critical applications,
systems, and operational functions that are provided to its users.
99
OSP 57
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
43-IT. INFORMATION TECHNOLOGY (cont’d)
Agency Remarks (cont’d):
The price has been determined to be fair and reasonable based on historical price comparison. The
proposed monthly pricing has a 3.9% increase compared to the previous contract for calendar year
2023. The new contract’s monthly price increase is also lower than the previous contract’s 4.9%
increase compared to monthly pricing for calendar year 2022.
MBE and VSBE participation was not established for this contract because there are no
subcontracting opportunities.
Fund Source: 100% General Funds
Approp. Code: Q00A0102
Resident Business: No
MD Tax Clearance: 23-3732-1111
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
100
OSP 58
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Melissa Leaman 410-697-9700
melissa.leaman@maryland.gov
44-IT-MOD/OPT. INFORMATION TECHNOLOGY MODIFICATION/OPTION
Department of Information Technology
Contract ID: Statewide Network Management System; 060B8400023
ADPICS No.: COK32667
Contract Approved: DoIT 4-IT, 02/06/2017
Contract Description: Provide access Statewide to IT network management and maintenance
services, including MDOT’s IT network
Modification Description: Increase the contract ceiling for the time and material portion of the
contract.
Option Description: Exercise the final renewal option.
Award: Digital Management, LLC, Bethesda, MD
Original Contract Term: 03/01/2019 - 02/28/2022 (w/two 2-year renewal options)
Modification Term: 03/01/2024 - 02/28/2026
Option Term: 03/01/2024 - 02/28/2026
Original Amount: $18,279,125.50 (Capacity Management)
$ 8,922,751.50 (Time & Material)
$27,201,877.00 Total
Modification Amount: $51,732,567 (Time & Material)
Option Amount: $18,267,433 (Capacity Management)
Prior Options/Mods: $20,000,000.00 (Mod. #1: Increase time and materials amount;
DGS 21-IT-MOD, 11/18/2020)
$25,000,000.00 (Mod. #2: Increase time and materials amount;
DGS 39-IT-MOD, 07/28/2021)
$18,038,484.44 (Renewal Option #1 03/01/2022 - 02/28/2024DGS
43-IT-MOD/OPT 01/26/2022)
$60,000,000.00 (Mod. #3 Increase the contract ceiling for the time
and material portion of the contract. DGS 43-IT-OPT/MOD
01/26/2022)
101
OSP 59
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
44-IT-MOD/OPT. INFORMATION TECHNOLOGY MODIFICATION/OPTION (cont’d)
Total Contract Amount: $220,240,361.44
Percent +/- (This Item): 30.81%
Total Percent Change: 709.65%
Original Procurement Method: Competitive Sealed Proposals
Living Wage Eligible: No
MBE/VSBE Participation: 25% / 3%
MBE/VSBE Compliance: 30.208% / 3.024%
Performance Security: No
Hiring Agreement Eligible: No
Requesting Agency Remarks: DoIT furnishes services under this Contract to other Requesting
Agencies via Work Orders issued by the State. The Work Orders issued on behalf of the
Requesting Agencies are managed as a staffing model on a labor rate basis, either on an hourly or
annualized basis. Favorable rates continue to be provided by the Contractor.
The requested increase in the Time and Material amount for the renewal term is due to the existing
work orders and the continued growth of demand and usage of the services provided, particularly
in connection with the migration of critical security functions in house, and delays in the award of
new procurement vehicles to provide the services necessary to support DoIT and state Agencies
with IT initiatives.
Fund Source: 100% General Funds
Approp. Code: Various Resident Business: Yes
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
102
OSP 60
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Yasin Mohammed 410-260-7552
yasin.mohammed@maryland.gov
45-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION
Department of Information Technology
Contract ID: Hardware and Associated Equipment and Services, 2012; 060B2490022
ADPICS No.: COK34349
Contract Approved: DoIT 4-IT, 11/14/2012
Contract Description: Multiple-award, indefinite-quantity, Purchase Order request for
Proposals-based Master Contract to provide hardware, installation, training services and
manufacturer’s extended warranty. Laptops and desktops are excluded.
Modification Description: Increase master contract authority for Statewide use.
Awards: Various
Original Contract Term: 11/15/2012 - 11/14/2027 (15 years)
Modification Term: 02/01/2024 - 11/14/2027
Original Contract Amount: $ 57,000,000
Modification Amount: $100,000,000
Prior Options/Mods: $ 35,000,000 (Mod #1 Increase contract authority; DoIT 2-IT-
MOD, 10/15/2014)
$ 12,000,000 (Mod #2 Increase contract authority; DoIT 4-IT-
MOD 03/23/2016)
$100,000,000 (Mod #3 Increase contract authority, DoIT 3-IT-
MOD 06/22/2016)
$135,000,000 (Mod #4 Increase contract authority, DGS 6-IT-
MOD 10/30/2019)
Total Contract Amount: $439,000,000
Percent +/- (This Item): 175.44%
Total Percent Change: 670.18%
103
OSP 61
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
45-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
Original Procurement Method: Competitive Sealed Proposals
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Performance Security: No
Requesting Agency Remarks: This modification is to add money to the Hardware and
Associated Equipment and Services 2012 Master Contract for the expected spend. DGS OSP
recommends increasing the not-to-exceed amount by $100 million. Purchases will be funded by
the requesting agency.
Fund Source: Various (Using Agencies)
Approp. Code: Various (Using Agencies)
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
104
OSP 62
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Erin Dahlin 410-919-8115
erin.dahlin@maryland.gov
46-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION
RETROACTIVE Department of Service and Civic Innovation
Contract ID: Participant Application Portal, Training and Management System for DSCI;
D01B3600034
ADPICS No.: COK32267
Contract Approved: DGS 31-IT, 07/19/2023
Contract Description: Provide an electronic platform to support the recruitment of participants,
the overall management and professional development of the participants while they are in
service, and post-service to connect them to career opportunities.
Modification Description: RETROACTIVE approval to increase funding to add services related
to hosting members for the Accelerator Training Academy.
Award: BuildWithin Inc.; Washington, DC
Original Contract Term: 07/20/2023 - 07/19/2026 (w/two 1-year renewal options)
Modification Term: 10/24/2023 - 01/31/2024 (Retroactive)
02/01/2024 - 07/19/2026 (Proactive)
Original Contract Amount: $875,000
Modification Amount: $126,730 (Retroactive)
$ 70,870 (Proactive)
$197,600 Total
Total Contract Amount: $1,072,600
Percent +/- (This Item): 22.58%
Total Percent Change: 22.58%
Prior Options/Mod: $0 (Mod #1 Added Privacy Notice which describes BuildWithin’s
practices regarding collection and use of personal data and
information Delegated Authority - DSCI 07/28/2023)
Original Procurement Method: Sole Source
105
OSP 63
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
46-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Requesting Agency Remarks: Despite DSCI’s extensive efforts, not all accepted members were
able to secure a host site placement by the program launch date. In addition, not all organizations
were able to start members on the launch date, due to their own internal processes and procedures
and their organizations needed more time to onboard members through their HR processes. DSCI
then had to quickly strategize on how to keep accepted Maryland Corps and Service Year Option
members engaged during the interim period after launch in October and before members started
their positions. To do this DSCI developed, in partnership with BuildWithin, a program to provide
professional development training to members until they secured a host site placement. The quick
turnaround required to ensure continuity of the members’ experience did not allow DSCI sufficient
time to seek approval by the BPW before securing these services.
DSCI regrets this resulted in a retroactive contract action. Please be assured that DSCI recognizes
that retroactive contracts are not desirable. DSCI is working diligently to avoid retroactive
activities by establishing best procurement policies and procedures.
MBE and VSBE participation was not established for this contract because there are no
subcontracting opportunities.
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% General Funds
Approp. Code: A0101 Resident Business: No
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
106
OSP 64
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
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 $234,453,950.
1.1 Using Agency: Department of Education
Description: Project Manager to oversee and direct the Enhanced Child Care
Automated Tracking System (ECCATS) project team; R00B4600087.
Option Description: Exercise the first renewal option.
Award: Mathtech Inc.; Hamilton, NJ
Original Term: 02/01/2021 - 01/31/2024 (w/two 1-year renewal options)
Option Term: 02/01/2024 - 01/31/2025
Original Amount: $831,646.00
Option Amount: $291,191.23
Prior Options/Mods: N/A
Total Contract Amount: $1,122,837.23
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Resident Business: No
Fund Source: 100% Federal Funds
Agency Remarks: No MBSE or VSBE participation was included as this contract is for a
single resource.
107
OSP 65
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
47-IT. INFORMATION TECHNOLOGY (cont’d)
1.0 Master Contract: Consulting and Technical Services Plus (CATS+) (cont’d)
1.2 Using Agency: Department of Education
Description: The Maryland Direct Certification System provides Public and
Non-Public Private Schools a standard and effective solution to directly certify students
and families to receive free school meals by matching enrollment data against SNAP,
TCA, and foster records provided by the Department of Human Services.
Modification Description: Extend the contract to allow time to complete regular
operations and maintenance; in addition to allow time for the replacement contract to be
awarded and any transition time needed; R00B2600056.
Award: Serigor, Inc.; Baltimore, MD (MBE) (SBE)
Original Term: 01/01/2022 - 12/30/2022
Modification Term: 02/01/2024 - 01/31/2025
Original Amount: $1,157,000.80
Modification Amount: $1,646,197.50
Prior Options/Mods: $1,492,873.00 (Mod. #1 Extension 12/31/2022 -
12/30/2023. DGS 46-IT 1.6 12/07/2022)
$50,000 (Mod. #2 Extension 12/31/2023 - 01/31/2024
Delegated Authority - MSDE, 11/30/2023)
Total Contract Amount: $4,346,071.30
MBE/VSBE Participation: 100% (Awardee is an MBE) / 0%
MBE/VSBE Compliance: 100% (Awardee is an MBE) / 0%
Resident Business: Yes
Fund Source: 100% Federal Funds
Remarks: The replacement contract is currently in the process of being reviewed but
a protest was received and the matter is currently before the Maryland Board of Contract
Appeals.
1.3 Using Agency: Department of Education
Description: Offsite data center hosting, system operations management, data
administration services, and operations support services for the Childcare Administrative
Tracking System; R00B1600017.
Option Description: Exercise the second renewal option.
Award: Sona Networks LLC; Brooklandville, MD (MBE) (SBE)
Original Term: 02/11/2021 - 02/01/2023 (w/three 1-year renewal options)
Option Term: 02/01/2024 - 02/01/2025
Original Amount: $1,847,040.00
Option Amount: $ 996,320.00
108
OSP 66
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
47-IT. INFORMATION TECHNOLOGY (cont’d)
1.0 Master Contract: Consulting and Technical Services Plus (CATS+) (cont’d)
Prior Options/Mods: $ 197,396.25 (Mod. #1 Update servers security and power
resources Delegated Authority - DGS 11/12/2021)
$994,200.00 (Renewal Option #1: 02/02/2023 -
02/01/2024; DGS 49-IT 1.1, 01/25/2023)
$60,570.00 (Mod. #2: Change one of the key personnel
positions from a Database Management Specialist (Junior)
to a Systems Administrator position. DGS 49-IT 1.1,
01/25/2023)
Total Contract Amount: $4,095,526.25
MBE/VSBE Participation: 100% (Awardee is an MBE) / 0%
MBE/VSBE Compliance: 100% (Awardee is an MBE) / 0%
Resident Business: Yes
Fund Source: 100% Federal Funds
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 $131,161,714.
2.1 Using Agency: Department of Information Technology
Description: VMware software/licensing maintenance. This software/licensing
ensures that the platform used to run the 1100 virtual machines for State Agencies can
receive updates that fix and resolve security issues.
Award: Applied Technology Services, Middle River, MD
(MBE) (SBE)
Number of Qualified
Master Contractors: 14
Number of Bids: 4 (SBR - Designated)
Bids:
Bidders
Amounts
Applied Technology Services, Inc.; Baltimore, MD
$ 945,000.00
Oakland Consulting; Lanham, MD
$1,011,773.00
Advanced Computer Concepts; Mclean VA
$1,014,590.15
EN-Net; Frederick MD
$1,035,698.06
109
OSP 67
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
47-IT. INFORMATION TECHNOLOGY (cont’d)
2.0 Master Contract: Commercial Off-the-Shelf Software (COTS) 2012 (cont’d)
Amount: $945,000
Term: 02/01/2024 - 01/31/2025
. MBE/VSBE Participation: 100% (Awardee is an MBE) / 0%
Resident Business: Yes
Fund Source: 100% General Funds
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 $573,112.
3.1 Using Agency: Comptroller of Maryland
Description: Network Equipment Maintenance for Cisco hardware/
software/licensing maintenance coverage for all the Comptroller’s Office’s production
network equipment for the Comptroller’s campus, which includes branch offices,
Tierpoint, and our disaster recovery site, Recovery Point. This renewal will continue the
current Cisco maintenance coverage solution that is in place, which will expire in
February 2024; E00P4600234.
Award: Applied Technology Services, Middle River, MD
(MBE) (SBE)
Number of Qualified
Master Contractors: 19
Number of Bids: 1 (SBR - Designated) (Single Bid Received)
Bid:
Bidder
Amount
Applied Technology Services; Middle River, MD
$518,718
Amount: $ 518,718
Term: 02/15/2024 - 02/14/2025
MBE/VSBE Participation: 100% (Awardee is an MBE) / 0%
Resident Business: Yes
110
OSP 68
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
47-IT. INFORMATION TECHNOLOGY (cont’d)
3.0 Master Contract: Hardware/Associated Equipment & Services 2012 (cont’d)
Funding Source: 100% Reimbursable (ADC Agencies)
Agency Remarks: The pricing provided was found to be fair and reasonable. COM’s IT
staff estimated the cost would be approximately $697,720.03. This estimate was based on
previous experience with mainframe pricing and the typical discount percentages for
government organizations.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
111
OSP 69
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Yasin Mohammed 410-767-3586
yasin.mohammed@maryland.gov
48-M-OPT. MAINTENANCE RENEWAL OPTION
Library for the Physically Blind and Physically Handicapped
Contract ID: Comprehensive Building Management; 001IT821025
ADPICS No. 001B3600132
Contract Approved: DGS 3-M, 09/18/2019
Contract Description: Comprehensive building maintenance service at the Library for the
Physically Blind and Handicapped in Baltimore.
Option Description: Exercise the […] second renewal option.
Award: LB & B Associates, Inc.; Columbia, MD
Original Contract Term: 10/01/2019 - 09/30/2022 (w/two 1-year renewal options)
Option Term: 02/01/2024 - 09/30/2024
Original Contract Amount: $741,317.28
Option Amount: $251,558.16
Prior Mods/Options: $251,558.16 (Renewal Option #1 10/01/2022 - 09/30/2023 DGS
36-M-OPT, 11/16/2022
$ 0 (Mod. #1 Extension, 10/01/2023 - 01/31/2024.
Delegated Authority - DGS 09/30/2023)
Total Contract Amount: $1,244,433.60
Percent +/- (This Item): 33.93%
Total Percent Change: 67.87%
Original Procurement Method: Competitive Sealed Bidding
MBE/VSBE Participation: 15% / 0%
MBE/VSBE Compliance: 21.590% / 0%
REVISED
112
OSP 70
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
48-M-OPT. MAINTENANCE RENEWAL OPTION (cont’d)
Requesting Agency Remarks: It is in the State’s best interest to exercise the second renewal option
on the current contract to provide continuity of services on this contract.
Fund Source: 100% General Funds
Approp. Code: R11 24 11301 0812 ($191,406.87)
R11 25 11301 0812 ($63,802.29)
Resident Business: Yes
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
113
OSP 71
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Wendy Scott- Napier 410-767-4088
wendy.scott-napier@maryland.gov
49-RP. REAL PROPERTY
Department of Agriculture
ID: File # 10-08-12, Frederick County
Recommendation: Approve a partial release of 0.168 +/- acres of land from the
operation and effect of the existing agricultural preservation easement in exchange for 0.168 +/-
acres of contiguous land to be added to the existing agricultural preservation easement area by
amending the Easement.
Prior Board Action: DGS 6-RP, 09/10/2009
Releasor: The State of Maryland, to the use of the Maryland Agricultural Land
Preservation Foundation of the Department of Agriculture
Releasee: Tammy N. Sanderlin
Property: 0.168 +/- acres
Grantor: Doris E. Gruber
Grantee: The State of Maryland, to the use of the Department of Agriculture
on behalf of the Maryland Agricultural Land Preservation
Foundation
Property: 0.168 +/- acres
Consideration: No Monetary Consideration
Remarks: Reference is made to Item 6-RP of this Department's Agenda of 09/10/09, for the
meeting of the Board of Public Works wherein approval was given to the Maryland Agricultural
Land Preservation Foundation (hereinafter, “MALPF”) to acquire an agricultural preservation
easement (the “Easement”) on 135.19 acres of land for $420,831.25 (the “Easement Property”).
Purchase of the Easement was completed on 2/25/09. Board of Public Works Approval is
requested to grant a partial release wherein the State of Maryland, to the use of MALPF, will
release a 0.168 +/- acre area of land from the operation and effect of the Easement in exchange for
the addition of a 0.168 +/- acre parcel of contiguous land of equal soils to the agricultural
preservation area by amending the Easement.
114
OSP 72
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
49-RP. REAL PROPERTY (cont’d)
Remarks (cont’d):
In February, 2023, Frederick County notified MALPF that certain improvements intended to serve
a child lot previously released from the Easement encroached onto portions of the Easement
Property. The child lot, known as Lot 6, Gruber’s Estates (“Lot 6”), is owned by the Releasee,
Tammy N. Sanderlin. This request is being made to adjust the boundary lines of Lot 6, the
previously released child lot, and the Easement Property, so that the improvements intended to
serve Lot 6 will be located exclusively on Lot 6 and will not encroach onto the Easement Property.
The foregoing will be accomplished by releasing an approximately 0.168 acre area from the
Easement in exchange for the addition to the Easement of an approximately 0.168 acre area of
equal or better soils from Lot 6 which is adjacent and contiguous to the Easement property. The
Maryland Agricultural Land Preservation Foundation’s Board of Trustees has approved the
transaction. A plat depicting the exchange of land is attached hereto. The appraisal unit of the
Department of General Services has found that the exchange will have a net neutral effect on the
value of the existing easement. Costs associated with this exchange will be paid by the Grantor,
Doris E. Gruber.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
115
OSP 73
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Wendy Scott- Napier 410-767-4088
wendy.scott-napier@maryland.gov
50-LL. LANDLORD LEASE
Department of Natural Resources
Recommendation: Approve a Curatorship Lease
Tenant: Joseph Cucchiara and Evelyn Cucchiara
Property Location: Susquehanna State Park (Structures on 9 acres +/-)
Lease Type: Curatorship Lease for The James Stephenson House
Term: Life Term, termination upon the death of the last surviving tenant
Annual Rent: $1.00
Utilities/Custodial Responsibility: Tenant
Remarks: The James Stephenson House is 2-½ story frame house built in a number of phases over
the course of two centuries. The house began as a log house, resting on a fieldstone foundation.
The property remained in the Stephenson family until 1895. The property was sold to the State of
Maryland in 1969 as part of an acquisition to be incorporated as part of Susquehanna State Park.
In addition to the house, the property includes a mid-19th century frame smokehouse, a stone
laundry/quarter, ruins of a corn crib/granary, and a 20th century concrete block garage. The James
Stephenson House is a good example of rural farm architecture that clearly illustrates the evolution
of buildings as a result of changing styles, uses, and building technology over the course of over
two centuries.
The property is listed on the Maryland Inventory of Historic Properties as HA-570. It is also listed
on the National Register of Historic Places as a contributing resource to the Lower Deer Creek
Valley Historic District, HA-1551. The property will be leased in “as is” condition and will be
restored, renovated, rehabilitated, and maintained by the Tenant through the Curatorship program.
The Tenant shall occupy and use the Premises as a single-family residence. The restoration,
rehabilitation, renovation, maintenance, and use of the Premises shall be in complete compliance
with the Secretary of Interior’s Standards for Rehabilitationconsistent with DNR’s Curatorship
program. The Tenant shall open the premises to the public for a minimum of five (5) days each
year, as arranged in cooperation with the Landlord, in order to showcase restoration efforts and the
history of the property. The surrounding Park property will remain open to the public during
normal park operating hours for outdoor recreation.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
116
OSP 74
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Wendy Scott- Napier 410-767-4088
wendy.scott-napier@maryland.gov
51-LT. TENANT LEASE
Energy Administration
Recommendation: Approve a new lease
Landlord/Owner: Montgomery Park, LLC, a Maryland limited liability company,
1340 Smith Avenue, Suite 200, Baltimore, MD 21209
Property Location: 1800 Washington Boulevard, Baltimore MD 21230
Space Type: Office, (17,728 sq. ft.)
Lease Type: New
This Term: 08/01/2024 - 07/31/2044 (w/standard 6-month holdover)
Future Option Term: 08/01/2044 - 07/31/2054
Annual Rent Office: $399,589.12 SF Rate: $22.54 /sq. ft.
Fund Source: 100% Special Funds Appropriation Code: 1301
Strategic Energy Investment Fund PCA 121S1
Utilities/Custodial Responsibility: Tenant/Landlord
Termination for Convenience Clause: No
Procurement Method: Sole Source
See COMAR 21.05.05.02A(1)
Remarks: The Maryland Energy Administration (MEA) has occupied space at this location
since 2016 as their headquarters’ site under an agreement with the Maryland Department of the
Environment. A new twenty-year lease has been negotiated to provide MEA with turnkey new
office space to be located on the 4
th
floor at the Montgomery Park complex. The landlord will
also be converting the building to all electric infrastructure and installing solar panels (a
photovoltaic array) which will provide energy credits to the State. The rent will escalate 3.45%
annually. The termination for convenience has been waived due to the turn-key tenant
improvement budget, the significant investment in the building for all electric infrastructure and
installing solar panels, and the landlord’s lender requirements.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
117
OSP 75
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Alison Barry 677-203-9095
alison.barry@maryland.gov
52-S. SERVICES CONTRACT
Department of Health, Prevention and Health Promotion Administration
Contract ID: Comprehensive Statewide Tobacco Prevention and Control Communication
Services; OCMP 23-19696
ADPICS No.: M00B4600390
Contract Description: Develop, implement, and evaluate comprehensive media campaigns.
Advise, assist local health departments (LHDs) and other community partners on tobacco control
mass-reach health communication efforts and collaborate with them during the planning processes
and formative research for statewide health communication campaigns.
Award: Gray, Kirk, VanSant Advertising; Baltimore, MD
Contract Term: 2/07/2024 - 06/30/2028 (w/one 1-year renewal option)
Amount: $4,750,000 (Base Term)
$ 950,000 (Renewal Option #1)
$5,700,000 Total
Procurement Method: Competitive Sealed Proposals
Proposals:
Offerors
Technical
Rankings
Financial Offers
(Rankings)
Overall
Rankings
Gray, Kirk, VanSant Advertising; Baltimore,
MD
1
$5,700,000 (3)
1
Aloysius Butler & Clark; Wilmington, DE
2
$3,688,200 (1)
2
Red House Communications; Pittsburgh, PA
3
$4,500,000 (2)
3
*Technical and financial proposals were weighted equally.
MBE/VSBE Participation: 14% / 1%
Performance Security: No
Hiring Agreement Eligible: Yes
Incumbents: N/A
118
OSP 76
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
52-S. SERVICES CONTRACT (cont’d)
Requesting Agency Remarks: A notice of the availability of the Request for Proposals (RFP)
was advertised on eMaryland Marketplace Advantage (eMMA) on December 12, 2022.
A total of 71 potential contractors were solicited. Four proposals were received on January 5,2023
and three were deemed reasonably susceptible of being selected for award. One proposal was
deemed not reasonably susceptible of being selected for award because the offeror did not submit
a complete MBE Utilization and Fair Solicitation Affidavit & MBE Participation Schedule.
Gray, Kirk, VanSant Advertising (GKV) was selected by the evaluation committee and is one of
Maryland’s largest advertising firms with many clients from diverse sectors (government agencies,
nonprofits/associations, financial services, health insurance etc.). GKV’s technical proposal
provided insights into the diverse Maryland media market and outlined different strategies that
appeal to different audiences. They provided details on how they will implement their campaigns
and collaborate with their various partners with different strengths and qualifications. They have
previous understanding of tobacco control issues impacting Maryland audiences and the local
media market and have fostered partnerships at the community level during their COVID 19
campaign across Maryland which will be beneficial for future tobacco control campaigns. They
have extensive experience in developing targeted, culturally, and linguistically relevant media
placements for different Maryland populations.
GKV detailed the items they considered while developing their budget including research
activities, concepting, development and revision of creative materials, costs associated with
royalty free photos and video footage, materials production. GKV took into consideration that
newly developed campaigns require substantial investment in the initial stages to ensure
development of quality products
The Centers for Disease Control and Prevention recommends mass-reach health communications
as an essential evidence-based element of a statewide tobacco control program that also includes
state and local level programming, cessation support, community-based programs, and other
initiatives. Implementing these initiatives is a best practice comprehensive approach to reducing
tobacco-related death and disease and eliminating health disparities.
A 10% MBE participation was established for this contract. GKV has committed to exceeding the
goal to achieve 14% MBE participation.
Fund Source: 62% General Funds, 38% Federal Funds
119
OSP 77
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
52-S. SERVICES CONTRACT (cont’d)
Approp. Code: M00F0304
Resident Business: Yes
MD Tax Clearance: 23-3704-1111
This item was withdrawn from the 1/3/2024 BPW Agenda as DGS 22-S and withdrawn from the
1/17/2024 BPW agenda as DGS 38-S.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
120
OSP 78
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Wendy Scott- Napier 410-767-4088
wendy.scott-napier@maryland.gov
53-LT. TENANT LEASE
Office of the Attorney General
Recommendation: Approve new lease
Landlord: Sixty West Limited Partnership
Property Location: 60 West Street, Ste. 205, Annapolis MD, 21401
Space Type: Office (2,110 sq. ft.)
Lease Type: New
This Term: 02/01/2024 - 01/31/2027 (w/standard 6-month holdover)
Annual Rent: $83,708.04 Square Foot Rate: $39.67
Fund Source: 100% General Funds Appropriation Code: PCA 10011
Utilities/Custodial Responsibility: Tenant/Tenant
Termination for Convenience Clause: Yes
Procurement Method: Sole Source
See State Finance and Procurement Section 4-318(5); DGS Space Mgmt
Manual ¶ 6-605 E
Remarks: This is a new lease location procured on behalf of the Office of the Attorney General.
The space will be used on a regular basis as the Annapolis Office for the Attorney General.
This Item was withdrawn as Item 58-LT from the 1/03/2024 DGS Agenda and as Item 34-LT from
the 1/17/2024 DGS Agenda.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
121
OSP 79
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Nneka Willis-Gray 410-767-7675
Nneka.willisgray@maryland.gov
54-S. SERVICES CONTRACT
Department of Human Services, Office of Constituent Services
Contract ID: Customer Service Center; OS/CSC-24-001
ADPICS No.: N00B4600192
Contract Description: Implement, operate, and manage a Customer Service Center (CSC) for
inbound and outbound communications of the Department.
Award: Automated Health Systems, Inc., Pittsburgh, PA
Contract Term: 02/01/2024 - 07/31/2029 (Current contract ends 07/31/2024, after
the approximate six-month Transition-In period, which will begin
02/01/2024)
Amount: $195,576,827
Procurement Method: Competitive Sealed Proposals
Proposals:
Offerors
Technical
Rankings
Financial Offers
(Rankings)
Overall
Rankings
Automated Health Systems; Pittsburgh, PA
1
$195,576,827.00 (7)
1
Accenture LLP; Washington, DC
3
$168,363,735.66 (5)
2
Maximus US Services, Inc.; McLean, VA
2
$239,233,126.00 (8)
3
ICF Incorporated, LLC; Reston, VA
4
$99,514,438.00 (1)
4
Conduent State Healthcare, LLC; Florham
Park, NJ
5
$163,635,744.00 (4)
5
Telaforce, LLC; Destin, FL
6
$154,969,784.59 (3)
6
Direct Interactions, Inc.; Seattle, WA
7
$135,623,990.00 (2)
7
TTEC Government Solutions, LLC;
Greenwood Village, CO
8
$179,108,375.03 (6)
8
*Technical factors are weighted greater than financial factors.
Living Wage Eligible: Yes
MBE/VSBE Participation: 25% / 1%
Performance Security: No
122
OSP 80
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
54-S. SERVICES CONTRACT (cont’d)
Hiring Agreement Eligible: Yes
Incumbent: ICF Incorporated, LLC, Reston, VA
Requesting Agency Remarks: The Maryland Department of Human Services (DHS) call center
currently receives over 5,000 calls a day from the six million Marylanders that it serves and drives
the daily work of over 6,000 State employees. The call center is one of the three primary customer
contact points at DHS, along with its website and the 24 Local Departments of Social Services
(LDSS). Implementing a new contract for call center services to begin on August 1, 2024 after the
current call center services contract ends on July 31, 2024, is one of the Department’s greatest
responsibilities, in line with the Administration’s values and promise to be responsive and follow-
through to Marylanders.
A notice of the availability of the Request for Proposals (RFP) was advertised on eMaryland
Marketplace Advantage (eMMA) and the DHS website on August 1, 2023. Nineteen potential
offerors were also directly solicited and 15 proposals were received in response to the RFP on
October 6, 2023.
Eight of the 15 proposals were determined to be reasonably susceptible of being selected for award
and were ranked accordingly. See table above. Seven proposals were determined not to be
reasonably susceptible of being selected for award based on the following reasons:
Two Offerors did not submit Technical Proposals;
Two Offerors did not submit the Veteran-owned Small Business Enterprise (VSBE)
Utilization and Fair Solicitation Affidavit;
Two Offerors did not properly complete the Minority Business Enterprise (MBE)
Utilization and Fair Solicitation Affidavit; and
One Offeror did not respond adequately to the scope of work.
The recommended awardee (the Contractor) will implement, operate, and manage a new Customer
Service Center (CSC) for the Department. The Contractor must provide a technological solution
for this project, which includes an Interactive Voice Response System, Automated Call
Distribution, and a Customer Relationship Management (CRM) system. The technology solution
must integrate with the Department’s MD THINK hosted applications and will be used by the
Contractor’s staff to respond to customer inquiries received via telephone and through the DHS
website.
123
OSP 81
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
54-S. SERVICES CONTRACT (cont’d)
Agency Remarks (cont’d):
The scope of the new contract in the RFP was expanded compared to the current contract to better
meet the needs of the Department’s customers to include the development and integration of the
CRM with the MD THINK applications, including Eligibility & Enrollment (E&E), Maryland
Child, Juvenile and Adult Management Systems (CJAMS), and Child Support Management
System (CSMS). The new CSC will include a new Department-wide CRM system to be used at
the Local Offices. It gives license access to 3200 staff, allowing DHS to provide customers with a
more streamlined experience, whether walking into a local department or calling the call center.
At the end of the contract, DHS will own the CRM. In addition, the new contract includes Service
Level Agreements (SLAs) to hold the Contractor accountable for better performance throughout
the life of the contract. For example, a specified call answer time of thirty (30) seconds on ninety
percent (90%) of calls is required. The pricing for this contract also includes extended hours of
service, which the Department can implement at its discretion and in the event of an emergency or
other crisis event. The extended hours of call center services account for about $40 million of
AHS’ pricing for the contract.
The current contract has a history of excessive wait times for customers, causing a high rate of
abandoned calls. The use of SLAs in the new contract will give the Department the tools necessary
to impose sanctions if the service levels and response times are not met. In order to provide better
and more responsive call center services that its customers deserve, the Department requests to
move forward with the new contract award to allow time to properly transition between the old
and new contracts.
A protest was filed on December 21, 2023, alleging that criteria other than those set forth in the
solicitation were used to evaluate its offer, and/or the criteria was improperly utilized in the
evaluation of its offer. Specifically that past and present performance under the DHS and other
contracts should not have been considered in evaluating its proposal. The protest was denied by
the Department on January 9, 2024, based on the timeliness of filing, standing to protest, and the
fact that past performance can be used to evaluate the experience and capabilities of the Offeror to
provide the services as specifically outlined in the RFP. An appeal was filed with the Maryland
State Board of Contract Appeals (MSBCA) on January 18, 2024. A hearing date has not been set
yet.
124
OSP 82
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
54-S. SERVICES CONTRACT (cont’d)
Agency Remarks (cont’d):
DHS is requesting that the BPW approve the contract award notwithstanding appeals
in order to protect substantial State interests. The substantial State interests include:
Not moving forward with a new contract vendor means that DHS will be forced to negotiate
and modify the incumbent vendor’s contract before it expires on July 31, 2024. This will
likely result in terms unfavorable to the state, including additional unforeseen costs to the
state. Even if the incumbent vendor’s contract is modified and extended at the current
terms, that means that the Maryland and federal taxpayers are paying approximately $20
million a year for services that do not live up to our expectations or those of the people we
serve.
The data from the current call center paints a consistent picture of failing to serve our
customers, including long wait times in excess of 15 minutes, and peaking over 30 minutes
at times, resulting in more than 10,000 calls being abandoned per week. Such failures have
led to real impacts on Marylanders, including case closures, delays and even the
unnecessary and incorrect denial of benefits. Such actions have led to individuals/adults,
children, and their families losing access to life saving benefits such as health insurance
and food.
A 25% MBE participation goal and a 1% VSBE participation goal has been established for
this contract. The MBE goal is 15% higher than the current contract goal of 10%. AHS
has committed to meeting these goals.
AHS will locate the call center at 250 West Pratt Street in Baltimore, creating local
opportunities for more than 200 customer service representatives and other support staff.
The RFP clearly defines newly added Service Level Agreements so that the Department
can hold the contractor accountable for performance of those matrices.
The RFP provides for a more substantial and interactive CRM that will interface with MD
THINK cloud based applications. The new CRM with the interface will increase
efficiencies and services for customers and staff will see and be able to take action on
customer accounts in real-time. The IVR is enhanced as it will be conversational and
dynamic. The CRM and IVR will be customized for the Department and at the end of the
contract the Department will own these systems, though these features will cost more
money to the Department, it will go a long way in resolving the customer complaints and
issues.
Promotes a timely and orderly transition to the new contractor in order to successfully meet
the start date of the contract and begin without any disruption of services to customers.
125
OSP 83
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
54-S. SERVICES CONTRACT (cont’d)
Agency Remarks (cont’d):
The Department is seeking approval of this contract award notwithstanding the appeal based on
the substantial State interests to obtain a more robust CSC from the current contract as noted above
that will assist the Department in providing better customer service to its customers; and the
appellant does not have standing due to its overall ranking is 4th. The Department is confident that
the appeal will not be successful and will only result in the unnecessary delay of the much
improved and needed CSC contract for call center services.
Per COMAR 21.10.02.11.A(1), the BPW should find that execution of the contract without delay
is necessary to protect substantial State interests, and authorize the recommended contract
notwithstanding the protest and appeal filed by ICF.
Fund Source: 33% General Funds,
35% Federal Funds,
32% Special Funds (Child Support Reinvestment, EUSP)
Approp. Code: N00H0008, N00I0004, N00I0006, N00B0004, N00A0101
Resident Business: No
MD Tax Clearance: 24-0335-0101
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
126
OSP 84
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
Contact: Christina Kuminski 410-767-4787
christina.kuminsi@maryland.gov
A1-EX. EXPEDITED PROCUREMENT REQUEST
Department of Budget and Management, Employee Benefits Division
Recommendation: The Department of Budget and Management (the “Department” or “DBM”)
requests approval to utilize the Expedited Procurement method for the purposes of acquiring
Medicare Prescription Drug Exchange and Health Reimbursement Arrangement (HRA) services
for the State of Maryland’s Medicare Retirees pursuant to Maryland State Finance &
Procurement Article (SFP) § 13-108 (d)(1).
Description: In response to the State’s pension reform laws enacted in 2011, retired State
employees and Dependents eligible for Medicare due to reaching age 65 or because of Social
Security disability and eligible to enroll in the State’s Pharmacy Benefits Plan as of December
31, 2024, will be transitioned from the State’s Pharmacy Benefits Plan to the federal Medicare
Part D program at the close of 2024. To support the Participants through the transition, the State
is seeking proposals for Medicare Prescription Drug Exchange services to provide individual
prescription drug coverage to its Medicare-eligible Retirees and their Dependents. The selected
contractor will also be expected to administer a HRA for Medicare-eligible Retirees who were
hired prior to July 1, 2011, and retired prior to January 1, 2020.
The selected contractor shall provide coverage to all eligible Members and their eligible
Dependents, as determined by the State, to obtain prescription drug coverage through a Medicare
Prescription Drug Exchange. The timing to procure and implement the new contract for these
services for Maryland retirees prior to the open enrollment period for the CY 2025 Plan Year,
warrants the need to utilize the Expedited Procurement method. If this contract is not awarded in
a timely manner, the ability for Maryland retirees to obtain their prescription drugs could be
greatly impacted.
The recommended awardee will be required to administer an exchange and HRA anticipated to
begin for the Calendar Year (CY) 2025 Plan Year, which requires a “Start-Up Period” for the fall
open enrollment period for CY 2025 Plan Year. The anticipated contract duration will be five Plan
Years (CY 2025 through CY 2029) and two two-year renewal option periods (CY 2030 CY 2031
and CY 2032 – CY 2033), plus the start-up period, final transition, and run-out period.
Pursuant to Maryland State Finance & Procurement Article (SFP) § 13-108 (d)(1), DBM’s
Procurement Officer with approval of the Agency Head has determined that this procurement
should expedited because: (1) urgent circumstances require prompt action; (2) an expedited
procurement best serves the public interest; and (3) the need for the expedited procurement
outweighs the benefits of making the procurement on the basis of competitive sealed bids or
competitive sealed proposals. However, the procurement officer shall attempt to obtain as much
competition as reasonably possible per SFP § 13-108 (d)(2).
REVISED
127
OSP 85
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
January 31, 2024
A1-EX. EXPEDITED PROCUREMENT REQUEST (cont’d)
MBE/VSBE Participation Goal: 8% / 0%
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
128