B
OARD OF PUBLIC WORKS
TABLE OF CONTENTS
JUNE 5, 2024 @ 11:00 A.M.
MEETING LOCATION: ONLINE &
TREASURY BUILDING, 80 CALVERT STREET, 1
ST
FLOOR ASSEMBLY ROOM,
ANNAPOLIS, MD 21401 *
Item
Section
page no.
Overall
page no.
SECRETARY’S AGENDA
1-3
Department of Agriculture
1
4
Bonds
6
5
Board of Public Works – PAAR
8
6
Board of Public Works – Wetlands Licenses
9
7
Department of Education
11
8-9
Department of Information Technology
13
10
Maryland State Library Agency
16
11
Department of Health
20
12-14
Department of the Environment
23
15
Maryland Environmental Service
28
16
Department of Planning
30
17
Public Service Commission
34
18-19
Maryland Stadium Authority
36
20
University of Maryland Baltimore County
41
21
Department of Labor
42
22
HAND CARRIED – Department of Budget &
Management
43
APPENDIX
A1
Department of Health
APP1
44
A2
Department of Public Safety & Correctional Services
APP5
48
SUPPLEMENT
DEPARTMENT OF NATURAL RESOURCES/REAL PROPERTY
1-4
Program Open Space Local Share
DNR1
50
5
Local Parks and Playgrounds Infrastructure
DNR5
54
6
Program Open Space Local Share
DNR6
55
7
Conservation Reserve Enhancement Program (CREP)
DNR7
56
8-9
Program Open Space State Share
DNR9
58
10-15
Rural Legacy Program
DNR13
62
1
General Miscellaneous
USM1
68
2
University of Maryland College Park for University of
Maryland Eastern Shore
USM4
71
3-5
University of Maryland Baltimore
USM6
73
PAGE TWO
BOARD OF PUBLIC WORKS
TABLE OF CONTENTS
JUNE 5, 2024
Item
Section
page no.
Overall
page no.
MARYLAND DEPARTMENT OF TRANSPORTATION
1-3
Maryland Aviation Administration (MAA)
MDOT1
81
4-6
Maryland Transportation Authority (MDTA)
MDOT8
88
7
Maryland Port Administration (MPA)
MDOT16
96
8
Maryland Transit Administration (MTA)
MDOT19
99
9-11
State Highway Administration (SHA)
MDOT22
102
12
Supplemental: Maryland Transit Administration (MTA)
MDOT28
108
13
HAND CARRIED The Secretary’s Office (TSO)
MDOT32
112
DEPARTMENT OF GENERAL SERVICES/
OFFICE OF STATE PROCUREMENT
1-14
Capital Grants and Loans
OSP1
115
15-16
Architectural/Engineering
OSP17
131
17-22
Construction
OSP21
135
23-50
Services
OSP32
146
51-66
Information Technology
OSP102
216
67-73
Maintenance
OSP160
274
74-77
General Miscellaneous
OSP174
288
78-79
Real Property
OSP196
310
80-81
Landlord Lease
OSP215
329
82-86
Tenant Lease
OSP217
331
87-89
Expedited Procurement
OSP224
338
90
Supplemental: Information Technology
OSP230
344
91
Supplemental: Information Technology
OSP233
347
92
Supplemental: Information Technology
OSP235
349
93
Supplemental: Information Technology
OSP237
351
94
Supplemental: Capital Grants and Loans
OSP239
353
95
Supplemental: Expedited Procurement
OSP240
354
96
HAND CARRIEDGeneral Miscellaneous
OSP242
356
*This agenda may be addressed partly or wholly in closed session.
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 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 26 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: $748,800
Fund Source: MCCBL of 2020: Provide funds for assistance for the implementation of best
management practices that reduce soil and nutrient runoff from Maryland
farms. Item 20340
County Grantee Agreement # Amount
Allegany Ricky L. Eden AT-2024-2586 $12,000
Baltimore
Douglas H. Armacost RS-2024-2589 $9,500
Harry L. Morfoot RS-2024-2588 $20,600
Carroll
Dream Family Farm LLC
MP-2024-2700 $14,800
MP-2024-2701 $40,500
MP-2024-2702 $11,700
Jeremy J. Wagerman MP-2024-2733 $16,000
Larry G. Bond MP-2024-2738-R $3,900
Linda S. Neal
MP-2024-2719 $27,100
MP-2024-2720 $18,400
MP-2024-2721 $23,000
Matthew M. Hoff
MP-2024-2729 $64,200
MP-2024-2739 $22,800
Cecil State of MD Dept. of Natural Resources AT-2024-2703 $46,800
Dorchester Russell S. Baker, III NW-2024-2587 $2,700
Frederick Chester Kerns, Jr. MP-2024-2736-C $57,800
Garrett Paul E. Custer AT-2024-2704 $33,900
1
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
1. DEPARTMENT OF AGRICULTURE (cont’d)
County Grantee Agreement # Amount
Harford Dougherty Land LLC LS-2024-2751 $26,500
Howard
Clover Luck Stables LLC PA-2024-2491 $31,400
Patrick Family Ltd Partnership II RS-2024-2539-C $78,900
Kent
Dinning Family Limited Partnership AT-2024-2639-R $20,000
Iron Hill Farms LLC CH-2024-2705-R $127,300
Michelle O. Bennetta
CH-2024-2571 $6,400
CH-2024-2572 $5,400
Runnymeade LLC CH-2024-2544 $16,200
Prince
George's
Jonathon L. Stevenson PA-2024-2370 $11,000
Remarks: The Maryland Department of Agriculture has determined that each of these projects is
eligible for cost-share funds. Each project has received technical certification from the appropriate
Soil Conservation District Office. The farmer has signed the cost-share agreement and accepts the
grant conditions.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
2
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Jason Keppler 410-841-5864
jason.keppler@maryland.gov
2. DEPARTMENT OF AGRICULTURE
Maryland Agricultural Cost-Share Program- Additional Funding
Recommendation: That the Board of Public Works approve granting additional general
obligation bond proceeds to two 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: $6,002.80
Fund Source: MCCBL of 2018: Provide funds for assistance for the implementation of
best management practices that reduce soil and nutrient runoff from
Maryland farms. Item 18274
County Recipient Agreement # Amount
Queen Anne's Ralph W. Russum, Sr. AT-2023-2840 $3,230.80
Talbot Lyons Lloyds Landing Farm LLC CR-2024-2173-R $2,772.00
Remarks: The Maryland Department of Agriculture has determined that each of these projects is
eligible for cost-share funds. The project has received technical certification from the appropriate
Soil Conservation District Office. The farmer has signed the cost-share agreement and accepts the
grant conditions.
Additional funds are requested for these projects to offset additional costs realized at the
completion of each project. These additional costs are a result of design changes required based
on site conditions encountered during construction.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
3
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Jason Keppler 410-841-5864
jason.keppler@maryland.gov
3. DEPARTMENT OF AGRICULTURE
Maryland Agricultural Cost-Share Program- Reversion
Recommendation: That the Board of Public Works approve reverting the balances on 30
completed or canceled 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: $562,207.14
Fund Source: MCCBL of 2020 / 2021: Provide funds for assistance for the
implementation of best management practices that reduce soil and nutrient
runoff from Maryland farms. Item 20340 / 21552
County Recipient Agreement # Amount Status
Baltimore
Frances P. Burns RS-2024-2101-R $796.39 Completed
Timothy A. Badders RS-2023-2251 $2,000.00 Completed
Calvert Earl F. Hance PA-2023-2222 $34,800.00 Canceled
Caroline
John W. Hammer, Jr.
CR-2024-2162-P $2,910.17 Completed
CR-2024-2163-P $4,691.86 Completed
Levi T. Hayman CR-2024-2170 $17,857.00 Completed
Carroll
David Mark Savage AT-2024-2073 $1,947.50 Completed
Jeremy J. Wagerman
MP-2023-2410 $120,178.63 Canceled
MP-2023-2412-C $150,000.00 Canceled
MP-2023-2413 $16,800.00 Canceled
Michael A. Dull RS-2023-2415-R $480.84 Completed
Reese Farm LLC
MP-2023-2569 $13,200.00 Canceled
MP-2023-2571 $9,000.00 Canceled
MP-2023-2572 $8,100.00 Canceled
MP-2023-2573 $74,400.00 Canceled
4
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
3. DEPARTMENT OF AGRICULTURE (cont’d)
County Recipient Agreement # Amount Status
Carroll
(cont’d)
Savannah M. Dawson
MP-2023-2214 $21,400.00 Canceled
MP-2023-2215 $14,100.00 Canceled
Cecil
Arthur L. McCloskey, II AT-2024-2135 $1,983.50 Completed
Lisa R. Schafer
AT-2024-2235 $1,298.77 Completed
AT-2024-2236 $2,704.60 Completed
Two Scenic View Farms LLC AT-2024-2205-R $20,718.30 Completed
Frederick
David F. Doody MP-2024-2278-C $2,332.48 Completed
Joshua E. Stull MP-2024-2136 $3,342.65 Completed
Mary Jo York MP-2024-2179 $15,300.00 Completed
Queen
Anne's
Mark A. Eck CR-2023-2633 $2,415.80 Completed
Richard B. Walls, Jr. CH-2024-2144 $10,369.18 Completed
St. Mary's Chesapeake Aluminum AT-2023-2999 $1,870.27 Completed
Talbot
Phillip E. Councell, Jr. CR-2024-2178 $5,968.20 Completed
Res. Trust U/W Kathryn E.
Callahan
CR-2024-2036 $419.60 Completed
Timothy W. Wilkins CR-2023-2752 $821.40 Completed
Remarks: The Maryland Department of Agriculture has confirmed that each of these projects has
either been completed or canceled by the recipient, and any unspent balance could be made
available for others eligible for cost-share projects.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
5
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Rebecca Ruff 410-260-4021
rruff@treasurer.state.md.us
4. BONDS
Recommendation: The State Treasurer recommends the adoption of the attached resolutions
concerning the sale of $1,200,000,000 State of Maryland General
Obligation Bonds, to be known as the State and Local Facilities Loan of
2024, First Series, consisting of:
First Series A –$1,000,000,000 Tax-Exempt Bonds (Competitive)
o First Series A Bidding Group 1 – $351,630,000
1
Tax-Exempt Bonds (Competitive)
o First Series A Bidding Group 2 – $300,505,000
2
Tax-Exempt Bonds (Competitive)
o First Series A Bidding Group 3 – $347,865,000
3
Tax-Exempt Bonds (Competitive)
First Series B –$200,000,000
4
Taxable Bonds (Competitive)
dated as of their date of delivery, expected to be June 18, 2024.
- Ratifying and approving:
(i) The Preliminary Official Statement dated May 29, 2024
(ii) The Summary Notice of Sale for the 2024 First Series A Bonds and the First
Series B Bonds, posted on The Municipal Market Monitor (TM3) on May 22,
2024 and
(iii) The resolutions authorizing the Bond Sale adopted on May 1, 2024.
- Accepting electronically transmitted bids for the purchase of the First Series A Bidding
Group 1 Bonds, the First Series A Bidding Group 2 Bonds, the First Series A Bidding
Group 3 Bonds, and the First Series B Bonds.
- Determining the successful bidders and awarding sale of the First Series A Bidding
Group 1 Bonds, the First Series A Bidding Group 2 Bonds, the First Series A Bidding
Group 3 Bonds, and the First Series B Bonds.
- Ordering the sale and issuance of the 2024 First Series Bonds, at the rates set forth in
the successful bids.
- Authorizing and approving the issuance of the final Official Statement.
REVISED
6
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
4. BONDS (cont’d)
___________________
1
Winning bidder for First Series A Bidding Group 1 – Tax-Exempt Bonds (competitive):
BofA Securities
2
Winning bidder for First Series A Bidding Group 2 – Tax-Exempt Bonds (competitive):
Morgan Stanley & Co, LLC
3
Winning bidder for First Series A Bidding Group 3 – Tax-Exempt Bonds (competitive):
J.P. Morgan Securities LLC
4
Winning bidder for First Series B – Taxable Bonds (competitive):
Wells Fargo Bank, National Association
[…]
[…]
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
7
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Gabriel Gnall 410-260-7335
gabriel.gnall@maryland.gov
5. BOARD OF PUBLIC WORKS
Procurement Agency Activity Reports
Recommendation: That the Board of Public Works approve the Procurement Agency Activity
Reports submitted by:
State Treasurer’s Office 1
st
Quarter 2024
Department of Transportation April 2024
Authority: COMAR 21.02.01.05
Remarks: The content of the reports may be accessed on the Board of Public Works website:
www.bpw.maryland.gov/Pages/PAAR.aspx
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
8
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Bill Morgante 410-260-7791
bill.morgante@maryland.gov
6. 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
23-1094 ROCKHOLD, LLC To improve navigable access and stabilize an eroding
shoreline by replacing a bulkhead, reconfiguring a marina, hydraulically
maintenance dredging an area, and hydraulically dredging an area.
Deale, Rockhold Creek
Special Conditions: Requirements for bulkhead construction, transport of dredged
materials, maintenance dredging, staking dredged area, post dredge bathymetric
survey, marking dredge material pipelines, U.S. Coast Guard approval for
hydraulic dredging, U.S. Coast Guard altering pipeline route, dredge operator shut
down if problems occur, and inadvertent releases to Rockhold Creek. Restrictions
for accessory platforms at boat lifts and hydraulic dredging turbidity,
DORCHESTER COUNTY
23-1055 DORCHESTER COUNTY DEPT OF PUBLIC WORKS To replace piers,
mooring piles, a boat ramp and bulkhead and allow access to Fishing Creek and
Tar Bay by removing existing piers and associated structures, replacing a boat
ramp, constructing a replacement bulkhead, constructing and backfilling a
bulkhead, replacing a timber pier, and replacing a pier with finger piers and
mooring piles.
Fishing Creek, Tyler Creek
Special Conditions: Requirements for constructing bulkhead, removing existing
pier and associated structures, and construction and maintenance of a cofferdam
or similar containment structure.
9
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
6. BOARD OF PUBLIC WORKS (cont’d)
QUEEN ANNE’S COUNTY
23-1064 QUEEN ANNE’S COUNTY DEPARTMENT OF PARKS AND RECREATION
To maintain boat parking and increase access to the Chester River by constructing
and backfilling bulkheads, constructing a boat ramp, and constructing a kayak
launch with a platform.
Chestertown, Chester River
Special Conditions: Requirements for construction and maintenance of a
cofferdam or similar containment structure, construction of bulkhead, and
installing chocks, stoppers, bracing or similar devices.
TALBOT COUNTY
22-1283 NANCY L. TRIPPE To reduce shoreline erosion by installing a low profile stone
sand containment sill, filling and grading with sand, planting marsh vegetation,
and constructing a stone revetment.
Easton, Tred Avon River
Special conditions: Time of year restriction. Requirements for marsh
establishment area, signing and acceptance of marsh maintenance plan, and
constructing vents.
Wetlands Created: 10,779 sf
WICOMICO COUNTY
22-0773 WHERE THE GREEN GRASS GROWS, LLCTo protect an eroding shoreline
and improve navigable access by constructing sand containment structures, filling
and grading with sand, planting marsh vegetation, constructing a kayak launch, a
pier with a platform, and a boatlift.
Nanticoke, Nanticoke River
Special conditions: Requirements for marsh establishment area, signing and
acceptance of marsh maintenance plan, constructing vents, and clearly marking
pier or associated structures. Restrictions on attaching accessory platforms to
existing or proposed boatlifts.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
10
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Krishnanda Tallur 410-913-6318
krishnanda.tallur@maryland.gov
7. MARYLAND STATE DEPARTMENT OF EDUCATION
Division of Rehabilitation Services
Recommendation: That the Board of Public Works create 19 positions
Authority: Section 7-236, State Finance and Procurement Article, and Section
34 of Chapter 101 of 2023 (Budget Bill for FY 2024).
Amount: $1,610,813
Fund Sources: SSA Disability Programs (Federal)
Appropriation Code: R00A01.23
Requesting Agency Remarks: Section 34 of Chapter 101 of 2023 (Budget Bill for FY 2024)
authorizes the Board of Public Works to create positions that are supported entirely by funds from
federal or other nonState sources, provided that the positions are abolished if the funding source
is eliminated. The following new positions supported by the Social Security Administration
Disability Programs are requested to be created.
Regular Positions to be Created
FTE
Position Title
Class
Code
Grade/
Step
Salary and Fringe
(FY 2025)
12.0
Vocational
Rehabilitation
Specialist I
5165
14/7
$1,087,990
2.0
Administrative
Specialist II
1756
11/5
$145,431
4.0
Administrative
Specialist I
1755
10/5
$304,676
1.0
Fiscal Accounts Clerk
II
4518
10/5
$72,716
Total
19.0
$1,610,813
The Fiscal Year 2025 cost for these 19 positions is estimated to be $1,610,813.
11
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
7. MARYLAND STATE DEPARTMENT OF EDUCATION (cont’d)
Requesting Agency Remarks (cont’d):
Vocational Rehabilitation Specialist I is responsible for successfully completing sixteen-week
basic disability training program. They will learn to adjudicate initial Social Security Disability
claims that includes medical and vocational analysis. They will process the initial Disability
Insurance Benefit (DIB), Supplemental Security Income (SSI), and Childhood Disability
Benefits (CDB) claims following the federal regulations.
Administrative Specialist II positions provide support for the Vocational Specialist I, II and
Technical Specialists. They are responsible for scheduling consultative examinations with
medical providers and facilities across the state if the claimant does not have medical sources to
document the medical impairment. They make recommendations for travel, if the provider is
outside of their geographic location, and they also initiate the need to schedule interpreters, when
appropriate. They handle all rescheduling and cancellations by communicating directly with the
medical providers and facilities performing the examinations. They provide support to agency
procurement and case control staff.
Administrative Specialist I functions as support to the Vocational Rehabilitation Specialist I, II
and Technical Specialists. They perform a wide variety of tasks to support scanning in
documents into the electronic claim, validations, and handle Congressional and State inquires.
Other functions include working with prioritizing case distribution from the backlog.
Fiscal Accounts Clerk II is responsible for the payment of medical invoices and assists with the
maintenance of the agency vendor file to ensure the provider’s billing address is accurate.
The Maryland Disability Determination Services (DDS) has a current backlog of Maryland
citizens waiting for their claim to be assigned and processed. Among the staff members responsible
for processing the claims, 70% have less than two years’ experience processing the Social Security
Disability claims, compounded with the loss of experienced staff to other state and federal
agencies. Due to the lack of experience in the adjudicator positions and inexperience in the
supervisory and medical reviewers, the mean processing time has increased to over 320 days to
complete a case. The requested positions will support the 45% to 50% increase in production
expected through case assignment in the case control area: scheduling consultative examinations
and the timely payments of invoices. The selection of the specified class codes gives us the
flexibility to adjust job duties as we progress through this process. We sincerely appreciate the
support and submission of this request for approval.
DBM Remarks: The Secretary of the Department of Budget and Management has certified that
funds are available for the new positions for which approval is requested.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
12
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Matthew Dryer 410-697-9687
matthew.dryer@maryland.gov
8. DEPARTMENT OF INFORMATION TECHNOLOGY
Resource Sharing Agreement (Amendment), RSA Program
Recommendation: The Board of Public Works approve amending this revenue
generating resource sharing agreement to add option years.
Authority: Section 3.5-307, State Finance & Procurement Article,
Annotated Code of Maryland
Original Approval: DoIT Item 1-GM (01/06/2016)
Property location: Green Ridge State Forest, Allegany County
Award: American Tower LLC d/b/a SpectraSite Communications,
LLC
Original Term: 1/6/2016 – 1/5/2026
Option Term: 1/6/2026 – 1/5/2031 (Option 1)
Option Term: 1/6/2031 – 1/5/2036 (Option 2)
Option Term: 1/6/2036 – 1/5/2041 (Option 3)
Option Term: 1/6/2041 – 1/5/2046 (Option 4)
Option Term: 1/6/2046 – 1/5/2051 (Option 5)
Option Term: 1/6/2051 – 1/5/2056 (Option 6)
Original Amount: $216,083 + 25% of gross income received from any
subleases or license
One-Time Payment (this Item): $ 62,200 (For early renewal)
Option Amount (this Item): $2,554,754.16 + 25% of gross income received from any
subleases or license
Projected Compensation to State
$246,721.73 (Option 1)
$300,174.70 (Option 2)
$365,208.42 (Option 3)
$444,331.89 (Option 4)
$540,597.68 (Option 5)
$657,719.74 (Option 6)
$2,554,754.16
REVISED
13
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
8. DEPARTMENT OF INFORMATION TECHNOLOGY (cont’d)
Requesting Agency Remarks: Approval of this revenue-generating transaction results from a
resource sharing agreement between Maryland Department of Natural Resources, Maryland
Department of Information Technology and SpectraSite Communications, LLC. The original
agreement contemplated a non-exclusive use of the State land for the tenant constructed
telecommunications tower in support of private industry telecommunications antennas along
with designated ground space.
Approving this Amendment adds option years and allows the parties to continue their mutually
beneficial agreement whereby the State continues to receive monetary compensation and the
Company continues its use of the State lands in Allegany County for the additional terms.
Fund Source: Revenue Generating- MITDP Fund
MD Tax Clearance: 24-2250-1010
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
14
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Matthew Dryer 410-697-9687
matthew.dryer@maryland.gov
9. DEPARTMENT OF INFORMATION TECHNOLOGY
Resource Sharing Agreement, RSA Program
Recommendation: The Board of Public Works approve the State entering into a resource
sharing agreement.
Authority: Section 3.5-307, State Finance & Procurement Article,
Annotated Code of Maryland
Award: One Ring Networks Inc d/b/a Telegia Communications
Term: 06/05/2024 – 06/04/2029 (10-year base)
06/05/2029 – 06/04/2034 (Option 1)
06/05/2034 – 06/04/2039 (Option 2)
06/05/2039 – 06/04/2044 (Option 3)
Amount: Projected Compensation to State
$79,637.04 (5-year base)
$92,321.15 (Option 1)
$107,025.52 (Option 2)
$124,071.91 (Option 3)
$403,055.62
Property location: 24900 Washington National Pike, Clarksburg, Montgomery County
Requesting Agency Remarks: This revenue-generating transaction results from a resource
sharing agreement between Maryland Public Television and One Ring Networks d/b/a Telegia
Communications. For this proposal, the State receives the benefit of monetary compensation for
use of ground and tower space in support of rural broadband telecommunications antennas
located on the MPT tower at 24900 Washington National Pike, Clarksburg, Montgomery
County. Since the monetary value of the lease over the 20-year term is more than $100,000, this
item was submitted to the Legislative Policy Committee for review and comment and was posted
on eMarylandMarketplace.
Fund Source: Revenue Generating- MPT MD Tax Clearance: 24-2086-000
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
15
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Irene Padilla 667-219-4801
irene.padilla@maryland.gov
10. MARYLAND STATE LIBRARY AGENCY
Recommendation: That the Board of Public Works approve the Maryland State Library
Agency making seven grants to county public library systems.
The grants will be funded, in part, by prior authorizations from 2022 and
2023 for the cancelled Harford County Bel Air Library renovation.
Additionally, the 2023 authorization of $2,200,000 for the new Pocomoke
Library may be released following removal of an underground fuel oil
tank and completion of a risk assessment for new construction by the
Maryland Department of the Environment (MDE).
Authority: Section 8-301, State Finance and Procurement Article,
Annotated Code of Maryland
County Library Capital Project Grant Program
Education Article, Section 23-510, Annotated Code of Maryland
Amount: $15,161,000
Fund Source: Maryland Consolidated Capital Bond Loan of 2024, $7,954,000
Maryland Consolidated Capital Bond Loan of 2023, $5,793,000
Maryland Consolidated Capital Bond Loan of 2022, $1,414,000
Grantee
Library Project
Amount
Anne
Arundel
County
Glen Burnie: Construct a new 40,838 square foot library building to
replace the obsolete, 1968-vintage building. The existing building
does not provide meeting room nor collaboration spaces. The existing
wiring will not support additional computers or internet services for
customers. The project will provide a new, modern 33,068 SF Glen
Burnie Library and an 7,700 SF Archeology and Cultural Resources
facility. The FY 2024 budget included funding for the design of the
library portion of the building. The FY 2025 budget includes funds
for design and construction. County match - $1,398,000.
$1,398,000
Baltimore
City
Forest Park: Renovate and expand the 7,400 SF Forest Park Branch
constructed in 1910, expanded in 1964, and last renovated in 1987.
The project will completely renovate and modernize the building
with new mechanical, electrical, and safety systems. It will address
significant water intrusion, and of greatest consideration, add a new
ADA entry point, including adding an elevator providing access to
the main Library on the first floor and existing public meeting room
in the basement. The renovated and expanded branch will total 9,700
SF. The FY2025 budget includes construction funding. City match -
$6,350,000.
$3,218,000
REVISED
16
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
10. MARYLAND STATE LIBRARY AGENCY (cont’d)
Grantee
Library Project
Amount
Garrett
County
Friendsville: Construct a new 4,500 GSF Friendsville Library to
replace the existing 2,800 SF building, a "temporary" metal
structure erected in 1970. The current facility is grossly
inadequate in terms of insulation, ADA access, electrical
infrastructure and size, and lacks a meeting room for
community events. The FY 2024 budget included funding for site
acquisition and design. FY 2025 funds are to start construction
and furnish the new library. Additional funds to complete the
project will be requested in FY 2026. County match - $200,000 +
Library match - $95,000.
$2,655,000
Montgomery
County
Damascus: Renovate the 16,400 GSF Damascus library. The
building opened in 1990 and is a shared County facility with the
Damascus Senior Center. Although both spaces will be renovated,
the request is only for the Library. This project will include
replacement of the roof, windows, lighting, store front doors, part
of the HVAC system and waterproofing the foundation. ADA
issues and the functionality of the library spaces will also be
addressed. Adding collaboration spaces, a lactation room, a single
service desk, a gender-neutral bathroom, electrical outlets and
renovating existing bathrooms will make the Damascus library
more functional and responsive to community needs. State funds
were provided for design outside the grant program during the
2023 General Session. The FY2025 request is for construction.
County match - $957,000.
$957,000
Talbot
County
St. Michael’s: Renovate and expand the existing 7,716 SF St.
Michaels Library constructed in 1981. The project will add 3,071
SF, a 40 percent increase in size, and result in a fully-renovated
10,787 SF facility that will become the new hub of the
community. With the exception of an expansion completed 17
years ago, part of the original facility's infrastructure is over 40
years old and includes a pre-engineered metal town garage from
which the library was first built. The library has insufficient
spaces for large community meetings, children, teens, collections,
and study and is not fully ADA compliant. Funding was provided
in FY 2023 and FY 2024 for design and to begin construction.
The FY 2025 budget includes funds to complete the project.
County match - $2,803,000.
$2,803,000
REVISED
17
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
10. MARYLAND STATE LIBRARY AGENCY (cont’d)
Grantee
Library Project
Amount
Wicomico
County
Salisbury: Replace five outdated, inefficient, and malfunctioning
components of the heating, ventilation, and air conditioning
(HVAC) system at Wicomico Public Library's flagship Paul S.
Sarbanes Branch in Downtown Salisbury. These components were
installed in 1979 and are at the end of their usable lifespan. In
some cases, they have already caused problems over the past
several years, adversely impacting the Library's ability to meet its
commitments to effectively serving the public. Future issues could
prove catastrophic. With the proposed improvements, the HVAC
system will serve the needs of the Library for at least the next 15
years. Funds were provided in FY 2018 to replace a portion of the
HVAC system. This project will complete the system upgrade.
County match $16,520 + Library match $6,480.
$131,000
Worcester
County
Pocomoke: Construct a new 12,000 GSF facility to replace the
existing Pocomoke Branch Library. The current building is 6,700
SF and opened in 1970. The library's facility plan identified many
necessary infrastructure replacements including the need for a
new roof, new HVAC equipment, and increased electrical service.
Additional space is needed to support current and future functions.
A new library will support active learning and expand the library's
ability to offer programming. The FY 2024 budget included
funding for construction that was deferred to FY 2025 due to a
change in location and environmental concerns at the site. The FY
2025 budget includes supplemental funds for construction.
Additional funds will be requested in FY 2026 to complete
construction and furnish the facility. County match - $3,999,000.
$3,999,000
REVISED
18
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
10. MARYLAND STATE LIBRARY AGENCY (cont’d)
Background: On July 1, 2017, the Division of Library Development and Services (DLDS) at the
Maryland State Department of Education (MSDE) became the Maryland State Library Agency
(MSLA) under the direction of the Maryland State Library Board as a result of changes to the
Maryland Code made during the 2017 General Assembly session (Senate Bill 587/House Bill
1094).
MSLA’s County Library Capital Project Grant Program makes capital grants to county public
library systems to support projects that address the State’s library needs. The grants must be
matched according to a wealth-based cost sharing formula (implemented June 1, 2013) and must
be at least $20,000. During the 2021 General Session, the annual funding mandate for the
program was increased from $5,000,000 to $7,500,000.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
19
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Nick Napolitano 410-767-5195
nick.napolitano1@maryland.gov
11. MARYLAND DEPARTMENT OF HEALTH
Recommendation: That the Board of Public Works create 10 positions.
Authority: Section 7-236, State Finance and Procurement Article, and Section
34 of Chapter 101 of 2023 (Budget Bill for FY 2024).
Amount: $0
Fund Sources: N/A
Appropriation Codes: M00B01.04, M00B01.06, M00R01.02
Requesting Agency Remarks: Section 34 of Chapter 101 of 2023 (Budget Bill for FY 2024)
authorizes the Board of Public Works to create additional positions beyond the Rule of 100
established in provided that 1.25 full-time equivalent (FTE) contractual positions are abolished for
each regular position added and there is no increase in agency funding in the current budget or the
next two budgets.
The Maryland Department of Health requests 10 new positions via contractual conversions to
support the work and mission of our health professional boards and commissions and health
regulatory commissions. These positions are 100% supported by available special fund revenue
within the Board of Dental Examiners, Board of Pharmacy, Board of Physicians, and the Health
Services Cost Review Commission.
The Department identified 12.5 contractual FTE to be abolished to create the 10 regular positions
listed above. This is a ratio of 1.25 contractual FTE abolished to 1 regular position created.
The 10 positions created are within the following MDH units:
Regulatory Services
Health Regulatory Commissions
DBM Remarks: The Secretary of the Department of Budget and Management has certified that
the FY 2024 budget includes the contractual positions to be abolished and that funds are available
for the new positions for which approval is requested.
20
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
11. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Regular Positions to be Created
FTE
Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.00
Administrative Officer
III
2247
STD 0015 / 008
$81,146
1.00
Administrative Officer
III
2247
STD 0015 / 010
$84,259
1.00
Administrative Officer
III
2247
STD 0015 / 019
$99,957
1.00
Administrative
Specialist II
1756
STD 0011 / 004
$57,693
1.00
Administrative
Specialist II
1756
STD 0011 / 006
$60,886
2.00
HSCRC Analyst I
9255
HSCRC 0001
$189,396
1.00
HSCRC Chief I
9253
HSCRC 0003
$109,671
1.00
Lab Scientist Surveyor I
0049
STD 0016 / 012
$93,383
1.00
Office Secretary III
1362
ASTD 0010 / 013
$64,993
TOTAL
10.00
$841,384
21
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
11. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished
FTE
Position Title
Class Code
Grade/Step
Salary and
Fringe
1.00
Administrative Officer I
2711
STD 0013 / 000
$51,120
1.00
Administrative Officer III
2247
STD 0015 / 008
$67,887
1.00
Administrative Officer III
2247
STD 0015 / 010
$70,491
1.00
Administrative Officer III
2247
STD 0015 / 019
$83,624
0.75
Administrative Specialist I
1755
STD 0010 / 000
$42,547
1.00
Administrative Specialist II
1756
STD 0011 / 004
$48,266
1.00
Administrative Specialist II
1756
STD 0011 / 006
$50,938
2.75
HSCRC Analyst I
9255
HSCRC 0001
$202,263
1.00
HSCRC Chief I
9253
HSCRC 0003
$91,751
1.00
Lab Scientist Surveyor I
0049
STD 0016 / 012
$78,124
1.00
Office Secretary III
1362
ASTD 0010 / 013
$54,373
TOTAL
12.50
$841,384
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
22
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Jeffrey Fretwell 410-537-4481
jeffrey.fretwell@maryland.gov
12. MARYLAND DEPARTMENT OF THE ENVIRONMENT
Maryland Drinking Water State Revolving Fund
Water Supply Financial Assistance
Recommendation: That the Board of Public Works approve new funding as described.
Authority: Maryland Water Infrastructure Financing Administration Act
Sections 9-1601--9-1622 & Sections 9-420--9-426, Environment Article,
Annotated Code of Maryland
Project: Secretary Water Meter Replacement
Recipient: Commissioners of Secretary
Amount: Up to $466,166
Location: Dorchester County/Legislative District 37B
Project Description: This project entails the planning, design and construction of an Advanced
Metering Infrastructure (AMI) system replacing the existing manual read water meters in the
Town of Secretary. Work will include the installation of new meters in the existing meter pits,
network repeater units, and the collector antenna and Supervisory Control and Data Acquisition
(SCADA) integration to the current town management software in Town Hall. Completion of this
work will complete part of the town’s ongoing Water Conservation Strategy, providing the Town
with more accurate usage reading, early leak detection, and reduced operating costs overall. Water
conservation will help reduce drawdown from the town drinking water wells, extending the
lifespan of the existing wells, storage tanks and treatment facility accordingly. This project helps
in water and energy conservation, which is consistent with the Greenhouse Gas Reduction Act’s
statewide goal of reducing greenhouse gas emissions 60% by 2031.
This project will be constructed in accordance with coastal and non-coastal resiliency guidelines
developed as part of the Coast Smart Program to reduce climate change risks to such projects.
Financing Description:
A. New Loan (up to) $134,083 – Drinking Water State Revolving Loan Fund
Term. Period not to exceed 20 years following project completion
Rate. Disadvantaged community interest rate of 25% of the average of the Bond Buyer 11-
Bond Index for the month preceding loan closing. (Based on this formula, in fiscal year 2023
loan recipients received interest rates ranging from 0.80% to 0.90%).
Security. Borrower will deliver its bond, along with its full faith and credit endorsement, to
the Maryland Water Infrastructure Financing Administration.
23
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
12. MARYLAND DEPARTMENT OF THE ENVIRONMENT (cont’d)
Financing Description (cont’d):
B. New Loan Forgiveness (up to) $134,083 – Drinking Water State Revolving Loan Fund
This funding is provided under the Drinking Water State Revolving Loan Fund Program
disadvantaged community criteria. Principal forgiveness loan terms/grant conditions are
enforceable should Recipient default.
C. New Grant (up to) $198,000 – Water Supply Financial Assistance
Project Funding Sources:
Drinking Water State Revolving Fund (this Item) $134,083
Drinking Water State Revolving Loan Fund Forgiveness (this Item) $134,083
Water Supply Financial Assistance, WSG 09.10, MCCBL 2021-21541
(this Item) $198,000
Local Share $ 6,380
Total Estimated Project Cost $472,546
Funding may involve multiple sources which may include general obligation bond proceeds as the
required 20% match to federal funds and other funds.
State Clearinghouse: MDE has determined that its recommendation is consistent with Maryland's
State Clearinghouse comments and recommendations.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
24
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Jeffrey Fretwell 410-537-4481
jeffrey.fretwell@maryland.gov
13. MARYLAND DEPARTMENT OF THE ENVIRONMENT
Water Supply Financial Assistance
Recommendation: That the Board of Public Works approve new funding as described.
Authority: Sections 9-420--9-426 Environment Article, Maryland Code,
Water Supply Facilities Financial Assistance.
Project: Luke Water Distribution System Improvements
Recipient: Town of Luke
Amount: Up to $782,383
Location: Allegany County/Legislative District 1A
Project Description: The proposed project involves the replacement of the aging water
distribution system and ancillary appurtenances in the Town of Luke in Allegany County. The
existing water distribution system has exceeded its useful life and is experiencing failures and
leaks. The deteriorated water distribution system is in need of replacement. The proposed
improvements will provide residents with safe and reliable drinking water, including fire
protection. This project will be constructed in accordance with coastal and non-coastal
resiliency guidelines developed as part of the Coast Smart Program to reduce climate
change risks to such projects.
Project Funding Sources:
Water Supply Financial Assistance, WSG 33.01, MCCBL 2021-21541
(this Item) $ 782,383
Local Share $ 1,086,117
Total Estimated Project Cost: $ 1,868,500
State Clearinghouse: MDE has determined that its recommendation is consistent with Maryland's
State Clearinghouse comments and recommendations.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
25
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Jeffrey Fretwell 410-537-4481
jeffrey.fretwell@maryland.gov
14. MARYLAND DEPARTMENT OF THE ENVIRONMENT
Maryland Water Quality State Revolving Loan Fund
Recommendation: That the Board of Public Works approve new funding as described.
Authority: Maryland Water Infrastructure Financing Administration Act
Sections 9-1601--9-1622, Environment Article,
Annotated Code of Maryland
Project: McKeil Point BIP #1 On-Site Sewage Disposal System Removal
Recipient: Dorchester County
Location: Dorchester County/Legislative District 37B
Amount: Up to $1,119,224
Project Description: This project consists of the planning, design, and construction of a public
sewer extension to connect 12 existing homes to the Madison-Wolford sewerage system for
treatment at Cambridge WWTP, an ENR-level treatment plant. This community is currently
serviced by a failing Bermed Infiltration Pond (BIP), McKeil Point 21 (Shared Facility #21-1).
Because the project is located outside of a Priority Funding Area, on May 30, 2019, the
Department of Planning issued an exception to the Priority Funding Area law due to the project
being necessary to protect public health or safety. Work includes abandonment of the existing
BIP and septic tanks; installation of grinder pumps, controls, and appurtenances; construction of
the force main and connection to Deepwater Point Pump Station and other related work to
convey the additional flow to Cambridge WWTP.
Completion of this project will address the public health hazard from the failing septic system
and improve water quality in the Little Choptank River and ultimately the Chesapeake Bay. This
project will be constructed in accordance with coastal and non-coastal resiliency guidelines
developed as part of the Coast Smart Program to reduce climate change risks to such projects.
Financing Description:
A. New Loan (up to) $559,612Water Quality State Revolving Loan Fund
Term. Period not to exceed 30 years following project completion
Rate. Disadvantaged community interest rate of 25% of the average of the Bond Buyer 11- Bond
Index for the month preceding loan closing. (Based on this formula, in fiscal year 2023 loan
recipients received interest-rates ranging from 0.80% to 0.90%)
Security. Borrower will deliver its bond, along with its full faith credit endorsement, to the
Maryland Water Infrastructure Financing Administration.
B. New Loan Forgiveness (up to) $559,612 – Water Quality State Revolving Loan Fund
This funding is provided under the Water Quality State Revolving Loan Fund Program
disadvantaged-community criteria. The principal forgiveness loan terms/grant conditions are
enforceable should grantee default.
26
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
14. MARYLAND DEPARTMENT OF THE ENVIRONMENT (cont’d)
Project Funding Sources:
Water Quality State Revolving Loan Fund (this Item) $ 559,612
Water Quality State Revolving Loan Fund Forgiveness (this Item) $ 559,612
Local Share $ 287,500
Total Estimated Project Cost $1,406,724
Funding may involve multiple sources which may include general obligation bond proceeds as
the required 20% match to federal funds and other funds.
State Clearinghouse: MDE has determined that its recommendation is consistent with
Maryland's State Clearinghouse comments and recommendations.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
27
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Kenny Toro 410-729-8926
ktoro@menv.com
15. MARYLAND ENVIRONMENTAL SERVICE
Eastern Correctional Institution, Somerset County
Construction Contract: ECI Cogen Equipment – Boiler Burners and Economizers
MES Project # 1-21-4-37-2
Original Approval: Secretary’s Agenda, Item 14 (1/27/2021)
Award: Delval Equipment Corporation,
West Norrinton, PA
Contract Description: Furnish new dual fuel burners, economizers, fuel trains,
and controls for each of the existing boilers at the ECI
Cogeneration plant as part of fuel conversion to natural gas.
Modification Description: Furnish new Induced Draft fans for the modified boilers at
the ECI Cogeneration plant as part of the fuel conversion to
natural gas.
Original Term: 1/29/2021 – 12/31/2021
Previous Term Modifications: 12/31/2021 - 12/31/2022 (CO #1)
12/31/2022 - 12/31/2023 (CO #3)
Modified Term (This Item): 1/1/2024 - 8/30/2024
Original Contract: $ 845,731.68
Previous Modifications: $ 0.00 (CO #1; No cost time extension)
$ 613,541.46 (CO #2; Update equipment design for
code compliance- Secretary’s
Agenda, Item 13 3/9/2022)
$ 27,860.75 (CO #3; changes to equipment design)
Modification Amount (this Item): $ 506,242.50
Revised Amount: $ 1,993,376.39
Percentage Increase: 59.9%
MBE Goal: 0%
MBE Compliance 0%
.
28
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
15. MARYLAND ENVIRONMENTAL SERVICE (cont’d)
Remarks: At the culmination of the construction modifications to the existing Cogeneration Plant,
which included modification to the internal boiler configuration and boiler room, the Contractor
began start-up testing of newly installed burners. They found that the Induced Draft (ID) fans, one
per boiler, created air flow and draft conditions (pressure) inside the modified boiler that could not
be controlled to allow reliable and repeatable light-off conditions. Following troubleshooting and
testing, the Contractor and MES’ engineering consultant determined that the ID fan must be
replaced to finish the start-up testing and advance to full commissioning of the burner. The purpose
of this change order is to purchase those replacement ID fans.
Fund Sources: General Funds:
ECI Energy Upgrade Project Reserve Fund (Res 21-12-1R)
ECI Cogen Plant Boiler Fuel Conversion DGS Deficiency
Funding
Appropriation Codes: 4024-0000, Res 21-12-1R $297,504.31
4025-0000, DGS H00H01.02 $208,738.19
Resident Business: No
Tax Compliance No.: 24-2264-1110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
29
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Stacy Montgomery 410-697-9559
stacy.montgomery@maryland.gov
16. DEPARTMENT OF PLANNING
Maryland Historical Trust
Historic Preservation Capital Grant Program
Recommendation: Approve funding for the following seven grants of general obligation bond
proceeds totaling $604,000.
Fund Source: MCCBL of 2021: Maryland Historical Trust Appropriation #21562
MCCBL of 2023: Maryland Historical Trust Appropriation #23155
A. Cowdensville A.M.E. Church $100,000
1100 Sulphur Spring Road
Arbutus MD 21227, Baltimore County
Grantee: Friends of Cowdensville A.M.E., Inc.
Description: Exterior rehabilitation work to include site work; drainage improvements; roof
repair/replacement; framing repair/replacement; gutters and downspouts; masonry; foundation;
and associated architectural, engineering, and consulting services. [Total project costs $100,000
estimated.]
Remarks: Cowdensville A.M.E. Church is a modest wood-frame church with a gabled roof,
designed in a vernacular style, and constructed between 1904 and 1907. Cowdensville AME’s
roots go back to 1857 within the free Black community in southwestern Baltimore County. The
church has served its community from its founding, not only as a place of worship but as a
meeting place for civil rights groups in the mid-20th century. For many years the church hosted
grief support groups, food and school supply giveaways, and neighborhood organization
meetings. A complete rehabilitation was undertaken in the late 1990s to save the church from
condemnation and demolition. Cowdensville AME requested funds for exterior work to drainage
improvements, roof repair or replacement; and foundation repair.
B. Allegany County Courthouse $85,000
30 Washington Street, Cumberland, MD 21502, Allegany
Grantee: Board of County Commissioners of Allegany County, Maryland
Description: Exterior and interior rehabilitation work to include window repair; carpentry;
painting; finishes; and associated architectural, engineering, and consulting services. [Total project
costs $170,000 estimated.]
Remarks: The Allegany County Courthouse located within the Washington Street Historic
District was constructed in 1893 in the Richardson Romanesque style. Built on the site of Fort
Cumberland, an eighteenth-century outpost, the courthouse features highly contrasting red brick
with white stone trim. The building is still owned and operated by Allegany County. The
courthouse has 190 window openings, many of which are filled with historic wood double-hung
sash windows. The Board of County Commissioners of Allegany County requested funding for
the restoration of the historic wood windows.
REVISED
30
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
16. DEPARTMENT OF PLANNING (cont’d)
C. Brookeville Academy $100,000
5 High Street
Brookeville, MD 20833, Montgomery
Grantee: Town of Brookeville, Maryland
Description: Exterior and interior rehabilitation work to include masonry repair/replacement,
carpentry; window repair; door repair/replacement; finishes; painting; and associated architectural,
engineering, and consulting services. [Total project costs $200,000 estimated.]
Remarks: The Brookeville Academy was constructed in 1808 and was raised to two stories in
1834. It was one of the first private academies in Montgomery County, originally a school for
boys, but admitted female students as early as 1819. It is built of stone and was constructed largely
from donated materials. It is now used as offices for the town of Brookeville. The grant project
would address critical masonry and window repairs resulting from recent water damage.
D. Nathan House $86,000
321 High Street
Cambridge MD 21613, Dorchester
Grantee: Dorchester Center For The Arts, Inc.
Description: Exterior and interior rehabilitation work to include masonry repair/replacement,
carpentry; window repair/replacement; painting; mechanical/electrical/plumbing upgrades; and
associated architectural, engineering, and consulting services. [Total project costs $86,000
estimated.]
Remarks: Nathan's in the Cambridge Historic District Wards, is a distinctive three-story brick
commercial building. Originally constructed in the 1880s, the property was remodeled in the 1930s
and retains its Art Deco storefront. The building was home to Nathan's Furniture Store, a Delmarva
chain founded by Milford Nathan. The building is now home to the Dorchester Center for the Arts.
The grant project would address moisture issues in the building, including replacing the corroded
window lintels and upgrading mechanical systems.
REVISED
31
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
16. DEPARTMENT OF PLANNING (cont’d)
E. Ebenezer A.M.E. Church $100,000
20 West Montgomery Street
Baltimore, MD 21230, Baltimore City
Grantee: Ebenezer Kingdom Builders Inc.
Description: Exterior and interior rehabilitation to include roof repair/replacement; framing;
structural work; masonry repair/replacement; gutters and downspouts; carpentry, windows;
finishes; and associated architectural, engineering, and consulting services. [Total project costs
$100,000 estimated.]
Remarks: Built in 1865 for a congregation organized in 1836, Ebenezer A.M.E. Church is thought
to be the oldest standing church in Baltimore that was erected by African Americans and
continuously occupied by the descendants of the same congregation. This brick Gothic Revival
church has a prominent bell tower; the parish house is located in an adjoining rowhouse. The grant
project focuses on the rehabilitation of the historic bell tower, to repair masonry, broken louvers,
and a deteriorated roof that has led to leaking and interior damage.
F. Brodbeck Hall $99,000
Brodbeck Hall, Hood College
501 Brodbeck Drive
Frederick, MD 21701, Frederick
Grantee: Hood College of Frederick, Maryland
Description: Exterior and interior rehabilitation work to include masonry repair/replacement;
wood repairs/replacements; porches; foundation; framing; carpentry; painting; finishes; selective
demolition; and associated architectural, engineering, and consulting services. [Total project costs
$199,000 estimated.]
Remarks: Brodbeck Hall located in the Hood College Historic District is the last building on the
campus that pre-dates the establishment of Hood College at this location. Constructed in 1868 for
a German social club, this handsome building retains its original Greek Revival and Italianate
detailing with twentieth-century updates. Since Hood College took ownership of the building in
1897, the building has been used for a variety of purposes, including living quarters, performance
spaces, and hosting ceremonies and lectures. The requested funding will support repairs to fire
damage the building suffered in 2021.
REVISED
32
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
16. DEPARTMENT OF PLANNING (cont’d)
G. Historic Baldwin Hall $34,000
1358 Millersville Road
Millersville MD 21108, Anne Arundel
Grantee: Severn Cross Roads Foundation
Description: Exterior and interior rehabilitation work to include window repair; storm windows;
masonry repair/replacement; drainage improvements; site work; gutters and downspouts;
carpentry; painting; finishes; insulation; and associated architectural, engineering, and consulting
services. [Total project costs $34,000 estimated.]
Remarks: The Historic Baldwin Hall is a one-story frame church built in 1861 for the Severn
Crossroads Methodist Episcopal Church and named for Reverend Charles Baldwin. Baldwin Hall
is significant as a distinct example of Italianate architecture in a rural church. The building was
moved twice, in the 1930s and again in 1981. It now serves as a community center operated by the
Severn Cross Roads Foundation. The grant request is focused on addressing water damage to the
historic building, including the repair of 21 historic wood windows and site work to bring water
away from the building.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
33
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Amanda Best 443-469-4294
amanda.best@maryland.gov
17. PUBLIC SERVICE COMMISSION
General Administration & Hearings
Recommendation: That the Board of Public Works create two positions.
Authority: Section 7-236, State Finance and Procurement Article, and Section
34 of Chapter 101 of 2023 (Budget Bill for FY 2024).
Amount: $161,240
Fund Sources: Special Fund: C90303 – Public Utility Regulation Fund
Appropriation Code: C90G0001
Requesting Agency Remarks: Section 34 of Chapter 101 of 2023 (Budget Bill for FY 2024)
authorizes the Board of Public Works to create no more than 100 positions in excess of the total
number of authorized State positions on July 1, 2023, within the Executive Branch. The following
new positions are requested to be created:
Regular Positions to be Created
FTE
Position Title
Class Code
Grade/Step
Salary and
Fringe
1.0
Administrative
Specialist II
1756
11/4
$58,223
1.0
Staff Attorney II
0410
20/4
$103,017
Total
2.0
$161,240
The Public Service Commission (PSC) requires two PINs to implement Senate Bill 1 (SB 1) of
2024. The legislation reforms the retail energy supply market. Several portions of the bill increase
the workload for the PSC, including new licenses for energy salespersons and energy vendors,
relicensing existing suppliers every three years, new requirements for setting and reviewing green
power prices, and enforcement of additional customer protections and penalties that can be
imposed on suppliers. SB 1 requires that these additional PINs be created to implement the bill,
and funding is available since the legislation also increases the existing assessment cap for the PSC
and creates a new special assessment to help fund the new positions.
The positions above support the implementation of SB 1 by the PSC’s Consumer Affairs Division.
34
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
17. PUBLIC SERVICE COMMISSION (cont’d)
DBM Remarks: The Secretary of the Department of Budget and Management has certified that
funds are available for the new positions for which approval is requested. If the Board approves
this request, 41 positions will have been approved within the Rule of 100 for FY 2024.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
35
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Phil Hutson 410-333-1560
phutson@mdstad.com
18. MARYLAND STADIUM AUTHORITY
Renovation Projects at M&T Bank Stadium Construction Management (CM) Services
Contract ID: 23-100
Recommendation: That the Board of Public Works approve the Maryland Stadium
Authority awarding a construction services contract for
Guaranteed Maximum Price (GMP) Package No. 7 for the
Renovation Projects at M&T Bank Stadium located in Baltimore
City.
Contractor: Gilbane Building Company
Prior Approval: Secretary’s Agenda, Item 13 (5/17/2023)
Secretary’s Agenda, Item 14 (10/4/2023)
Secretary’s Agenda, Item 12 (11/8/2023)
Secretary’s Agenda, Item 18 (12/13/2023)
Secretary’s Agenda, Item 14 (2/14/2024)
Secretary’s Agenda, Item 14 (3/13/2024)
Secretary’s Agenda, Item 14 (4/17/2024)
Project: Renovation Projects at M&T Bank Stadium in Baltimore.
Contract Description: Professional Services – Construction
Procurement Method: Competitive Sealed Proposals
Bid Package Description: GMP Package #7 – Carpet/VCT, Paint/Wallcoverings, Epoxy
Flooring, Toilet Partitions, Kitchen Equipment, Window Shades,
Landscaping
Term: 5/4/2023 - 5/2028
Pre-Construction Amount: $1,003,365
GMP Package #1: $6,580,550
GMP Package #2: $43,906,623
GMP Package #3: $72,557,944
GMP Package #4: $19,011,614
GMP Package #5: $10,520,060
GMP Package #6: $25,696,276.54
GMP Package #7 (This Item): $6,705,055.56
Revised Amount: $185,981,489.10
36
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
18. MARYLAND STADIUM AUTHORITY (cont’d)
MBE Goal: 35% overall
Sub-goals: 8% African American; 11% Women-Owned
MBE Compliance: 8.52%
Remarks: Reference is made to Secretary’s Agenda, Item 13 (5/17/2023) in which the Stadium
Authority stated that it “[I]ntends to return with a recommendation to award several Guaranteed
Maximum Price contracts providing pre-construction performance is satisfactory.”
The procurement process for GMP Package #7 proceeded as follows:
Starting on December 8, 2023, Gilbane advertised the project for trade contractor participation
in the following publications/services: eMaryland Marketplace Advantage, Maryland Stadium
Authority website, Maryland Washington Minorities Companies Association, and via direct
solicitation. An MBE outreach event was previously conducted by Gilbane and a pre-bid site
walkthrough was held at M&T Bank Stadium. Attendees were provided with summary project
information.
Gilbane advertised for bids on construction packages for carpet/vinyl composite tile/
paint/wallcoverings, epoxy flooring, toilet partitions, kitchen equipment, window shades, and
landscaping pavers. Several other packages were also bid but are being included in a future
GMP to give more time for bid reviews. Competitive bids were received between March 1
st
and May 1
st
on various due dates by representatives from Gilbane.
Post-bid scope review meetings with selected trade contractors began on March 5
th
, 2024
to ensure that the bids were both responsive and complete. Post bid scope review
meetings were conducted virtually, and Gilbane and MSA representatives were in
attendance.
Gilbane submitted GMP #7 Package on May 15
th
, 2024
Future GMP Package(s) will be presented to the Board of Public Works for approval.
The overall MBE participation goal for the construction phase of this project was set at 35%
with sub-goals of 8% African American-owned and 11% Women-owned. The MBE goal for
this project is a total goal inclusive of all GMPs. There are no GMP specific goals. This is the
seventh of several anticipated GMPs.
Gilbane has demonstrated the good faith effort required to satisfy the goals of the MBE
program and remains committed to meeting the MBE participation goals established for
the Project.
37
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
18. MARYLAND STADIUM AUTHORITY (cont’d)
Fund Source: Series 2023 Bonds
Tax Compliance No.: 23-3475-1110
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
38
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Eric Johnson 410-223-4150
ejohnson@mdstad.com
19. MARYLAND STADIUM AUTHORITY
Baltimore City Public Schools
Frederick Douglass High School
Bid Package 1
Contract ID: BCS-02-018-GMP
Recommendation: Approve the award of Guaranteed Maximum Price Bid Package 1.
Contractor: Dustin Construction Company, Inc., Ijamsville, MD 21754
Prior Approvals: Secretary’s Agenda, Item 16 (4/19/2023)
Project: 250,000 +/- sf school building renovation/addition located at 2301
Gwynns Falls Pkwy, Baltimore, MD 21217
Bid Package Description: Demolition, Abatement, Electrical Gear, and Minor School Building
Swing Space Renovations
Bid Package 1 Amount $ 9,980,265
Pre-Construction Amount: $ 175,000
Revised Amount: $ 10,155,265
Term: 7/2024 – 7/2027
MBE Goal: 30%
Subgoals: African American 8%
Women 11%
Remarks: This Bid Package 1 represents the early trade packages of Demolition, Abatement,
Electrical Gear, and Minor School Building Swing Space Renovations needed for the project. As
identified in the prior recommendation, MSA outlined the intent to return with phased Guaranteed
Maximum Price packages (GMP). MSA is anticipating the final GMP bid package in
August/September 2024.
39
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
19. MARYLAND STADIUM AUTHORITY
Remarks (cont’d):
Construction packages were advertised and documents were issued by the CM for trade contractor
participation on April 16, 2024 in the following publications: eMaryland Marketplace, MSA’s
website, and the CM’s website, as well as directly solicited to numerous trade contractors.
MSA and the CM conducted pre-bid and site visit meetings at the project site, and all attendees
were provided with summary project information and afforded the opportunity to tour the project
site. Additionally, outreach and networking opportunities were conducted in advance of the project
bidding in October of 2023 at various events such as Associated Builders and Contractors
Outreach Event (10/4), the annual Meet the Primes Event (10/11), and the Women in Construction
Conference (10/19). These were attended by MSA, numerous trade contractors, and other
representatives regarding contracting, MBE participation, and local hiring opportunities.
On April 24, 2024 competitive, sealed trade contractor bids were received and opened at the CM’s
offices in Ijamsville, Maryland. Post-bid scope review meetings were conducted, and all bid
openings and scope reviews were attended by MSA. The CM received 11 bid submissions for the
packages solicited and advertised.
Efforts to maximize Maryland's commitment to protecting the environment and incorporating
green building standards to reduce the effects on climate change resulted in the project attaining
30% water use reduction, 27% site storm water runoff reduction, and 32% energy savings by
using efficient MEP systems, fixtures, and equipment.
Authority: Baltimore City Public Schools Construction and Revitalization
Act of 2013 (Chapter 647) [pertinent portion codified at § 10-
646, Economic Development Article, Annotated Code of MD]
Fund Source: Non-Budgeted Funds; Proceeds on deposit in the Baltimore
City Public School Construction Facilities Fund
Tax Compliance No.: 24-2304-1110
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
40
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Michael Rowan 410-576-6476
mrowan@oag.state.md.us
20. UNIVERSITY OF MARYLAND BALTIMORE COUNTY (UMBC)
General Miscellaneous
Recommendation: The University of Maryland Baltimore County, through the Office
of the Attorney General, requests approval to pay a settlement of all
claims, including claims for attorneysfees, against defendant in the
matter of Drue Nixon v. University of Maryland, Baltimore County,
Circuit Court for Baltimore County, No. C-03-CV-23-001211.
Authority: Sections 12-404 and 12-501, State Government Article,
Annotated Code of Maryland
Request Amount: $46,000
Fund Source: 100% General Funds
Appropriation Codes: R30B31
Requesting Agency’s Remarks: The University of Maryland Baltimore County and the Office of
the Attorney General recommend paying $46,000.00 to settle all claims, including attorneys’ fees,
as in the best interest of the State.
If this settlement is approved a check should be issued payable to “Drue Nixon” in the amount of
$46,000.00. The check should be delivered to Michael Rowan, Assistant Attorney General, Office
of the Attorney General of Maryland, Higher Education Division, 200 Saint Paul Place, 17
th
Floor,
Baltimore, Maryland, 21202, who will deliver it to plaintiffs attorney and ensure that all of the
necessary documentation and releases are complete.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
41
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Nicholas C. Sokolow 410-230-6124
nicholas.sokolow@mayland.gov
21. DEPARTMENT OF LABOR
General Miscellaneous
Recommendation: The Maryland Department of Labor through the Office of the
Attorney General, requests approval for a 12-month extension of the
monitoring and enforcement period approved by the Board of Public
Works on December 7, 2022 in the matter of Mark Gorres, et al. v.
Portia Wu, in her Official Capacity as Maryland Secretary of Labor,
United States District Court for the District of Maryland, Case No.
1:21-cv-03029-GLR.
Original Board Approval: Secretary’s Agenda, Item 18 (12/7/22)
Authority: Sections 12-404 and 12-501, State Government Article,
Annotated Code of Maryland
Request Amount: $0
Fund Source: N/A
Appropriation Codes: N/A
Requesting Agency’s Remarks: For the purpose of avoiding the uncertainty of litigation, the
Department of Labor and the Office of the Attorney General recommend extending the monitoring
and enforcement provisions of the aforementioned settlement agreement such that they expire June
9, 2025.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
42
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
June 5, 2024
Contact: Nathan Bowen 410-260- 7580
nathan.bowen@maryland.gov
22. DEPARTMENT OF BUDGET AND MANAGEMENT
Office of Budget Analysis (OBA)
Recommendation: That the Board of Public Works approve use of the Fiscal Year
2024 Contingent Fund to provide funds to the Department of
General Services for security enhancements in the Annapolis
Government Complex.
Request Amount: $306,130 (General Funds)
Fund Sources: FY 2024 Contingent Fund (General Funds)
Appropriation Code: D05E0102
Requesting Agency Remarks: Board of Public Works approval is requested for the use of the FY
2024 Contingent Fund for security enhancements in the Annapolis Government Complex. Based
on assessments performed by the Department of General Services (DGS), Maryland Capitol
Police, and third-party law enforcement agencies, DGS requires security enhancements to state-
owned buildings within the complex.
DBM Remarks: The Secretary of Budget and Management has certified that funds are available
from the FY 2024 Contingent Fund. After accounting for this contingent fund request, the balance
in the Contingent Fund is $1,540,676.25.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
HAND CARRIED
43
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
June 5, 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 Temporary Heat
OCMP #: 24-22233 / ADPICS: M00B4600515
Contract Type: Maintenance
Contract Description: Procurement and installation of a temporary boiler to
support the continued operation of the heating system for
Clifton T. Perkins Hospital Center.
Modification Descriptions: Modification #4: Rental and installation of two temporary
chillers and associated equipment to support the facility.
Modification #5: Rental and installation of an additional
temporary chiller and associated equipment; extend all
temporary chiller rentals through September 2024 to ensure
sufficient time to make the necessary repairs to all three
non-functioning chillers. See Remarks below for further
details.
Procurement Method (this Item): Emergency Modifications
Original Procurement Method: Emergency
Prior Emergency Reports: 01/17/2024 BPW Sec. Appendix A1 - Contract and Mod.#1
01/31/2024 BPW Sec. Appendix A1 – Mod. #2
Award: Warwick Supply and Equipment T/A Warwick
Construction; Hunt Valley, MD (Certified MBE)
Original Contract Amount: $ 554,000 (Reported 1/17/2024, Sec. Appendix A1)
Prior Modifications: $5,126,400 (Mod. #1, 01/17/2024 BPW Sec. Appendix A1)
$ 347,000 (Mod. #2, 01/31/2024 BPW Sec. Appendix A1)
$ 50,000 (Mod. #3, 04/19/2024, Delegated Authority)
Modification Amounts (this Item): $ 500,000 (Mod. #4, 04/26/2024)
$1,790,340 (Mod. #5, 04/30/2024)
44
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
June 5, 2024
APP 2
A1. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Revised Contract Amount: $8,367,740
Original Contract Term: 12/01/2023 – 02/28/2024
Original Contract Award Date: 12/01/2023
Modification Term (this Item): 04/26/2024 – 09/30/2024 (Mod. #4, 04/26/2024)
04/30/2024 – 09/30/2024 (Mod. #5, 04/30/2024)
Date Emergency Declared: 11/30/2023
Modification Award Dates (this Item): 04/26/2024 (Mod. #4, 04/26/2024)
04/30/2024 (Mod. #5, 04/30/2024)
Date Emergency Reported (this Item): 05/10/2024
Percent +/- (this Action): 8.232% (Mod. #4, 04/26/2024)
27.22% (Mod. #5, 04/30/2024)
Total Percent Change: 1087.26% (Mod. #4, 04/26/2024)
1410.42% (Mod. #5, 04/30/2024)
MBE / VSBE Participation: 0% / 0%
MBE / VSBE Compliance: 0% / 0%
Fund Source: 100% General
Appropriation Code: 320101002223
Remarks: Nature of Emergency (from original Emergency Contract 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.
45
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
June 5, 2024
APP 3
A1. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Remarks (cont’d):
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 (from Emergency Report Sec. Appendix A1, 1/31/2024 BPW): The
CTPHC boiler system creates low pressure steam which is used to generate heating hot water and
domestic hot water, distributed throughout 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.
Modification 3 (MDH Delegated Authority): The CTPHC maintains a boiler and chiller system
which in conjunction function to support a “hot deck/cold deck” system, meaning that the air flow
is split into two parts, one being heated and one being cooled to provide the correct mix for proper
heating and cooling throughout the facility. Both systems are required to maintain temperature
balance. The boiler and chiller system also support the temperatures for hot and cold domestic
water. Regulating air and water temperatures during peak seasons are particularly difficult to
manage with only one side of the heating or cooling system functioning properly.
When CTPHC began preparations to bring the three chillers online it was determined that the
chillers were non-functional. It was further determined that a full assessment of the chiller system
would be required to determine the work needed to bring the chillers online. It became increasingly
difficult to manage the hot and cold systems for both domestic water and heating and cooling air
during a period of erratic outside temperatures. This modification was done within MDH’s
delegated authority to complete the heating and cooling assessment.
46
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
June 5, 2024
APP 4
A1. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Emergency Modification 4 (this Item): The assessment revealed that the chillers needed critical
repairs. The lead times on parts for the critical repairs were extensive and did not meet the
immediate need. Therefore, temporary chillers were required with an impending 10-day weather
forecast starting April 27, 2024 and the need to maintain required domestic water temperatures.
Outside temperatures were predicted to be 80-90°F and due to the nature of the facility and security
concerns, installing smaller cooling equipment on the units was not feasible. Additionally, utilizing
smaller cooling equipment did not address the need to control the domestic water temperatures.
This modification captures the rental and installation of two temporary chillers and associated
equipment to support the facility.
Emergency Modification 5 (this Item): A third chiller at CTPHC, which supports the
Rehabilitation Unit, was also assessed and it was determined that the equipment is in need of
critical repairs. An additional temporary chiller is required until the repairs can be completed. Due
to the lead time on parts, the temporary chiller was required due to the 10-day weather forecast.
Additionally, the lease of the two chillers procured during the April 26, 2024 modification and fuel
costs for associated equipment is being extended through September 2024 to ensure sufficient time
to make the necessary repairs to all three non-functioning chillers.
Resident Business: Yes
Tax Clearance: 23-50951101
BOARD OF PUBLIC WORKS THIS ITEM WAS:
ACCEPTED REMANDED
WITH DISCUSSION WITHOUT DISCUSSION
47
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
June 5, 2024
APP 5
Contact: Joh Sedtal 443-469-5864
joseph.Sedtal@maryland.gov
A2. DEPARTMENT OF PUBLIC SAFETY AND CORRECTIONAL SERVICES
Contract Title: Emergency Sanitary Pump System Repair at Patuxent Institution
(PATX)
ADPICS NO. Q00P4603843
Contract Type: Maintenance
Contract Description: Emergency services to remove and disinfect a basement backup that
occurred at PATX as a result of failed sanitary ejector pumps.
Services also included repairing and replacing sanitary ejector
pumps and rental of an additional sanitary backup pump to prevent
further overflows while work was being completed.
Procurement Method: Emergency
Bids:
Bidders
Amounts
JPG Plumbing and Mechanical Inc.; Jessup, MD
$250,000.00
Award: JPG Plumbing and Mechanical Inc.
Amount: $250,000 NTE
Term: 4/29/2024 - 5/09/2024 (Not to exceed 9 days)
Date Emergency Declared: 4/29/2024
Contract Award Date: 5/02/2024
Date Emergency Reported: 5/13/2024
MBE / VSBE Participation: 0% / 0%
Fund Source: 100% General Funds
Appropriation Code: Q00T0406
48
5/02/2024 - 5/09/2024
See next page for
Record Correction
Letter dated
7/26/24
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
June 5, 2024
APP 6
A2. DEPARTMENT OF PUBLIC SAFETY AND CORRECTIONAL SERVICES
(cont’d)
Remarks: Nature of Emergency: On April 24, 2024, the Patuxent Institution (PATX) had
planned to shut the water main off for 12 hours starting at 2:00am to replace valves as a part of a
Department of General Services (DGS) maintenance project. Howard County Department of
Public Works (Howard County) was contacted to shut off the water main for contractual work to
be completed, but when Howard County returned to reopen the water main, a valve would not
fully open and the required water pressure could not be restored. Howard County made plans to
replace the valve the next day on April 25, 2024 around 2:30pm.
Approximately thirty hours after the initial water shut off, water service was restored to PATX.
A large volume of water was utilized by incarcerated individuals and employees when service
was restored, resulting in the generation of a large volume of wastewater that was too large for
the existing sanitary sewer lines to handle. This process damaged the sanitary ejector pumps, and
caused a backup of wastewater to occur in the basement of the facility. In order to avoid a large-
scale health and safety hazard, contractors were immediately contacted to remove the wastewater
backup and repair the damaged pumps.
Basis for Selection: In an effort to secure competitive pricing, calls for quotes were made to two
vendors that were known to respond timely, were familiar with the facilities and their associated
security protocols, and had performed similar work for the Department successfully in the past.
JPG Plumbing and Mechanical, Inc. (JPG) was selected for their ability to perform satisfactorily
on past projects. The second firm contacted was unable to respond in a timely manner. This work
is time sensitive, and without the repairs, wastewater would continue to overflow and backup into
other facility areas and a health and safety hazard would continue to exist.
Resident Business: Yes
Tax Compliance No.: 24-2009-1110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
ACCEPTED REMANDED
WITH DISCUSSION WITHOUT DISCUSSION
49
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
June 5, 2024
DNR 1
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
1A. PROGRAM OPEN SPACE LOCAL SHARE
Caroline County
Recommendation: Approval to commit $25,000 for the following planning project.
Caroline County 2027 LPPRP - $25,000
Caroline County
POS #7416-5-217 MD20220601-0409
Background: Additional funding to complete Caroline County’s 2027 Land Preservation, Parks,
and Recreation Plan to fulfill State requirements.
Prior Approvals: $25,000.00 (DNR-RP Item 1A [June 22, 2022])
$25,000.00 (DNR-RP Item 1A(3) [October 26, 2022])
Fund Source: Outdoor Recreation Land Loan 2018, Chapter 150, Acts of 2017
Program Open Space Local
Source Code: 18011 $7,243.77
Outdoor Recreation Land Loan 2019, Chapter 570, Acts of 2018
Program Open Space Local
Source Code: 19011 $17,756.23
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
50
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
June 5, 2024
DNR 2
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
2A. PROGRAM OPEN SPACE LOCAL SHARE
Carroll County
Recommendation: Approval to commit $150,918 for the following development projects.
1. Memorial Park Tot Lot Replacement - $99,832.50
City of Taneytown
POS #7699-6-432 MD20240422-0277
Background: Replace the outdated playground with new equipment and safety surfacing
consistent with National Playground Safety Standards and the Americans with Disabilities Act at
Memorial Park.
Fund Source: Outdoor Recreation Land Loan 2023, Chapter 484, Acts of 2022
Program Open Space Local
Source Code: 23002 $99,832.50
2. Taneytown High School Park Field Lighting - $51,085.50
City of Taneytown
POS #7700-6-433 MD20240422-0278
Background: Purchase and install new lighting systems for two softball fields at Taneytown
High School Park.
Fund Source: Outdoor Recreation Land Loan 2023, Chapter 484, Acts of 2022
Program Open Space Local
Source Code: 23002 $51,085.50
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
51
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
June 5, 2024
DNR 3
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
3A. PROGRAM OPEN SPACE LOCAL SHARE
Frederick County
Recommendation: Approval to commit $105,950 for the following development projects.
1. Rainbow Lake Multi-Use Trail Improvements - $85,950
Town of Emmitsburg
POS #7696-10-498 MD20240401-0213
Background: Renovate and relocate eroded trails, install message centers, and provide
associated site amenities at Rainbow Lake in the Emmitsburg Watershed.
Fund Source: Outdoor Recreation Land Loan 2024, Chapter 101, Acts of 2023
Program Open Space Local
Source Code: 24011 $85,950.00
2. E. Eugene Myers Community Park Improvements - $20,000
Town of Emmitsburg
POS #7697-10-499 MD20240401-0214
Background: Purchase and install a new pavilion with concrete flooring and picnic table near
the playground at E. Eugene Myers Community Park.
Fund Source: Outdoor Recreation Land Loan 2024, Chapter 101, Acts of 2023
Program Open Space Local
Source Code: 24011 $20,000.00
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
52
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
June 5, 2024
DNR 4
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
4A. PROGRAM OPEN SPACE LOCAL SHARE
Garrett County
Recommendation: Approval to commit $27,000 for the following development project.
Kitzmiller Elementary School Stage - $27,000
Garrett County
POS #7703-11-311 MD20240430-0297
Background: Purchase an event stage for use by the town at the former Kitzmiller Elementary
School site. Project includes a mobile stage with electrical hookups for use around the campus
during various town events.
Fund Source: Outdoor Recreation Land Loan 2023, Chapter 484, Acts of 2022
Program Open Space Local
Source Code: 23002 $27,000.00
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
53
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
June 5, 2024
DNR 5
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
5A. LOCAL PARKS AND PLAYGROUNDS INFRASTRUCTURE
Prince George’s County
Recommendation: Approval to commit $1,000,000 for the following acquisition project.
North College Park Community Center - Hollywood Center Acquisition - $1,000,000
M-NCPPC (Prince George’s County)
LPPI# LPPI-16-7
Background: Acquire 1.07 acres to build new 14,000 square foot recreation center and
community space. M-NCPPC is covering the remaining costs of the acquisition.
Appraised Value: Associated Appraisers LLC $1,955,000
John R. Fowler, Inc. $1,862,000
Property Cost: $1,908,500
Incidental Costs: $12,760
Fund Source: Maryland Consolidated Capital Bond Loan 2022, Chapter 344, Acts of 2022
Local Parks and Playgrounds Infrastructure
Source Code: 22116 $1,000,000.00
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
54
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
June 5, 2024
DNR 6
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
6A. PROGRAM OPEN SPACE LOCAL SHARE
Washington County
Recommendation: Approval to commit $370,122 for the following development project.
Sharpsburg Historical Park Interpretive Plaza - $370,122
Town of Sharpsburg
POS #7691-21-436 MD20240305-0168
Background: Develop a new park in downtown Sharpsburg. Project will focus on the historical
significance of the town with a monument, signage, sidewalks, landscaping, and associated site
amenities.
Fund Source: Outdoor Recreation Land Loan 2023, Chapter 484, Acts of 2022
Program Open Space Local
Source Code: 23002 $370,122.00
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
55
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
June 5, 2024
DNR 7
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
7A. CONSERVATION RESERVE ENHANCEMENT PROGRAM
Lawson Property, Dorchester County
Recommendation: Approval to grant $717,042.29 to the Eastern Shore Land Conservancy from
Program Open Space Stateside Funds to acquire a 155.45-acre Conservation Reserve
Enhancement Program easement.
Background/Prior Approvals: Reference is made to Program Open Space Agenda Item 14A
(January 3, 2024) in which the Board of Public Works approved the Conservation Reserve
Enhancement Program (CREP) easement acquisition program and authorized the use of Program
Open Space funds to be used for acquiring permanent conservation easements on stream side
forests, natural areas and wetlands.
Project Description: Acquisition of this CREP easement permanently protects water quality by
retaining forested and vegetative buffers along the Chicamacomico River in the Transquaking
River watershed. As part of the transaction, the landowner will be donating 6.24 acres of the
property into the easement for 161.69 acres of total protection. The easement, CREP No. 35034
and POS No. 35035, will be held by the Eastern Shore Land Conservancy and the Maryland
Department of Natural Resources.
Easement Value: $671,174.00 ($4,317.90 per acre)
Purchase Price: $671,174.00 ($4,317.90 per acre)
Total Other Costs Administrative: $20,135.22
Incidentals: $15,665.46
Compliance: $10,067.61
$45,868.29
Total Amount Requested: $717,042.29
Easement Valuation System: DNR uses an easement evaluation system based on:
(1) the amount of the property covered by the easement and extinguishment of
development rights;
(2) the width of the buffers; and
(3) the amount of land in the CREP contract that will be covered by the easement.
56
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
June 5, 2024
DNR 8
7A. CONSERVATION RESERVE ENHANCEMENT PROGRAM (cont’d)
The program seeks to retain conservation practices beyond the 10- to 15-year contract period
available under the federal CREP rental program. The easement acquires development rights
and a portion of the agricultural production value beginning at the end of the federal contract
term and continuing into perpetuity.
Fund Sources: Outdoor Recreation Land Loan of 2021, Chapter 19, Acts of 2020
Program Open Space Stateside
Source Code: 21010 $717,042.29
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
57
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
June 5, 2024
DNR 9
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
8A. PROGRAM OPEN SPACE STATE SHARE
Cecil County (Grove Neck Girl Scouts)
Recommendation: That the Board of Public Works approve:
1) The Eastern Shore Land Conservancy, acting on behalf of DNR, acquiring the
property from the Girl Scouts of the Chesapeake Bay Council, Inc.;
2) The Eastern Shore Land Conservancy conveying the property to DNR;
3) The reimbursement of incidental costs expended by The Eastern Shore Land
Conservancy; and
4) DNR incorporating a Notice of Federal Participation in a deed so that the value
of the property can be used as match for a federal grant for land management.
Description: This mostly forested property is located at the confluence of the Sassafras River and
Chesapeake Bay and will be managed by Maryland Wildlife and Heritage Service as an addition
to Grove Farm Wildlife Management Area. Acquisition will conserve Forest Interior Dwelling
Species habitat, protect water quality, and expand public recreational opportunities for fishing,
hiking, birding, and hunting. Areas along the shoreline where natural habitats occur, such as
marshes and coastal forests, have the potential to reduce the impact of coastal hazards (flooding
and erosion) to adjacent coastal communities by dampening waves, stabilizing sediment, and
absorbing water. Natural features can also adapt to changing conditions within dynamic coastal
environments, and thus can provide climate change resiliency benefits over the long term.
POS Scoring System: 85 out of 100 Targeted Ecological Area: No
Background: The Board of Public Works approved DNR to acquire a conservation easement co-
held by the Eastern Shore Land Conservancy on 170.945 acres of the Girl Scouts of the
Chesapeake Bay Council, Inc. property as DNR RP Item 3A (February 19, 2014).
Legislative Notification: Budget Committee notification has been completed as required by
Natural Resources Article, §1-104(k), Annotated Code of Maryland.
Grantor: The Eastern Shore Land Conservancy, Inc.
Grantee: The State of Maryland to the use of the Department of Natural Resources
Property: 243.70+/- acres, improved, POS No. 13647
Price: $3,100,000
Appraisals: $3,485,000 (7/11/23) – David E. Cadell
$2,700,000 (6/29/23) – Georgia Nichols
All appraisals reviewed by Dave Wallenberg, Chief Review Appraiser
58
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
June 5, 2024
DNR 10
8A. PROGRAM OPEN SPACE STATE SHARE (cont’d)
Incidentals to Land Trust: $1,024,050 (total not to exceed)
Administrative fee: $ 93,000
Reimbursements: Environmental due diligence $134,000
Title $ 30,000
Survey $ 10,000
Razing $250,000
Carrying Costs $482,050
Insurance $ 15,000
Legal fees $ 10,000
Notice of Federal Participation: This acquisition may be utilized as match for the Wildlife and
Heritage Service’s wildlife management grant application through the United States Fish and
Wildlife Service, allowing the Department to leverage significant federal funds for management
of the State’s wildlife management area systems. The property will remain under State ownership
subject to conditions that require the property to remain in the wildlife management area system,
continue to provide habitat for wildlife, and remain open to the public for hunting and other
wildlife-oriented recreation, or provide mitigation to replace the value of the area; the conditions
are consistent with the Department’s wildlife management area system. The federal interest will
be identified in a deed with a Notice of Federal Participation that outlines the terms and conditions
of the grant. Clearinghouse has concluded that this does not require Clearinghouse review. See
State Finance and Procurement, §10-305, which provides for “Disposal of real or personal property
of the State; conditions, consideration” and Natural Resources Article §5-904(e), which provides
for “Plans for disposition of real property”.
Stabilization funds: $310,000
Stabilization funds are authorized to stabilize the structural integrity of improvements existing on
land at the time of acquisition, eliminate health and safety hazards, protect water quality, and
provide public access. DNR intends to use a portion of the funds to dispose, by razing, certain
current structures that would not be a part of the management plan for Maryland Wildlife and
Heritage Service. See Natural Resources Article §5-903(f) and §5-904(e).
59
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
June 5, 2024
DNR 11
8A. PROGRAM OPEN SPACE STATE SHARE (cont’d)
Fund Source: Outdoor Recreation Land Loan of 2020, Chapter 565, Acts of 2019
Program Open Space Heritage Conservation Fund
Source Code: 20010 $1,935,344.00
Outdoor Recreation Land Loan of 2021, Chapter 19, Acts of 2020
Program Open Space Heritage Conservation Fund
Source Code: 21010 $1,164,656.00
Outdoor Recreation Land Loan of 2021, Chapter 19, Acts of 2020
Program Open Space Stateside
Source Code: 21010 $1,334,050
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
60
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
June 5, 2024
DNR 12
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
9A. PROGRAM OPEN SPACE STATE SHARE
Howard County (McCormack)
Recommendation: That the Board of Public Works approve the acquisition.
Description: This completely forested property is located adjacent to Patapsco Valley State Park
and will be managed by the Maryland Park Service as an addition to the park. Acquisition will
expand public recreational opportunities for hiking, birding and climbing. Acquisition will also
protect Forest Interior Dwelling Species habitat and provide water quality protection in the
Patapsco River Lower North Branch watershed.
POS Scoring System: 88 out of 100 Targeted Ecological Area: Yes
Legislative Notification: Budget Committee notification has been completed as required by
Natural Resources Article, §1-104(k), Annotated Code of Maryland.
Grantor: William R. McCormack, Jr., Terrence S. McCormack, Gregory D. McCormack,
Jeffrey P. McCormack and Gary J. McCormack
Grantee: The State of Maryland to the use of the Department of Natural Resources
Property: 10.89+/- acres, unimproved, POS No. 5635
Price: $2,990,000
Appraisals: $2,400,000 (11/10/2023) – Jeffrey J. Hulting
$3,000,000 (11/09/2023) – Stephen H. Muller
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 $2,990,000
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
61
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
June 5, 2024
DNR 13
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
10A. RURAL LEGACY PROGRAM FUNDS
Queen Anne’s County
Recommendation: Approval to grant $112,788 to Queen Anne’s County from Rural Legacy
funds to acquire a 30.95-acre conservation easement.
Land’s End Rural Legacy Area – Waterman
Prior Approval: Land’s End Rural Legacy Area approved grant for easement acquisitions:
DNR-RP Item 15A (8/23/2023) $1,043,033 for FY 2024
Project Description: Acquisition of this conservation easement will protect valuable agricultural
lands and forest, as well as protect approximately 2,314 linear feet of forested stream buffers along
the shoreline of Island Creek. This Rural Legacy easement, RL No. 35051, will be co-held by the
Department of Natural Resources and the County Commissioners of Queen Anne’s County. The
county is not requesting reimbursement for administrative and program compliance costs.
Easement Value: $109,578.00 ($3,540.49 per acre)
Purchase Price: $109,578.00 ($3,540.49 per acre)
Total Other DNR Costs: Administrative: $ 0.00
Incidental: $ 3,210.00
Compliance: $ 0.00
$ 3,210.00
Amount Requested: $112,788.00
Fund Sources: Outdoor Recreation Land Loan of 2022, Chapter 357, Acts of 2021
Rural Legacy Program
Source Code: 22012 $112,788.00
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
62
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
June 5, 2024
DNR 14
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
11A. RURAL LEGACY PROGRAM FUNDS
Baltimore County
Recommendation: Approval to grant $948,038.10 to the Long Green Valley Conservancy,
Inc., from Rural Legacy Funds to acquire a 97.35-acre conservation easement.
Long Green Valley Rural Legacy Area Big Red LLC Property
Prior Approval: Long Green Rural Legacy Area Grant for easement acquisitions:
DNR-RP Item 14A (12/1/2021) $1,271,000 for FY 2022
DNR-RP Item 15A (10/12/2022) $994,001 for FY 2023
Project Description: Acquisition of this conservation easement will protect productive
agricultural and forest lands, as well as protect approximately 5,430 linear feet of forested and
grassed stream buffers along unnamed tributaries to Little Gunpowder Falls, which flow into the
Gunpowder River, and thereupon the Chesapeake Bay. This Rural Legacy easement, RL No.
35046, will be held by the Department of Natural Resources and the Long Green Valley
Conservancy, Inc.
Easement Value: $892,865.10 ($9,171.71 per acre)
Purchase Price: $892,865.10 ($9,171.71 per acre)
Total Other DNR Costs: Administrative: $26,785.95
Incidental: $14,995.00
Compliance: $13,392.05
$55,173.00
Amount Requested: $948,038.10
Fund Sources: Outdoor Recreation Land Loan of 2022, Chapter 357, Acts of 2021
Rural Legacy Program
Source Code: 22012 $948,038.10
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
63
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
June 5, 2024
DNR 15
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
12A. RURAL LEGACY PROGRAM FUNDS
Carroll County
Recommendation: Approval to grant $49,296.96 to Carroll County from Rural Legacy Funds
to acquire a 19.82-acre conservation easement.
Little Pipe Creek Rural Legacy Area Sean & Mary O’Connell
Prior Approval: Rural Legacy Area Grant for easement acquisitions:
DNR-RP Item 15A (10/12/2022) $320,720 for FY 2023
Project Description: Acquisition of this conservation easement will protect productive farmland
with prime agricultural soils, as well as scenic views along McMullen Road and Bull Frog Road.
This Rural Legacy easement, RL No. 35052, will be held by the County Commissioners of Carroll
County. The county is not requesting reimbursement for administrative and program compliance
costs.
Easement Value: $47,371.96 ($2,390.11 per acre)
Purchase Price: $47,371.96 ($2,390.11 per acre)
Total Other DNR Costs: Administrative: $ 0.00
Incidental: $1,925.00
Compliance: $ 0.00
$1,925.00
Amount Requested: $49,296.96
Fund Sources: Outdoor Recreation Land Loan of 2022, Chapter 357, Acts of 2021
Rural Legacy Program
Source Code: 22012 $49,296.96
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
64
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
June 5, 2024
DNR 16
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
13A. RURAL LEGACY PROGRAM FUNDS
Washington County
Recommendation: Approval to grant $212,901.02 to Washington County from Rural Legacy
Funds to acquire a 51.28-acre conservation easement.
Mid-Md Washington Rural Legacy Area – Backman Property
Prior Approval: Mid-MD Washington Rural Legacy Area Grant for easement acquisitions:
DNR-RP Item 15A (8/23/2023) $3,127,000 for FY 2024
Project Description: Acquisition of this conservation easement will protect agricultural and
forested lands, as well as protect approximately 5,650 linear feet of forested and grassed stream
buffers along Antietam Creek and unnamed tributaries. Antietam Creek flows downstream to the
Potomac River and ultimately the Chesapeake Bay. This Rural Legacy easement, RL No. 35054,
will be held by the Board of County Commissioners of Washington County.
Easement Value: $203,302.34 ($3,964.56 per acre)
Purchase Price: $201,132.00 ($3,922.23 per acre)
Total Other DNR Costs: Administrative: $ 6,033.96
Incidental: $ 2,718.08
Compliance: $ 3,016.98
$11,769.02
Amount Requested: $212,901.02
Fund Sources: Outdoor Recreation Land Loan of 2022, Chapter 357, Acts of 2021
Rural Legacy Program
Source Code: 22012 $212,901.02
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
65
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
June 5, 2024
DNR 17
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
14A. RURAL LEGACY PROGRAM FUNDS
Allegany County
Recommendation: Approval to grant $547,524.30 to the Allegany County Commissioners
from Rural Legacy funds to acquire a 230.61-acre conservation easement.
Mountain Ridge Rural Legacy Area – Alan L. Boswell
Prior Approval: Mountain Ridge Rural Legacy Area approved grant for easement acquisitions:
DNR-RP Item 15A (10/12/2022) $1,838,592 for FY 2023
Project Description: Acquisition of this conservation easement will protect valuable forest lands.
In addition, the easement will protect 1,275 linear feet of forested stream buffers along unnamed
tributaries to Jennings Run. A portion of the property is located within Barrelville Woods, an
ecologically significant area. This Rural Legacy easement, RL No. 35023, will be held by the
Board of Commissioners of Allegany County.
Easement Value: $546,644.59 ($2,370.43 per acre)
Purchase Price: $510,000.00 ($2,211.53 per acre)
Total Other DNR Costs: Administrative: $15,300.00
Incidental: $14,574.30
Compliance: $ 7,650.00
$37,524.30
Amount Requested: $547,524.30
Fund Sources: Outdoor Recreation Land Loan of 2022, Chapter 357, Acts of 2021
Rural Legacy Program
Source Code: 22012 $547,524.30
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
66
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
June 5, 2024
DNR 18
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
15. RURAL LEGACY PROGRAM FUNDS
Allegany County
Recommendation: Approval to grant $229,922.15 to the Allegany County Commissioners
from Rural Legacy funds to acquire a 105.43-acre conservation easement.
Mountain Ridge Rural Legacy Area – Statewide Sportsmen, Inc.
Prior Approval: Mountain Ridge Rural Legacy Area approved grant for easement acquisitions:
DNR-RP Item 15A (10/12/2022) $1,838,592 for FY 2023
Project Description: Acquisition of this conservation easement will protect valuable forest lands.
In addition, the easement will protect 2,050 linear feet of forested stream buffers along an unnamed
tributary to Jennings Run. A portion of the property is located within Barrelville Woods, an
ecologically significant area. This Rural Legacy easement, RL No. 35061, will be held by the
Board of Commissioners of Allegany County.
Easement Value: $218,817.00 ($2,075.48 per acre)
Purchase Price: $210,000.00 ($1,991.85 per acre)
Total Other DNR Costs: Administrative: $ 6,300.00
Incidental: $10,472.15
Compliance: $ 3,150.00
$19,922.15
Amount Requested: $229,922.15
Fund Sources: Outdoor Recreation Land Loan of 2022, Chapter 357, Acts of 2021
Rural Legacy Program
Source Code: 22012 $229,922.15
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
67
Board of Public Works
University System of Maryland
Supplement
June 5, 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 for the following contracts totaling: $455,542.
Authority: State Finance and Procurement Article, Annotated Code of Maryland, §8-
301 (GO Bonds)
University of Maryland College Park
Chemistry Building Wing 1 Replacement
Description: Project Engineer to augment staff during construction closeout.
Procurement Method: On-call Program Management Services
Award: AECOM Technical Services, Arlington, VA
Amount: $195,031
Fund Source: MCCBL 2023: Provide funds to complete construction and
equipping of the Chemistry Building Wing 1 Replacement; Item
105.
MBE Participation: 0%
Resident Business: No MD Tax Clearance: 24-0662-1111
University of Maryland College Park
Bowie State University-Communication Arts and Humanities Building
Description: Project Engineer to augment staff during construction.
Procurement Method: On-call Program Management Services
Award: Turner Townsend/Heery, Landover, MD
Amount: $124,006
Fund Source: MCCBL 2024: Provide funds to continue construction and
equipping of a new Communication Arts and Humanities building,
provided that notwithstanding Section 6 of this Act, work may
continue on this project prior to the appropriation of all funds
necessary to complete this project. Item 112.
MBE Participation: 0%
Resident Business: Yes MD Tax Clearance: 24-0663-0111
68
Board of Public Works
University System of Maryland
Supplement
June 5, 2024
USM 2
1-GM. GENERAL MISCELLANEOUS (cont’d)
Towson University
Health Professions Building
Description: Furnish, deliver, and install furniture.
Procurement Method: Cooperative Purchasing Agreement (MAPT Contract No. 2015-42)
Award : Price Modern, Baltimore, MD
Amount: $95,303
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: 24-2056-1110
Towson University
Institute for Well-Being
1.Description: Furnish, deliver, and install furniture.
Procurement Method: Preferred Provider
Award : Maryland Correctional Enterprise (MCE), Jessup, MD
Amount: $32,139
Fund Source: MCCBL 2022: Provide funds to design, renovate, construct and
equip the Institute for Well-Being. Item 108.
MBE Participation: 0%
Resident Business: Yes MD Tax Clearance: 24-2057-0000
2.Description: Furnish, deliver, and install furniture.
Procurement Method: Cooperative Purchasing Agreement (OMNIA Contract No.
R221003)
Award : Price Modern, Baltimore, MD
Amount: $5,166
Fund Source: MCCBL 2022: Provide funds to design, renovate, construct and
equip the Institute for Well-Being. Item 108.
MBE Participation: 0%
Resident Business: Yes MD Tax Clearance: 24-2056-1110
69
Board of Public Works
University System of Maryland
Supplement
June 5, 2024
USM 3
1-GM. GENERAL MISCELLANEOUS (cont’d)
Towson University,
Institute for Well-Being (cont’d)
3.Description: Furnish, deliver, and install furniture.
Procurement Method: Cooperative Purchasing Agreement (MAPT Contract No. 2015-42)
Award : Douron Inc., Baltimore, MD
Amount: $3,897
Fund Source: MCCBL 2022: Provide funds to design, renovate, construct and
equip the Institute for Well-Being. Item 108.
MBE Participation: 0%
Resident Business: Yes MD Tax Clearance: 24-2058-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
70
Board of Public Works
University System of Maryland
Supplement
June 5, 2024
USM 4
Contact: Thomas Hickey 410-576-5736
2-C. UNIVERSITY OF MARYLAND, COLLEGE PARK for
UNIVERSITY OF MARYLAND EASTERN SHORE
Agriculture Research and Education Center
Contract ID: Design-Build Contract, Agriculture Research and Education
Center, University of Maryland Eastern Shore (UMES), RFP No.
95079-MG
Recommendation: Award of Sole Bid Package
Contractor: Bancroft Construction, Salisbury, MD
Prior Approval: USM Item 5-C (7/1/2020) (Preconstruction and Design Services)
Project Description: The proposed project is for the Agricultural Research & Education
Center, a teaching, research and agricultural extension facility totaling approximately
16,200 NASF and 23,100 GSF including: specialized research laboratories (Soil & Water
Quality, Microbiology/Plant Pathology, Genomics/Molecular Biology, and Animal Science),
and meeting rooms, as well as researcher, extension agent and staff offices and support
spaces.
The project also encompasses three (3) Research Greenhouses, including a head
house, which represent 6,000 NASF and 7,500 GSF of the total project., including: walk-in
growth chambers, soil handling and plant preparation areas, washing stations and walk-in
cold rooms for storing water, soil, and plant samples and seeds.
The University anticipates the final value of this contract will be approximately $25 million.
Bid Package Description: This bid package includes all services required to start and
complete the facility.
Contract Term: Eighty-Five (85) months from notice to proceed (includes
warranty period)
This bid package: $22,153,407
Current Contract Amount: $819,005
Revised Contract Amount: $22,972,412
Fund Source: Institutional Funds: $9,525,407
FY 2024 General Funds (PayGo Funding): $12,628,000
71
Board of Public Works
University System of Maryland
Supplement
June 5, 2024
USM 5
2-C. UNIVERSITY OF MARYLAND, COLLEGE PARK for
UNIVERSITY OF MARYLAND EASTERN SHORE (cont’d)
MBE Participation Goal: Overall: 15%; Subgoal: 7%-African American
MBE Compliance: Overall: 4.34%; Subgoal: 0%-African American
Note: Approximately 3% of the estimated overall value of the project has been approved for
payment to date. The overall goal and subgoal will be met as construction starts and progresses.
Performance Security: Equal to contract amount
Requesting Institution Remarks: This contract was initially awarded for preconstruction and
design services (USM Item 5-C approved on 7/1/2020). As design has progressed and design
information and construction funding became available, the contractor competitively bid the
construction package. This is the sole bid package for this project.
The contract duration has increased significantly since the original approval because the project
was placed on hold for an extended period during design until the University was able to secure
additional funding needed to build the programmed scope. The project restarted after funding
from the Maryland General Assembly was appropriated. Similarly, the anticipated final value of
the contract has increased to reflect actual costs and the addition of sustainability features,
including solar panels.
Sustainability: This project will comply with the Maryland High Performance Green Building
Program, and it is designed to achieve LEED Silver Rating. The design features low water using
plumbing fixtures and native planting that do not require irrigation, use with energy efficient
mechanical equipment and selection of low environmental building materials with low initial
odor emissions. The design also features a photovoltaic array to be installed over a surface
parking lot to offset some of the electrical demand of the building. The design-builder will
perform the work utilizing sustainable design and construction principles as specified. The major
building systems will be commissioned by an independent agent to ensure proper installation and
use of the systems.
Resident Business: Yes
MD Tax Clearance: 24-2141-0000
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
72
Board of Public Works
University System of Maryland
Supplement
June 5, 2024
USM 6
Contact: Thomas Hickey 410-576-5736
3-C. UNIVERSITY OF MARYLAND BALTIMORE
UMB Campus Electrical Distribution Upgrades, Phase 4
Contract ID: UMB Campus Electrical Distribution Upgrades Phase 4, RFP #17-317-4
MC, University Contract #00978
Recommendation: Award construction contract for UMB Campus Electrical Distribution
Upgrades Phase 4
Project Description: The project is part of a phased masterplan for a new electrical infrastructure
of the UMB campus. The masterplan includes installation of new duct banks, new building
construction as well as renovations of existing facilities over an eight-year period. Incorporated
into the masterplan are two matching switching stations, North and South, each fed from a
different Baltimore Gass & Electric (BGE) substation, with ties to all existing campus feeder
pairs. This contract award is for Phase 4 which includes the installation of a duct bank in the
Northeastern quadrant of the UMB campus between Saratoga Street to the north and Fayette
Street to the South with additional work to fit-out existing manholes along Greene Street from
Fayette to Pratt streets.
Contract Description: To furnish labor, materials, equipment, supplies, supervision,
subcontracting and other necessary resources as required for the construction of the new electrical
duct bank including electrical feeder cable pulling, excavation, restoration, erosion, sediment and
traffic control in the Northeastern quadrant of the UMB campus between Saratoga Street to the
north and Fayette Street to the South.
Award: Highlander Contracting Company, LLC, Sparks, Maryland
Procurement Method: Competitive Sealed Proposals
Term: 14 months from the Notice to Proceed date
Amount: $ 5,770,931
Proposals:
Proposers
Technical
Ranking
Price
Ranking
Final
Ranking
Price
Highlander Contracting Company,
LLC, Sparks, Maryland
1
1
1
$ 5,770,931
Pipeway Energy Construction Inc.
Baltimore, Maryland
2
2
2
$ 6,375,800
Ligon & Ligon Inc.
Baltimore, MD
3
3
3
$ 7,435,00
73
Board of Public Works
University System of Maryland
Supplement
June 5, 2024
USM 7
3-C. UNIVERSITY OF MARYLAND BALTIMORE (cont’d)
Fund Source: FY 2023 General Funds (PayGo Funding)
MBE Participation: 20.48%
Performance Security: 100% performance bond
Requesting Institution Remarks: The solicitation was advertised in eMaryland Marketplace
Advantage, and the University’s eBid Board on January 25, 2024. Three (3) firms attended the
pre-proposal meeting with five (5) firms submitting technical proposals. Four (4) proposals were
evaluated by the University Evaluation Committee with three (3) firms shortlisted to advance to
the next phase. Following the technical evaluation, three (3) firms were shortlisted and invited to
submit price proposals. Highlander Contracting Company, LLC finished first in the technical
evaluation and provided the lowest price. Award is recommended to Highlander Contracting
Company, LLC based on best value to the University and based on a technical and price
evaluation with technical weighing greater than price. The MBE Goal was set at 20% in the
solicitation and Highlander Contracting Company, LLC is exceeding this goal by .48%
Sustainability: The overall project includes installation and implementation of a state-of-the-art
switchgear and generator control system which will be capable of reducing the campus electrical
demand on the local utility during high usage periods. The new generation equipment is equipped
with Tier 4 emissions control equipment to reduce environmental impacts to within permitting
standards. This phase of work consists of installation of new duct bank and feeders to connect UMB
campus buildings to the new switchgear and generator control system, allowing for more optimized
operation of the generation. The new duct bank was routed to maintain existing trees and other green
spaces.
Resident Business: Yes
MD Tax Clearance: 24-2028-0110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
74
Board of Public Works
University System of Maryland
Supplement
June 5, 2024
USM 8
Contact: Thomas Hickey 410-576-5736
4-AE. UNIVERSITY OF MARYLAND, BALTIMORE
On-Call Structural/Civil Engineering Services
Contract ID: On-Call Structural/Civil Engineering Services, RFP #91101 MC
Contract Description: Indefinite delivery service contracts for full services on-call
structural/civil engineering services for University System of Maryland institutions in the
Baltimore region. UMB awards projects on a task order basis with no guarantee of work to any
specific on-call firm.
Awards:
A. Morton Thomas and Associates, Inc. Rockville, MD
Century Engineering, LLC Hunt Valley MD
RMF Engineering, Inc. P.C. Baltimore, MD
Rummel, Klepper, & Kahl, LLP Baltimore, MD
TranSystems Corporation Baltimore, MD
Procurement Method: Competitive Sealed Proposals
Contract Term: 6/6/2024 – 6/5/2027
(3-year base term with one 2-year renewal option)
Amount: $5,000,000 (not to exceed) (3-year base term)
$3,000,000 (not to exceed) (2-year renewal option)
$8,000,000 (not to exceed) Total
Proposals:
Firm
Technical
Ranking
Evaluated Price Proposal
Overall
Ranking
TranSystems Corporation
1
$298,965
1
Century Engineering, LLC 2 $273,245 2
Rummel, Klepper & Kahl, LLP 3 $343,960 3
A Morton Thomas and
Associates, Inc.
4 $318,819 4
RMF Engineering, Inc. P.C. 5 $300,454 5
Michael Baker, International, Inc.
6
$386,425
6
Fund Source: Various Fund Sources-any task order over $1 million that requires BPW
approval will identify the fund source
75
Board of Public Works
University System of Maryland
Supplement
June 5, 2024
USM 9
4-AE. UNIVERSITY OF MARYLAND, BALTIMORE (cont’d)
MBE Participation: MBE Participation shall be determined for task orders over $50,000
Performance Security: None
Requesting Institution Remarks: The solicitation was advertised in
eMarylandMarketplaceAdvantage and the University’s eBid Board. Eleven (11) proposals were
received. The proposals were evaluated by an Evaluation Committee which included
representatives from UMB’s Design and Construction group, UMBC’s Department of Facilities
Management and TU’s Department of Facilities Management. After review by the Evaluation
Committee, seven (7) firms were shortlisted and six (6) firms submitted price proposals
consisting of hourly rates for a variety of design staff positions. For analysis and evaluation
purposes, the hourly rates were applied to five sample projects using hours for various staff
positions based on prior S/C Design projects done for UMB. Award is recommended to the five
(5) technically qualified firms which provide the best overall value to UMB based on the results
of the technical and financial evaluation.
As projects arise, the University will rotate among the five awarded firms beginning with the
firm that achieved the highest overall ranking. These firms will be required to use the fixed
hourly rates for any task orders done under the master contracts for the initial term of the
contract. Hourly rates may increase in the renewal option term based on increases in the
Consumer Price Index.
Firm
MD Tax Clearance
Resident Business
A Morton Thomas and Associates, Inc.
24-1982-1110
Yes
Century Engineering, LLC
24-1983-1110
RMF Engineering, Inc. P.C.
24-1985-1111
Rummel, Klepper & Kahl, LLP
24-1984-1110
TranSystems Corporation
24-1986-0111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
76
Board of Public Works
University System of Maryland
Supplement
June 5, 2024
USM 10
Contact: Thomas Hickey 410-576-5736
5-S. UNIVERSITY OF MARYLAND, BALTIMORE
Service Contract
Contract Id: Philanthropy Software & Implementation, RFP# 91080
Contract Description: Contract with Blackbaud, Inc. for the software and implementation
of a new Software as a Service (SaaS) Philanthropy System to replace the current legacy system.
Award: Blackbaud, Inc., Charleston, SC
Term: 6/6/2024- 6/5/2029
Amount: $3,981,355 (5 Year Base Contract)
Procurement Method: Competitive Sealed Proposals
Proposals:
Firm
Technical
Financial
Price
Overall
Ranking
Blackbaud, Charleston SC
1
2
$3,981,355
1
Ellucian, Reston, VA
2
1
$1,087,466
2
MBE Participation: 0% (See Requesting Institution Remarks)
Performance Bond: None
Requesting Institution Remarks: The current fundraising system presently caters to all seven
schools and the central Philanthropy Office at UMB. It contains a vast repository of data on over
200,000 entities, encompassing biographical information, giving history, and prospect tracking.
The system is accessed by 125 active users across the University. The servers supporting the
system are in the Health Sciences and Human Services Library (HS/HSL) Data Center and
maintained by CITS (Center for Information Technology Services) staff. The servers are
safeguarded by an alarm, cypher locks, key cards, and a fire suppression system.
In 1997, UMB joined the University System of Maryland Foundation (USMF) consortium,
which installed the current fundraising system. However, in 2000, UMB decided to implement
its own version of the system due to conflicts with processes and functionality arising from a
shared USM (University System of Maryland) system. In 2010, UMB upgraded the system to
enhance functionality and user experience. Subsequently, in 2014, the Philanthropy Office
incorporated the Medical Alumni Association (MAA) entities into the system, thereby improving
the accuracy of alumni/ae information and promoting coordinated fundraising efforts between
the Medical School and the MAA.
77
Board of Public Works
University System of Maryland
Supplement
June 5, 2024
USM 11
5-S. UNIVERSITY OF MARYLAND, BALTIMORE (cont’d)
Requesting Institution Remarks (cont’d): Between October 2022 and February 2023, UMB
participated in a USM-led engagement to conduct a needs assessment aimed at defining UMB's
Customer Relationship Management (CRM) capabilities and future needs, as well as performing
a market analysis of CRM vendor options. The current application's features, functionality, and
technology have become outdated. With the next campaign set to be even more ambitious, UMB
fundraisers will need a more modern system to help meet their fundraising goals.
The following are the key objectives for upgrading to a new cloud-based CRM system:
Enhancing fundraising efforts: The new system will provide university staff with better
insights into donor behavior, preferences, and giving history, which can help them tailor their
outreach and fundraising efforts to be more effective.
Improving donor engagement: The new system will enable UMB to communicate with donors
more effectively, through targeted messages and personalized experiences that can deepen
relationships and increase donor loyalty.
Increasing efficiency and productivity: The new system will provide staff with better tools
and workflows, enabling them to work more efficiently and productively, and to collaborate
more effectively across departments.
Ensuring data accuracy and integrity: The new system will provide greater data accuracy and
integrity, reducing errors and inconsistencies in donor records and ensuring that university
staff have access to accurate and up-to-date information.
Enhancing security and compliance: The new system will provide stronger security and
compliance features, helping universities protect donor data and meet regulatory
requirements.
Supporting collaboration with MAA and UMMC: The new system will provide better
integration with the fundraising operations of Medicine Alumni Association and the
University of Maryland Medical Center, by combining fundraising totals for the next
campaign and allowing Central Philanthropy to coordinate shared services like Planned
Giving, Prospect Research and Prospect Management, Corporate and Foundation Relations,
and Annual and Leadership Giving.
UMB users require that the SaaS CRM system be launched with all the in-scope sub-modules
configured and ready for use at the time of launch.
The Implementation Partner can work in a Remote Setting and provide Post-Go Live Support
at a minimum of six months from the date of launch.
The solicitation was advertised in eMarylandMarketPlace Advantage (eMMA) and directly
solicited to two vendors. Four proposals were received in response to the solicitation, and two
(2) Offerors failed to achieve the minimum acceptable score and were deemed not susceptible for
contract award. The proposals were evaluated by a University evaluation committee and
determined that the proposal submitted by Blackbaud, Inc. best met the needs of the University.
The software provider, Blackbaud, Inc. will also provide the implementation services.
78
Board of Public Works
University System of Maryland
Supplement
June 5, 2024
USM 12
5-S. UNIVERSITY OF MARYLAND, BALTIMORE (cont’d)
Requesting Institution Remarks (cont’d):
Although Blackbaud’s pricing is notably higher than Ellucian, Blackbaud was deemed the most
advantageous to the University for various reasons, most notably because their system is fully
compliant with the Health Insurance Portability and Accountability Act (HIPAA), whereas
Ellucians system is not HIPAA compliant. UMB’s plans for modernizing and improving the
Philanthropy system include partnering with the University of Maryland Medical System and
sharing data, some of which would contain Protected Health Information. Awarding a contract to
Ellucian whose system is not HIPAA compliant would put the University at significant risk of
compromising Protected Health Information which would violate Federal HIPAA law, erode the
trust of the philanthropic community, and have a detrimental effect on the mission of the
University. Non-compliance with HIPAA standards could also result in fines, legal actions, and
potential suspension of operations.
There is no MBE goal on this contract as no subcontracting opportunities were identified.
Fund Source: General Revolving
Resident Business: No
MD Tax Clearance: 24-1210-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
79
Wes Moore  
Governor  
  
Aruna Miller
Lt. Governor  
  
Paul J. Wiedefeld
Secretary  
  
   
BOARD OF PUBLIC WORKS  
ACTION AGENDA  
June 05, 2024 
  
Item #s Mode Pages 
  
1 - 3 Maryland Aviation Administration (MAA) 1 - 7
4 - 6 Maryland Transportation Authority (MDTA) 8 - 15
7 Maryland Port Administration (MPA)
16 - 18
8 Maryland Transit Administration (MTA)
19 - 21
  
9 - 11 State Highway Administration (SHA) 22 - 27
Supplemental:
12
Maryland Transit Administration (MTA) 28 31
13 HAND CARRIED: The Secretary’s Office (TSO) 32
80
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 1
Contact: Linda D. Dangerfield 410-859-7097
ldangerfield@bwiairport.com
1-M. MARYLAND AVIATION ADMINISTRATION
Maintenance Contract
Contract ID: Stream and Wetlands Restoration Maintenance Services at Baltimore/Washington
International Thurgood Marshall (BWI Thurgood Marshall) Airport; MAA-MC-25-003
EPICS No.: MAAMC25003
Contract Description: Provides for all labor, supervision, tools, equipment, and expertise to
perform stream and wetland restoration maintenance services at BWI Thurgood Marshall Airport,
on an on-call basis, for the previously constructed Kitten Branch Stream Restoration project.
Activities may include planting and maintenance of native vegetation, installation and removal of
erosion & sediment control measures, removal of invasive vegetation and plants and grading of
stream channels.
Award: Triangle Contracting, LLC, Frederick, MD
Contract Term: 08/01/2024 – 07/30/2026 (two years w/one two-year renewal
option)
Amount: $1,100,000.00 NTE (Base)
$1,137,400.00 NTE (Renewal Option with Consumer Price Index)
$2,237,400.00 NTE
Procurement Method: Competitive Sealed Bidding
Bids:
Bidders
Representative Bids
Triangle Contracting, LLC;
Frederick, MD
$1,085,450.00 (Base)
$1,152,458.79 (Renewal)
$2,237,908.79
Environmental Quality Resources, LLC;
Gambrills, MD
$1,765,522.50 (Base)
$1,880,292.74 (Renewal)
$3,645,815.24
Brawner Builders, Inc;
Hunt Valley, MD
$2,777,085.00 (Base)
$3,039,021.27 (Renewal)
$5,816,106.27
Stormwater Maintenance, LLC dba SMC;
Sparks, MD
$2,817,033.50 (Base)
$3,027,174.19 (Renewal)
$5,844,207.74
81
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 2
1-M. MARYLAND AVIATION ADMINISTRATION (cont’d)
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: 100% Performance Bond Annualized
Hiring Agreement Eligible: Yes
Incumbent: Environmental Quality Resources, LLC
Requesting Agency Remarks: The solicitation was advertised December 13, 2023, via eMaryland
Marketplace Advantage notifying 146 contractors, the Maryland Aviation Administration’s
(MAA) website, and by way of direct solicitation to nine firms. Four bids were received on
February 7, 2024. Triangle Contracting, LLC. has confirmed its pricing.
This contract will allow MAA to meet the US Army Corps of Engineers and the Maryland
Department of Environment permit requirements for maintaining the Stream and Wetland
Mitigation Restoration project that was part of the Runway Safety Area Improvements Program at
BWI Thurgood Marshall Airport. MAA is required to monitor the mitigation site and demonstrate
that MAA has the capability to provide maintenance and repairs to the stream restoration
mitigation site.
The contract award amount is based on the final budget amount. The Contractor does not have a
guaranteed minimum or maximum amount, except for the overall budget limitation. The
representative bid pricing is based on fixed unit pricing for all equipment, material and labor rates
that may be needed throughout the duration of the contract. The contractor is bound by the unit
pricing submitted with the bid.
The MAA Procurement Review Group reviewed the contract scope of work to determine the
potential for establishing a MBE and VSBE goals, as well as Small Business Enterprise
designation. No MBE or VSBE participation goals were established due to the specialized work.
However, this solicitation was initially advertised as a designated Small Business Reserve (SBR)
procurement, but the designation was removed due to a lack of interest by small businesses.
82
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 3
1-M. MARYLAND AVIATION ADMINISTRATION (cont’d)
Fund Source: 100% Special Funds (Transportation Trust Funds)
Approp. Code: J06I0003
Resident Business: Yes
MD Tax Clearance: 24-1757-0111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
83
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 4
Contact: Linda D. Dangerfield 410-859-7097
ldangerfield@bwiairport.com
2-M. MARYLAND AVIATION ADMINISTRATION
Maintenance Contract
Contract ID: Thermoplastic Markings Maintenance at Baltimore/Washington International
Thurgood Marshall (BWI Thurgood Marshall) Airport; MAA-MC-25-011
EPICS No.: MAAMC25011
Contract Description: Provide all labor, supervision, equipment, materials, insurance, and expertise
to perform thermoplastic markings maintenance on the airfield at BWI Thurgood Marshall Airport.
Award: Hi-Lite Airfield Services, LLC, Watertown, NY
Contract Term: 07/01/2024 – 06/30/2029 (5 Years)
Amount: $1,541,776.00
Procurement Method: Competitive Sealed Bidding
Bids:
Bidders
Amounts
Hi-Lite Airfield Services, LLC; Watertown, NY
$1,541,776.00
Zone Striping, Inc.; Glassboro, NJ
$2,116,207.60
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: 100% Performance Bond Annualized
Hiring Agreement Eligible: Yes
Incumbent: None
Requesting Agency Remarks: The solicitation was advertised on January 30, 2024, via eMaryland
Marketplace Advantage notifying 18 contractors, the Maryland Aviation Administration’s
website, and by way of direct solicitation to five prospective bidders. Two bids were received on
March 4, 2024. MAA reached out to the non-bidding vendors to ascertain why they did not bid.
MAA has not received a response after multiple attempts.
84
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 5
2-M. MARYLAND AVIATION ADMINISTRATION (cont’d)
Requesting Agency Remarks (cont’d):
The MAA Procurement Review Group reviewed the contract scope of work to determine the
potential for establishing MBE and/or VSBE goals, as well as a Small Business Enterprise
designation. No MBE / VSBE participation goals were established due to the single scope of
specialized work.
This contract includes a provision authorizing an extension for a reasonable, limited, and
defined period of time to spend funds remaining on the contract as provided in Board
Advisory 1995-1.
Fund Source: 100% Special Funds (Transportation Trust Funds)
Approp. Code: J06I0002
Resident Business: No
MD Tax Clearance: 24-1548-1100
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
85
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 6
Contact: Linda D. Dangerfield 410-859-7097
ldangerfield@bwiairport.com
3-M. MARYLAND AVIATION ADMINISTRATION
Maintenance Contract
Contract ID: Portable Toilet Rental and Cleaning Services at Baltimore/Washington
International Thurgood Marshall (BWI Thurgood Marshall) Airport; MAA-MC-25-014
EPICS No.: MAAMC25014
Contract Description: Provide labor, supervision, materials, tools, equipment, transportation,
insurance, and expertise for portable toilet rental and cleaning services for locations surrounding
BWI Thurgood Marshall Airport.
Award: Walters Services, Inc.; Grantville, PA
(Certified Small Business)
Contract Term: 07/04/2024* – 07/03/2029 (*or earlier following BPW approval)
(5 Years)
Amount: $ 406,230.00
Procurement Method: Competitive Sealed-Bidding (Small Business Reserve)
Bids:
Bidders
Amounts
Walters Services Inc.; Grantville, PA
$406,230.00
Pierson Comfort Group; Ridgley, MD
$445,323.60
Globe Sanitation; Woodbine, MD
$457,569.60
Bobbys Portable Restrooms; White Marsh, MD
$565,350.00
Hegens Management & Consulting Services; Washington DC
$631,171.60
A Flush Away; Rosedale, MD
$740,850.00
Mortell Industries, LLC; Washington, DC
$753,096.00
Black Hills Maintenance, LLC; District Heights, MD
$1,575,320.00
Prosper Solutions, LLC; Waldorf, MD
$1,840,104.00
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: None
Hiring Agreement Eligible: Yes
Incumbent: Pierson Comfort Group
86
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 7
3-M. MARYLAND AVIATION ADMINISTRATION (cont’d)
Requesting Agency Remarks: The solicitation was previously advertised as MAA-MC-25-013,
Portable Toilet Rental and Cleaning Services at BWI Thurgood Marshall Airport on December 8,
2023, with six (6) bids received by January 22, 2024. Prior to opening the bids, the Procurement
Officer discovered a discrepancy in the solicitation documents and attempted to amend the
solicitation to extend the bid due date in order to correct the error. However, the Procurement
Officer could not post the Addendum on eMaryland Marketplace Advantage prior to the bid
closing. The Procurement Officer determined that cancelling the procurement was fiscally
advantageous or otherwise in the State’s best interest. The amendments to the specifications were
of such magnitude that a new solicitation was desirable. Therefore, in accordance with COMAR
21.06.02.02 B. Cancellation Before Opening, the procurement was cancelled.
The amended solicitation was re-advertised as MAA-MC-25-014, Portable Toilet Rental and
Cleaning Services at BWI Thurgood Marshall Airport on March 4, 2024, as a Small Business
Reserve Procurement via eMaryland Marketplace Advantage, notifying 165 contractors, the
Maryland Aviation Administration’s website, and by way of direct solicitation to thirteen (13)
prospective bidders. Nine (9) bids were received on April 3, 2024.
The MAA Procurement Review Group reviewed the contract scope of work to determine the
potential for establishing MBE and/or VSBE goals, as well as Small Business designation. The
procurement was designated Small Business Reserve; however, no MBE / VSBE participation
goals were established due to the limited subcontracting opportunities.
This contract includes a provision authorizing an extension for a reasonable, limited, and defined
period of time to spend funds remaining on the contract as provided in Board Advisory 1995-1.
Fund Source: 100% Special Funds (Transportation Trust Funds)
Approp. Code: J06I0002
Resident Business: No
MD Tax Clearance: 24-1836-1100
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
87
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 8
Contact: Donna DiCerbo 410-537-7814
ddicerbo@mdta.state.md.us
4-AE. MARYLAND TRANSPORTATION AUTHORITY
Architecture/Engineering Contract
Contract ID: Construction Management and Inspection Services; MDTA 2022-02A
Contract Description: Final six of twelve work-order based contracts to provide construction
management and inspection services for the Maryland Transportation Authority (MDTA).
Awards: Greenman-Pedersen, Inc. AE-3117-0000
Columbia, MD
Rummel, Klepper & Kahl, LLP AE-3119-0000
Baltimore, MD
WSP USA Inc. AE -3120-0000
Baltimore, Maryland
Whitman, Requardt & Associates, LLP AE-3121-0000
Baltimore, MD
Johnson, Mirmiran & Thompson, Inc. AE-3122-0000
Hunt Valley, MD
AECOM Technical Services, Inc. AE-3125-0000
Hunt Valley, MD
Contract Term: 07/5/2024* – 07/4/2029 (*or earlier upon BPW approval)
(5 years)
Amount: $16,000,000 NTE - AE 3117-0000
$16,000,000 NTE - AE 3119-0000
$14,000,000 NTE - AE 3120-0000
$14,000,000 NTE - AE 3121-0000
$14,000,000 NTE - AE 3122-0000
$11,000,000 NTE - AE 3125-0000
$85,000,000 NTE Total
Procurement Method: Qualification Based Selection
88
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 9
4-AE. MARYLAND TRANSPORTATION AUTHORITY (cont’d)
Proposals:
Offerors
Technical Proposal
Rating (Max 100)
Award
A. Morton Thomas & Associates /Wallace
Montgomery & Associates (JV)
Towson, MD
87.07
(1)
Approved 2-AE
4/17/24
AE-3115-0000
Gannett Fleming, Inc.
Owings Mills, MD
86.52
(2)
Approved 2-AE
4/17/24
AE-3116-0000
Greenman-Pedersen, Inc.
Columbia, MD
83.59
(3)
$16,000,000 NTE
AE 3117-0000
KCI Technologies / STV Incorporated (JV)
Sparks, MD
81.42
(4)
Approved 2-AE
4/17/24
AE-3118-0000
Rummel, Klepper & Kahl, LLP
Baltimore, MD
81.32
(5)
$16,000,000 NTE
AE-3119-0000
WSP USA Inc.
Baltimore, MD
78.21
(6)
$14,000,000 NTE
AE-3120-0000
Whitman, Requardt & Associates, LLP
Baltimore, MD
77.73
(7)
$14,000,000 NTE
AE-3121-0000
Johnson, Mirmiran & Thompson, Inc.
Hunt Valley, MD
77.11
(8)
$14,000,000 NTE
AE-3122-0000
O’ Connell & Lawrence, Inc./ATCS, P.L.C.
(JV)
Olney, MD
74.27
(9)
Approved 2-AE
4/17/24
AE-3123-0000
Michael Baker International, Inc./Prime AE
Group, Inc. (JV)
Linthicum, MD
72.69
(10)
Approved 2-AE
4/17/24
AE-3124-0000
AECOM Technical Services, Inc.
Hunt Valley, MD
70.06
(11)
$11,000,000 NTE
AE-3125-0000
Development Facilitators, Inc./ Pennoni
Associates Inc./CES Consulting, Inc. (JV)
Millersville, MD
67.40
(12)
Approved 2-AE
4/17/24
AE-3126-0000
Century Engineering, LLC/
Whitney, Bailey, Cox & Magnani, Inc./Alpha
Corporation (JV)
Hunt Valley, MD
63.61
(13)
Stantec Consulting Services Inc.
Baltimore, MD
61.05
(14)
Urban Engineers, Inc./Dewberry Engineers, Inc.
(JV)
Baltimore, MD
58.43
(15)
89
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 10
4-AE. MARYLAND TRANSPORTATION AUTHORITY (cont’d)
Proposals (cont’d):
Offerors
Technical Proposal
Rating (Max 100)
Award
Stantec Consulting Services Inc.
Baltimore, MD
61.05
(14)
Urban Engineers, Inc./Dewberry Engineers, Inc.
(JV)
Baltimore, MD
58.43
(15)
EBA Engineering, Inc./Volkert, Inc. (JV)
Laurel, MD
58.14
(16)
MBE / VSBE: 26% / 1% - AE-3117-0000
28% / 1% - AE-3119-0000
28% / 1% - AE-3120-0000
26% / 1% - AE-3121-0000
26% / 1% - AE-3122-0000
26% / 1% - AE-3125-0000
Incumbents: Greenman-Pedersen, Inc./Gannett Fleming, Inc. (JV); Johnson, Mirmiran
& Thompson, Inc.; A. Morton Thomas and Associates, Inc.; Michael Baker
International, Inc./Prime AE Group, Inc. (JV); O’Connell & Lawrence, Inc./ATCS,
P.L.C. (JV); Rummel, Klepper & Kahl, LLP; WSP USA Inc./Wallace, Montgomery
& Associates, LLP (JV); Whitman, Requardt & Associates, LLP; Development,
Facilitators, Inc./Pennoni Associates, Inc./CES Consulting, LLC (Tri-Venture);
AECOM Technical Services, Inc.; Stantec Consulting Services, Inc./EBA
Engineering, Inc. (JV)
Requesting Agency Remarks: On January 1, 2023, the solicitation was advertised in The Daily
Record and eMaryland Marketplace Advantage (eMMA). The advertisement was for twelve
contracts valued between $11 million and $16 million each for construction management and
inspection services for the Maryland Transportation Authority (MDTA). A total of 893 firms were
notified on eMMA. The MDTA received 16 technical proposals. The MDTA used qualifications-
based selection and found 12 consultants eligible for contract award. No protests were filed.
The services to be provided include: constructability reviews, conduct pre-construction
conferences, monitor and document contractor performance, conduct detailed inspections of all
construction work including erosion and sediment control, contract compliance, environmental
project/program monitoring as required, review of contractor safety program and inspection,
maintenance of traffic, schedule and conduct progress meetings, conduct detailed materials
inspections and testing (this may include providing full service laboratory to conduct said testing),
contract utility coordination and locating of existing facility utilities as needed, monitor project
critical path method and cash flow schedules, review and process progress and final payments
utilizing Maryland Construction Management System, eMaryland Construction Management
90
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 11
4-AE. MARYLAND TRANSPORTATION AUTHORITY (cont’d)
Requesting Agency Remarks (cont’d):
System, or other construction management software approved by the MDTA, provide construction
phase review services such as reviewing shop drawings and responding to Requests for
Information, provide on-site program management support as needed, and assist the MDTA
compliance program officers with monitoring and enforcement of the Minority Business
Enterprise (MBE) goals.
The MDTA Procurement Review Group reviewed the contract scope of work to determine the
potential for establishing an MBE participation goal and a VSBE participation goal, as well as a
Small Business Enterprise designation. A 26% MBE participation goal and a 1% VSBE goal was
established for each contract. Rummel, Klepper & Kahl, LLP and WSP USA Inc.
committed to 28%, exceeding the MBE goal by 2%.
Fund Source: 100% Special Funds (Toll Revenue)
Approp. Code: J00J00.41 & J00J00.42
Resident Business: Yes
MD Tax Clearance: Greenman-Pedersen, Inc.
24-1609-1110
Rummel, Klepper & Kahl, LLP
24-1610-1110
WSP USA Inc.
24-1611-1011
Whitman, Requardt & Associates, LLP
24-1612-1110
Johnson, Mirmiran & Thompson, Inc.
24-1613-1111
AECOM Technical Services, Inc.
24-1614-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
91
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 12
Contact: Melissa Williams 410-537-5651
mwilliams9@mdta.state.md.us
5-RP. MARYLAND TRANSPORTATION AUTHORITY
Real Property Disposition
Recommendation: That the Board of Public Works approve the Maryland Transportation
Authority (MdTA) disposing real property as it is excess to the agency’s needs.
Authority: Real Property Article; Section 2-118
Annotated Code of Maryland
Property: MC# 22-7048
Kane Street (± 7.886 acres), Baltimore City
Near the I-95 Interchange with Eastern Avenue
Grantor: State of Maryland, MDTA
Grantee: Canton RR
Consideration: $344,000
Appraised Value: $344,000 – LouAnn Cline, (Selected)
Gerard Krebs, Review Appraiser
Legislative Notice: Notice was sent to the Senate Budget and Taxation, House
Appropriations, and Legislative Policy Committees of the General Assembly on April 15, 2024.
The 45-day review period expired May 30, 2024.
State Clearinghouse: The Clearinghouse conducted an intergovernmental review of the
project under MD20230323-0217. It is recommended to declare the ±7.886-acre property (Parcels
1 & 2) located near the I-95 Interchange with Eastern Avenue in Baltimore City surplus to the
needs of the State, 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. Since no local government or unit of State
Government is interested in the property, the property was screened against the factors under
Section 2-203(b)(1) of the Housing and Community Development Article. The property did not
meet one or more of the factors; therefore, the property is not suitable for use or redevelopment as
affordable housing.
92
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 13
5-RP. MARYLAND TRANSPORTATION AUTHORITY (cont’d)
Requesting Agency Remarks: MDTA proposes to convey Parcels 1 and 2 at a price of $344,000
which is 100% of the appraised value. The perpetual aerial easement in the Pedestrian Overpass
from Kane Street to Quinton Street (as shown on plat I-95-101A) will be retained by MDTA.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
93
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 14
Contact: Melissa Williams 410-537-5651
mwilliams9@mdta.state.md.us
6-RP. MARYLAND TRANSPORTATION AUTHORITY
Real Property Disposition
Recommendation: That the Board of Public Works approve the Maryland Transportation
Authority (MdTA) disposing real property as it is excess to the agency’s needs.
Authority: Real Property Article; Section 2-118
Annotated Code of Maryland
Property: MC# 22-7050
Heat Center (± 1.186 acres), Route 22 at Technology Drive
Aberdeen, Harford County
Grantor: State of Maryland, MDTA
Grantee: Harford County, Maryland
Consideration: $1.00
Appraised Value: $379,600 – Melody Campbell, (Selected)
$361,600 – Dennis D’Argenio, (Approved)
Joseph Miklochik, Review Appraiser
Legislative Notice: Notice was sent to the Senate Budget and Taxation, House
Appropriations, and Legislative Policy Committees of the General Assembly on April 15, 2024.
The 45-day review period expired May 30, 2024.
State Clearinghouse: The Clearinghouse conducted an intergovernmental review of the
project under MD20221116-0899. It is recommended to declare the +/- 1.512 acres former Heat
Center property surplus to the needs of the StateMDTA proposes to convey Parcel 1-A to the City
of Aberdeen for construction of a water tower and to convey Parcels 1-B and 2 to Harford County
to maintain the existing park and ride facilityupon consideration of the Maryland Department of
the Environment’s qualifying comments. The City of Aberdeen expressed support for the
conveyance of Parcel 1-A to the City and Harford County found the project consistent with their
plans, programs, and objectives.
94
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 15
6-RP. MARYLAND TRANSPORTATION AUTHORITY (cont’d)
Requesting Agency Remarks: In 1962 the SRC purchased the property that is now the Higher
Education and Applied Technology Center (“HEAT Center”) for the construction of I-95. The
property was then transferred from SHA to MDTA by Legislative action. MDTA proposes to
convey Parcels 1-B and 2 to Harford County at nominal cost.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
95
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 16
Contact: John Thornton 410-385-4850
jthornton@marylandports.com
7-S. MARYLAND PORT ADMINISTRATION
Services Contract
Contract ID: Innovative Reuse of Dredged Material; 220005H-S
EPICS No.: P220005H
Contract Description: Provide the Maryland Port Administration (MPA) with a study of
the use of dredged material as supplementary cementitious material and cement clinker.
Award: Northgate Environmental Management, Inc.
Frederick, MD
(Certified Minority and Small Business)
Contract Term: One year from Notice to Proceed
Amount: $299,701
Procurement Method: Competitive Sealed Proposals
Proposals:
Offerors
Technical
Rank
Financial
Rank
Overall
Rank
Northgate Environmental
Management, Inc.
Frederick, MD
1 $299,701 (1) 1*
One proposal is still under
consideration, but details are
confidential under COMAR
21.05.03.02G(2) (see Remarks)
Not applicable
(see Remarks)
Not applicable
(see Remarks)
Not applicable
(see Remarks)
*Technical factors and price have equal weight in the evaluation of each proposal.
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: None
Hiring Agreement Eligible: No
96
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 17
7-S. MARYLAND PORT ADMINISTRATION (cont’d)
Requesting Agency Remarks: This Request for Proposals, intended to result in the award of
multiple contracts, was advertised on eMaryland Marketplace Advantage, which notified
approximately 2,367 vendors. MPA also shared the solicitation with the Maryland Minority
Contractors Association, the Md. Washington Minority Companies Association, and directly
solicited 240 companies.
In an effort to significantly expand the State of Maryland’s dredged material reuse efforts and
long-term containment facility capacity, MPA solicited sealed proposals for applied research and
development projects to explore feasible means for reuse of material dredged from Baltimore
Harbor channels. The Request for Proposals defines “reuse” as the recycling of dredged material
for use in another product or application, including residential, recreational, commercial, and
industrial uses. Contracts issued under this procurement will support MPA’s research and
development of dredged material applications to further the State’s efforts to recover capacity
and/or extend the lifespan of the Cox Creek Dredged Material Containment Facility (DMCF).
Successful results of this research and development effort could lead to MPA developing a
separate, longer-term contract (or contracts) for the reuse of significant volumes of dredged
material. These efforts will give MPA an opportunity to understand better the potential for large-
scale, long-term cost-effective capacity recovery in the DMCF. As a result of contracts resulting
from this Request for Proposals, MPA will be evaluating lessons learned, adaptive management
approaches, and scalability with an eye on future opportunities to recover capacity in DMCFs.
The Request for Proposals provided that there would be no fixed deadline for submission of
proposals until MPA established a deadline by published amendment to the solicitation. Instead,
proposals would be considered for award as they were submitted, even while other proposals were
under consideration or had resulted in contract awards, until MPA closed the solicitation to the
submission of new proposals. On October 11, 2023, MPA closed the solicitation by published
amendment, The proposal that is the subject of this agenda item was submitted prior to the closure
date.
Northgate Environmental Management, Inc. submitted a proposal to demonstrate the feasibility of
using dredged material from Baltimore Harbor as supplementary cementitious material (pozzolan)
and cement clinker, a component of Portland cement. The contractor will procure a small quantity
of dewatered dredged material generated from Cox Creek DMCF and will determine if the material
can be used as a natural pozzolan and in the production of cement clinker for Portland cement. If
the project is successful, the result could be a separate, long-term contract with MPA under which
dewatered dredged material from Cox Creek DMCF could be used in the development of a
production facility to support construction projects and products, expanding the commercial value
of dredged sediments, and cost-effectively recovering valuable capacity in the DMCF. This award
was approved by the Maryland Port Commission on May 7, 2024.
97
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 18
7-S. MARYLAND PORT ADMINISTRATION (cont’d)
Requesting Agency Remarks (cont’d):
MPA received sixteen proposals. The Board previously approved six awards, including a prior
contract awarded to Northgate Environmental Management, Inc. for another proposed innovative
reuse of dredged material. MPA awarded a seventh contract to the University of Maryland College
Park Engineering Department as an intergovernmental or interagency agreement. One proposal is
still under consideration.
Fund Source: 100% Special Funds (Transportation Trust Fund)
Approp. Code: J03D0002
Resident Business: Yes
MD Tax Clearance: 24-1562-0110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
98
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 19
Contact: William Parham 410-454-7899
wparham@mta.maryland.gov
8-AE. MARYLAND TRANSIT ADMINISTRATION
Architecture/Engineering Contract
Contract ID: On-Call Corridor Program Management Consultant (PMC) Services; AE-23-004-A
ADPICS No.: AE23004A
Contract Description: One of two contracts to provide corridor program management
consultant services for the Maryland Transit Administration (MTA) in support of major projects
including the Baltimore Red Line.
Award: Gannett Fleming, Inc.; Owings Mills, MD
Contract Term: 06/06/2024 – 06/05/2032 (8 years)
Amount: $100,000,000 NTE
Procurement Method: Qualification Based Selection
Proposals:
Offerors
Technical Proposal
Rating (Max 1000)
(Rankings)
NTE
Price
Gannett Fleming, Inc.
Owings Mills, MD
841
(1)
Contract A
$100,000,000 NTE
Transit Management Partners
Baltimore, MD
799
(2)
Contract B
AECOM-JMT Corridor PMC Joint Venture
Baltimore, MD
676
(3)
Living Wage Eligible: N/A
DBE/VSBE Participation: 25% / 0%
Hiring Agreement Eligible: N/A
Incumbent: None
99
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 20
8-AE. MARYLAND TRANSIT ADMINISTRATION (cont’d)
Requesting Agency Remarks: This solicitation was published on eMaryland Marketplace
Advantaged (eMMA) on July 21, 2023. A total of 853 firms were notified via eMMA, of which
350 were certified DBEs. A total of three engineering consultant firms submitted technical
proposals in response to the solicitation. The two highest-scoring firms were selected for an award
after each technical proposal was evaluated, scored, and ranked.
These contracts provide for corridor program management consultant services on a work order
basis. The awardees are required to provide engineering and technical services (1) program and
project management (2) project scope, budgets and schedules development, reviews and
monitoring (3) design engineering compliance (4) construction inspection and management (5)
project planning or development (6) public affairs / community relations (7) quality assurance (8)
systemwide enhancement and implementation of major transit expansions such as the North-South
and East-West (Red Line Corridor) projects (8) Other Projects, Engineering and / or Administrative
Support Services on a work order basis.
These contracts are critical to MTA’s efforts to expand service offerings in Baltimore City and
throughout the entire state. Expanding transit offerings will assist in achieving the states climate
goals, increase economic opportunity, and decrease roadway congestion. Existing and anticipated
projects requiring Corridor Program Management Consultant Services include:
Baltimore Red Line Project Design
Southern Maryland Rapid Transit Project Design
Baltimore’s North / South Corridor Project Design
The MTA 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 25% DBE participation goal has been established for these contracts; however, no
VSBE goal has been established for these contracts due to the limited 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 contracts as provided in Board Advisory
1995-1.
100
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 21
8-AE. MARYLAND TRANSIT ADMINISTRATION (cont’d)
Fund Source: 80% Federal; 20% Special Funds (Transportation Trust Fund)
Approp. Code: J05H0105
Resident Business: Yes
MD Tax Clearances: 24-1902-0111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
101
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 22
Contact: Jada Wright 410-545-0330
jwright18@mdot.maryland.gov
9-M. STATE HIGHWAY ADMINISTRATION
Maintenance Contract
Contract ID: Brush and Tree Cutting and Stump Removal at Various Locations in Garrett County
District 6; 4291161426
EPICS No.: 4291161426
Contract Description: Provide Brush and Tree Cutting and Stump Removal at Various Locations
in Garrett County - District 6.
Award: A. Marquez Trucking, Inc.; Silver Spring, MD
(Certified Minority & Small Business)
Contract Term: 07/04/2024* – 12/31/2026 (*or earlier upon BPW approval)
(2 years, 5 months, 27 days)
Amount: $548,125.00
Procurement Method: Competitive Sealed Bidding
Bids:
Bidders
Amounts
A. Marquez Trucking, Inc.; Silver Spring, MD
$548,125.00
PLWMS DBA Patriot Natural Resources; Beallsville, MD
$684,750.00
J & R Landscaping and Tree Experts, Inc.; Keyser, WV
$1,013,750.00
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: Annual Renewable Performance & Payment Bonds for 100% of
the award amount exists for this contract
Incumbent(s): Same
Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace
Advantage (eMMA) on November 28, 2023, notifying 248 potential contractors, 62 of which were
MDOT-certified Minority Business Enterprises (MBEs). Three bids were received and opened on
January 4, 2024. There were no protests filed for this contract.
102
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 23
9-M. STATE HIGHWAY ADMINISTRATION (cont’d)
Requesting Agency Remarks (cont’d):
This project is to support State Highway Administration’s mowing program to promote safety for
the traveling public by controlling undesirable brush and noxious weeds; and maintaining adequate
sight distances.
The State Highway Administration has confirmed A. Marquez Trucking, Inc.’s bid price and the
work conducted on this contract is performed 100% by a Certified Minority Business Enterprise
and State-certified Small Business.
Per BPW Advisory 2001-1, the SHA Procurement Review Group reviewed the contract scope of
work to determine the potential for establishing MBE and VSBE participation goal as well as a
Small Business Reserve designation. A 0% MBE goal was set for this project based on the minimal
number of MBE firms available in Allegany, Frederick, Garrett, and Washington counties within
the work area certified with the NAICS code to perform the work. No VSBE participation goal
was set due to a lack of certified firms to perform these services.
Fund Source: 100% Special Funds (Transportation Trust Fund)
Approp. Code: J02B0102
Resident Business: Yes
MD Tax Clearance: 24-1271-0110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
103
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 24
Contact: Jada Wright 410-545-0330
jwright18@mdot.maryland.gov
10-M. STATE HIGHWAY ADMINISTRATION
Maintenance Contract
Contract ID: Miscellaneous Roadway Structure Repair at Various Locations in Allegany,
Garrett, and Washington Counties – District 6; AZ2857614
EPICS No.: AZ2857614
Contract Description: Provide miscellaneous roadway structure repair at various locations in
Allegany, Garrett, and Washington Counties – District 6.
Award: Concrete General, Inc.; Gaithersburg, MD
Contract Term: 07/04/2024* – 12/31/2026 (*or earlier upon BPW approval)
(2 years, 5 months, 27 days)
Amount: $2,496,290.00
Procurement Method: Competitive Sealed Bidding
Bids:
Bidders
Amounts
Concrete General, Inc.; Gaithersburg, MD
$2,496,290.00
Harbel, Inc.; Cumberland, MD
$3,530,890.00
Living Wage Eligible: Yes
MBE/VSBE Participation: 2% / 0%
Performance Security: Annual Renewable Performance & Payment Bonds for 100% of the
award amount exists for this contract
Incumbent Same
104
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 25
10-M. STATE HIGHWAY ADMINISTRATION (cont’d)
Requesting Agency Remarks: This solicitation was advertised on eMaryland
Marketplace Advantage (eMMA) on January 16, 2024, notifying 376 potential contractors,
77 of which were MDOT-certified Minority Business Enterprises (MBEs). Two bids were
received and opened on February 22, 2024. There were no protests filed for this contract.
SHA and their contractors work together to choose a material from our Qualified Products
List that is green so as not to pollute or make environmental impacts on our environment.
The State Highway Administration has confirmed Concrete General, 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 2% MBE goal was set for this project based on the
availability of firms with the NAICS codes to perform the work. No VSBE participation goal was
set due to a lack of certified firms to perform these services.
Fund Source: 100% Special Funds (Transportation Trust Fund)
Approp. Code: J02B0102
Resident Business: Yes
MD Tax Clearance: 24-0981-0110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
105
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 26
Contact: Jada Wright 410-545-0330
jwright18@mdot.maryland.gov
11-M. STATE HIGHWAY ADMINISTRATION
Maintenance Contract
Contract ID: Janitorial Services for the Maryland State Highway Administration (SHA) District
4 Hunt Valley Offices; SD42427JUN
EPICS No.: SD42427JUN
Contract Description: This contract provides District 4- Hunt Valley with janitorial services.
Award: The Arc Baltimore; Baltimore, MD
Contract Term: 07/04/2024* – 06/30/2027 (* or earlier upon BPW approval)
(3 years)
Amount: $241,740.40 NTE
Procurement Method: Preferred Provider
Living Wage Eligible: No
MBE/VSBE Participation: 0% /0%
Performance Security: None
Incumbent(s): Same
Requesting Agency Remarks: This contract is based on a not-to-exceed amount of $241,740.40
as determined by the Pricing and Selection Committee for the Rehabilitation and Employment
Program, on July 26, 2023.
This is a contract to provide the Maryland State Highway Administration District 4 Office Building
at 320 West Warren Road, Hunt Valley, Maryland with janitorial services. Janitorial services are
mission-critical to this facility in providing a safe and healthy environment for employees and the
many visitors to this office.
Cleaning supplies will be supplied by the vendor and will be procured from Blind Industries and
Services of Maryland (BISM). BISM offers a variety of environmentally preferred products with
recycled, Green Seal, EcoLogo, and FSC certifications that will be used for the janitorial supplies,
where available and per scope of work.
106
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 27
11-M. STATE HIGHWAY ADMINISTRATION (cont’d)
Requesting Agency Remarks (cont’d):
Due to the services on this project being provided by a Preferred Provider through Maryland
Works, no MBE nor VSBE participation goals were set for this contract.
Fund Source: 100% Special Funds (Transportation Trust Fund)
Approp. Code: J02B0102
Resident Business: Yes
MD Tax Clearance: 24-1488-1110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
107
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 28
Contact: William Parham 410-767-8374
wparham@mdot.maryland.gov
12-GM-MOD. MARYLAND TRANSIT ADMINISTRATION
Modification: General/Miscellaneous Contract
Contract ID: Mobility Paratransit Operations and Maintenance Services;
MOL-21-059-SR A, B, & C
EPICS No.: CO416500, CO416501, & CO416517
Contract Approved: MDOT 6-GM, Agenda 02/16/2022
Contract Description: These contracts provide services to operate an American with
Disabilities Act (ADA) compliant paratransit services for the Maryland Transit Administration’s
(MTA) Paratransit Transportation Services and Mobility program. The contractors provide a
facility, vehicle maintenance, operators/drivers, supervision, and all necessary support to transport
riders in accordance with MTAs requirements.
Modification Description: Amendment No. 2 modifies each contract to allow the vendors to
increase operator & support staff wages and increases the contract authority to support the wage
increases for the remainder of the base term and renewal options, if exercised and approved.
Awards: MV Transportation, Inc.; Fairfield, CA (Contract A)
First Transit, Inc.; Cincinnati, OH (Contract B)
Transdev Services, Inc.; Lombard, IL (Contract C)
Contract Term: 02/17/2022 – 05/17/2022 (90-day Mobilization period)
05/18/2022 05/18/2025 (3-year Base term plus two 2-year options)
Modification Term: 06/06/2024 – 05/18/2025
Original Amounts: Contract A $162,393,877.66 NTE (Base Term)
$112,357,356.03 NTE (Renewal Option No. 1)
$120,087,682.69 NTE (Renewal Option No.2)
$394,838,916.38 NTE (Total Contract)
Contract B $138,635,379.67 NTE (Base Term)
$102,813,801.70 NTE (Renewal Option No. 1)
$107,201,160.12 NTE (Renewal Option No. 2)
$348,650,341.49 NTE (Total Contract)
Contract C $116,550,132.52 NTE (Base Term)
$ 83,556,352.64 NTE (Renewal Option No. 1)
$ 88,834,904.42 NTE (Renewal Option No. 2)
$288,941,389.58 NTE (Total Contract)
108
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 29
12-GM-MOD. MARYLAND TRANSIT ADMINISTRATION (cont’d)
Modification Amounts: Contract A $ 3,508,900.23 (Base Term)
$11,620,909.00 (Renewal Option No. 1)
$15,043,081.06 (Renewal Option No. 2)
$30,172,890.29 (Total Modification)
Contract B $ 3,242,090.94 (Base Term)
$ 8,487,873.49 (Renewal Option No. 1)
$ 8,980,385.52 (Renewal Option No. 2)
$20,710,349.95 (Total Modification)
Contract C $ 3,471,960.33 (Base Term)
$10,024,005.89 (Renewal Option No. 1)
$10,674,153.39 (Renewal Option No. 2)
$24,170,119.61 (Total Modification)
Prior Mods: $ 0 (same for Contracts A,B,&CAmendment #1:
Material changes to contract language, term 12/29/2022 -
05/18/2025; MDOT 6-GM-MOD, 12/21/2022)
Total Contract Amounts: Contract A $165,902,777.89 (Total Base Term)
$123,978,265.03 (Total Renewal Option No. 1)
$135,130,763.75 (Total Renewal Option No. 2)
$425,011,806.67 (Total Contract)
Contract B $141,877,470.61 (Total Base Term)
$111,301,675.19 (Total Renewal Option No. 1)
$116,181,545.64 (Total Renewal Option No. 2)
$369,360,691.44 (Total Contract)
Contract C $120,022,092.85 (Total Base Term)
$ 93,580,358.53 (Total Renewal Option No. 1)
$ 99,509,057.81 (Total Renewal Option No. 2)
$313,111,509.19 (Total Contract)
Percent +/- Change (this item): +2.16% (Contract A – Base only)
+2.34% (Contract B – Base only)
+2.98% (Contract C – Base only)
Total Percent -/- Change: +2.16% (Contract A – Base only)
+2.34% (Contract B – Base only)
+2.98% (Contract C – Base only)
Original Procurement Method: Competitive Sealed Proposals
109
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 30
12-GM-MOD. MARYLAND TRANSIT ADMINISTRATION (cont’d)
MBE/VSBE Participation: 18.38% / 1.74% (Contract A)
18.01% / 1.05% (Contract B)
17.64% / 0.13% (Contract C)
MBE/VSBE Compliance: 19.22% / 1.6% (Contract A)
22.11% / 0.83% (Contract B)
18.81% / 0.04% (Contract C)
Requesting Agency Remarks: This contract provides for multiple vendors to operate the M TA’s
ADA paratransit transportation service delivery by providing drivers, management, and fleet
maintenance. The MTAs paratransit service operates seven days per week, 24 hours per day, and
generally serves the same geographic area served by the MTA’s fixed-route system as required by
the ADA. The service includes all areas of Baltimore City, parts of Baltimore and Anne Arundel
Counties located inside the Baltimore Beltway (I-695), and all other areas of Baltimore and Anne
Arundel Counties located within a three-quarter-mile radius of the MTAs fixed-route services.
Certified paratransit users may request service by 5:00 P.M. on the day prior to the need for service
and may schedule services up to seven days in advance. On an average weekday, the MTA
schedules approximately 4,200 trips, and the MTA monitors the on-time performance level of the
contractors.
Competing industries and competing transit systems such as WMATA have increased wages in an
effort to attract new employees and in particular operators. Due to these outside forces, the vendors
on this contract have struggled to hire and retain operators. In the fourth quarter of 2023, each
vendor reported that operator vacancies were increasing. MTAs mobility passengers depend on
MTAs Mobility Link to provide reliable and safe transportation. Due to these staffing vacancies,
passengers are being left to wait for extended periods of time for their rides, and as a result, missing
critical medical appointments or arriving late to work.
This amendment adjusts the operators’ starting minimum wage rate and establishes a minimum
wage rate for operators with at least one year of service.
Each contract has an MBE participation goal, and each vendor is currently in compliance and
exceeding their participation goal.
In addition, each contract has a VSBE participation goal, and each vendor is currently not
compliant. The MTA is committed to working with each vendor to ensure that the VSBE goal is
met on this contract. Each vendor has provided the MTA with a corrective action plan that explains
how the vendor will become compliant with the established VSBE participation goal before the
contract term expires.
110
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 31
12-GM-MOD. MARYLAND TRANSIT ADMINISTRATION (cont’d)
Fund Source: 100% Special Funds (Transportation Trust Fund)
Approp. Code: J05H0102
Resident Business: No
MD Tax Clearances: MV Transportation, Inc. 24-2179-0000
First Transit, Inc. 24-2181-1111
Transdev Services, Inc. 24-2180-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
111
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 32
Contact: David Zaidain 410-865-1050
dzaidain@mdot.maryland.gov
13-RP. THE SECRETARY’S OFFICE
Real Property Amendment
Recommendation: That the Board of Public Works (BPW) approve the Maryland Transit
Administration (MTA) amending a Master Development Agreement and a Master Ground Lease
Agreement.
Authority: State Finance & Procurement Article, § 10-305
Annotated Code of Maryland
Property: MC# 18-8018
Owings Mills TOD (± 46 acres), located at 5018 Painters Mills
Boulevard and 10309 Grand Central Avenue, Owings Mills,
Baltimore County
Grantor: State of Maryland, MTA
Grantee: Owings Mills Transit, LLC (OM Transit)
Consideration: N/A
Appraised Value: N/A
State Clearinghouse: N/A
Requesting Agency Remarks: In 2002, BPW approved a Master Ground Lease (MGL) between
MTA and OM Transit for ± 46 acres at the Owings Mills Metro Station for a Transit-Oriented
Development (TOD) project. The Master Development Agreement (MDA) was previously
amended under BPW Item 17-RP (3/19/2014).
The Secretary’s Office (TSO), on behalf of MTA, proposes certain revisions to the MDA and the
MGL. If these amendments are approved by BPW, they will permit phase ground lease tenants to
sublease or assign all or part of the phase ground leased premises without additional approvals by
BPW provided that the proposed sublessee or assignee meets certain criteria set forth in the
amended Form of Phase Ground Lease, which is an exhibit to the MGL. These changes would allow
a phase ground lease tenant to sublease or assign all or part of its interest in its phase ground lease in the
Owings Mills project to entities that meet criteria established in these amendments.
Similarly, and without
additional approval by BPW, the amendments provide for transfers by permitted leasehold
mortgages if the transfers meet certain criteria. The changes would also allow certain transfers by
a leasehold mortgagee or in lieu of a foreclosure sale to transferees that meet criteria included in
the amendments.
HAND CARRIED
112
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
June 5, 2024
MDOT 33
13-RP. MARYLAND TRANSIT ADMINISTRATION (cont’d)
Requesting Agency Remarks (cont’d):
Implementing the proposed revisions to the Form of Phase Ground Lease requires amendments to
both the MDA and the MGL. The amendment to the MDA has also been signed by Baltimore
County, which is a party to the MDA.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
HAND CARRIED
113
DEPARTMENT OF GENERAL SERVICES
O
FFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Item# Category Pages
1 - 14 Capital Grants and Loans 1 - 16
15 - 16 Architecture and Engineering 17 - 20
17 - 22 Construction 21 - 31
23 - 50 Services 32 - 101
51 - 66 Information Technology 102 - 159
67 - 73 Maintenance 160 - 173
74 - 77 General Miscellaneous 174 - 195
78 - 79 Real Property 196 - 214
80 - 81 Landlord Lease 215 - 216
82 - 86 Tenant Lease 217 - 223
87 - 89 Expedited Procurement 224 - 229
90 Supplemental: Information Technology 230 - 232
91 Supplemental: Information Technology 233 - 234
92 Supplemental: Information Technology 235 – 236
93 Supplemental: Information Technology 237 – 238
94 Supplemental: Capital Grants & Loans 239
95 Supplemental: Expedited Procurement 240 241
96 HAND-CARRIED: General Miscellaneous 242
114
OSP 1
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 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 the Anne Arundel County Fair, Inc.
Anne Arundel County Fairgrounds (Anne Arundel County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Anne Arundel
County Fairgrounds (Anne Arundel County)
Maryland Consolidated Capital Bond Loan of 2022 (LHI – Chapter 344, Acts of 2022)
DGS Item 22-508, (SL-283-220-038) $ 50,000
Matching Fund: No match is required.
Background: Total Project $ 50,000
22-508 (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 replacement of a sprinkler system, hardware and piping.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
115
OSP 2
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 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:
Mayor and City Council of Cumberland
Cumberland Economic Development Corporation – Baltimore Street Access (Allegany
County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Baltimore Street
Access Project.”
Maryland Consolidated Capital Bond Loan of 2021 (MISC– Chapter 63, Acts of 2021)
DGS Item 21-129, (SL-085-200-038) $ 750,000
Matching Fund: No match is required.
Background: Total Project $ 11,834,460
21-129 (This Action) $ 750,000 (Non-match)
20-143 (Prior Action) $ 500,000 (Non-match)
Local Cost $ 10,584,460
(Prior Actions: 06/02/21 Agenda, Item 6-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 improvements to the roadways and pedestrian pathways along 3
streets in Downtown Cumberland.
5. Grantee name has been corrected by an Administrative Fix letter approved by DBM and
DLS.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
116
OSP 3
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
3-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works certify matching funds and enter into a grant
agreement for the following grant:
Board of Directors of St. Mary’s Hospital of St. Mary’s County, Inc
MedStar St. Mary’s Hospital (St. Mary’s County)
“To assist in the design, construction, renovation, and equipping of a renovation of
the Emergency Department and related areas at MedStar St. Mary’s Hospital.”
Maryland Consolidated Capital Bond Loan of 2023 (MHA– Chapter 102, Acts of 2023)
DGS Item 23-G010, (SL-130-230-038) $ 200,000
Matching Fund: The MCCBL requires the grant recipient to provide a matching fund no
later than June 1, 2025, and the Board of Public Works to certify a matching fund. The
Board of Directors of St. Mary’s Hospital of St. Mary’s County, Inc has submitted evidence
that it has over $200,000 in a financial institution to meet the matching fund requirement
for this project.
Background: Total Project $1,400,000
23-G010 (This Action) $ 200,000 (Match)
Local Cost $1,200,000
(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 renovations at the Emergency Department Behavioral Health
Treatment areas, Inpatient Behavioral Health Unit, Outpatient Day Treatment Program
space, and several medical surgical rooms at MedStar St. Mary's Hospital.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
117
OSP 4
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 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:
Board of Trustees of the Salisbury School, Inc.
Outdoor Amphitheater for Horizons Delmarva and Salisbury School (Wicomico County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Outdoor
Amphitheater for Horizons Delmarva and the Salisbury School.”
Maryland Consolidated Capital Bond Loan of 2023 (LSI– Chapter 102, Acts of 2023)
DGS Item 23-728, (SL-120-230-038) $ 95,000
Matching Fund: No match is required.
Background: Total Project $ 95,042
23-728 (This Action) $ 95,000 (Non-match)
Local Cost $ 42.000
(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 site improvement of the Outdoor Amphitheater for Horizons
Delmarva and Salisbury School.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
118
OSP 5
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 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
South Shore Park (Anne Arundel County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of infrastructure
improvements to South Shore Park including field improvements.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-369, (SL-135-230-038) $ 1,000,000
Matching Fund: No match is required.
Background: Total Project $ 6,772,000
23-369 (This Action) $ 1,000,000 (Non-match)
Local Cost $ 5,772,000
(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 installation of two full sized multipurpose fields at the currently
unused park on General Highway in Crownsville.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
119
OSP 6
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 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:
Board of Directors of Humanim, Inc.
Humanim (Howard County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of new zero energy
affordable housing.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-197, (SL-265-220-038) $ 500,000
Matching Fund: No match is required.
Background: Total Project $1,500,000
23-197 (This Action) $ 500,000 (Non-match)
22-355 (Prior Action) $ 500,000 (Non-match)
Local Cost $ 500,000
(Prior Actions: 03/13/24 Agenda; Item 10-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 acquisition and remodeling of a property to house adults diagnosed
with a developmental and/or psychiatric disability.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
120
OSP 7
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 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:
Governing Board of Kingdom Global Community Development Corporation
Kingdom Cares Center (Prince George’s County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Kingdom Cares
Center.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-415, (SL-264-220-038) $ 500,000
Matching Fund: No match is required.
Background: Total Project $ 13,800,000
23-415 (This Action) $ 500,000 (Non-match)
22-236 (Prior Action) $ 8,000,000
Local Cost $ 5,300,000
(Prior Actions: 03/13/2024 Agenda, 2-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 modernization of the existing elevator in the center.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
121
OSP 8
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 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 of the Klein Family Harford Crisis Center, Inc.
The Klein Family Harford Crisis Center (Harford County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Klein Family
Harford Crisis Center.”
Maryland Consolidated Capital Bond Loan of 2022 (MISC– Chapter 344, Acts of 2022)
DGS Item 22-479, (SL-281-220-038) $ 300,000
Matching Fund: No match is required.
Background: Total Project $ 300,000
22-479 (This Action) $ 300,000 (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 expansion of the restrooms and outpatient therapy suites, and a
community education and group therapy room that will be able to accommodate thirty
community members or patients.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
122
OSP 9
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 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 the Young Men’s Christian Association of Metropolitan
Washington
YMCA of Metropolitan Washington – Facility Upgrades (Regional)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of facilities at YMCA
Bethesda-Chevy Chase, YMCA Camp Letts, and YMCA Silver Spring”
Maryland Consolidated Capital Bond Loan of 2021 (MISC– Chapter 63, Acts of 2021)
DGS Item 21-167, (SL-224-210-038) $ 1,000,000
Matching Fund: No match is required.
Background: Total Project $ 1,000,000
21-167 (This Action) $ 1,000,000 (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. DGS has administratively corrected the grantee name, pursuant to Section 1 (9)
of Senate Bill 361 of 2024.
5. Project Description: YMCA Bethesda-Chevy Chase: Removing existing and installing new
stairs and handrails at main entrance.
6. YMCA Silver Spring: Renovate existing outdoor lap pool to include zero depth entry and
install outdoor humidification unit.
7. YMCA Camp Letts: Renovate one camper’s cabin.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
123
OSP 10
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 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:
Prince George’s County Public Schools
Prince George’s County Public Schools – Turf Fields (Prince George’s County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of turf fields at Prince
George’s County public high schools.”
Maryland Consolidated Capital Bond Loan of 2021 (MISC– Chapter 63, Acts of 2021)
DGS Item 21-221, (SL-233-210-038) $ 9,200,000
Matching Fund: No match is required.
Background: Total Project $ 9,200,000
21-221 (This Action) $ 9,200,000 (Non-match)
Local Cost $ 0
(Prior Actions: None)
Remarks:
1. An administrative fix was granted to change the grantee name from “Prince George’s
County Office of the County Executive” to “Prince George’s County Public Schools”.
2. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
3. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
4. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
5. The project may include field improvements to Prince George’s County Public Schools.
This Item was withdrawn as Item 12-CGL from the 03/13/2023 DGS Agenda.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
124
OSP 11
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 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 modified grant agreement for the
following grant:
Board of Directors of Children’s Inn at NIH, Inc.
The Children’s Inn at the National Institutes of Health (Montgomery County)
“To assist in the design, construction, renovation, and equipping of renovations of
The Children’s Inn at NIH, subject to the requirement that the grantee provide an
equal and matching fund for this purpose. Notwithstanding Section 1(5) of this Act,
the matching fund may consist of funds expended prior to the effective date of this
Act.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-G012, (SL-137-230-038) $ 1,400,000
Matching Fund: The MCCBL requires the grant recipient to provide a matching fund no
later than June 1, 2025, and the Board of Public Works to certify a matching fund. The
Board of Directors of Children’s Inn at NIH, Inc. submitted evidence that it has $1,400,000
from private sources to meet the matching fund requirement for this project.
Background: Total Project $ 26,442,222
23-G012 (This Action) $ 1,400,000 (Matching)
Local Cost $ 25,042,222
(Prior Actions: None)
Remarks:
1. The Children’s Inn at NIH, Inc. and NIH have proposed modifications to the standard
grant agreement that include revisions to place primary responsibility and the use of the
grant funds to the grantee, (The Children’s Inn at NIH, Inc.) and not the beneficiary, (The
National Institutes of Health) and as such, the modified agreement reflects specific
provisions as follows:
a. Parties- The Beneficiary is the NIH, a component of the United States Department
of Health and Human Services, a federal agency.
b. Paragraph 2 – Grant
c. Paragraph 5 – Disbursement of Grant
d. Paragraph 8 – Payment Procedure
e. Paragraph 11 – Default
125
OSP 12
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
11-CGL. CAPITAL GRANTS AND LOANS (cont’d)
Remarks (cont’d):
f. Paragraph 12 – Remedies Upon Default
g. Paragraph 13 – Disposition of Property
h. Paragraph 15 – Insurance
i. Paragraph 16 – Indemnification
j. Paragraphs 20 – Compliance with Applicable Law
k. Paragraph 23 – Financial Disclosure
l. Paragraph 24 – Political Contributions
m. Paragraph 26 – No Lobbying Fees
n. Paragraph 27 – Non-hiring of State Employees
o. Paragraph 31 – Maryland Law
2. This action is in accordance with the enabling legislation and complies with the tax-
exempt bond provisions of the Internal Revenue Code.
3. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland,
and convey a perpetual preservation easement pursuant to the terms of the enabling
legislation.
4. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
5. This project may include renovation to create a state-of-the-art residential facility.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
126
OSP 13
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 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 modified grant agreement for the
following grant:
Board of Directors of Children’s Inn at NIH, Inc.
Respiratory Isolation for Young Patients (Montgomery County)
“For the Acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Respiratory Isolation
Suite for the Children’s Inn at NIH.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-703, (SL-138-230-038) $ 171,000
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-262, (SL-138-230-038) $ 100,000
Matching Fund: No match.
Background: Total Project $ 271,600
23-703 (This Action) $ 171,000 (Non-match)
23-262 (This Action) $ 100,000 (Non-match)
Local Cost $ 600
(Prior Actions: None)
Remarks:
1. The Children’s Inn at NIH, Inc. and NIH have proposed modifications to the standard
grant agreement that include revisions to place primary responsibility and the use of the
grant funds to the grantee, (The Children’s Inn at NIH, Inc.) and not the beneficiary, (The
National Institutes of Health) and as such, the modified agreement reflects specific
provisions as follows:
a. Parties- The Beneficiary is the NIH, a component of the United States Department
of Health and Human Services, a federal agency.
b. Paragraph 2 – Grant
c. Paragraph 5 – Disbursement of Grant
d. Paragraph 8 – Payment Procedure
e. Paragraph 11 – Default
f. Paragraph 12 – Remedies Upon Default
g. Paragraph 13 – Disposition of Property
127
OSP 14
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
12-CGL. CAPITAL GRANTS AND LOANS (cont’d)
Remarks (cont’d):
h. Paragraph 15 – Insurance
i. Paragraph 16 – Indemnification
j. Paragraphs 20 – Compliance with Applicable Law
k. Paragraph 23 – Financial Disclosure
l. Paragraph 24 – Political Contributions
m. Paragraph 26 – No Lobbying Fees
n. Paragraph 27 – Non-hiring of State Employees
o. Paragraph 31 – Maryland Law
2. This action is in accordance with the enabling legislation and complies with the tax-
exempt bond provisions of the Internal Revenue Code.
3. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland,
and convey a perpetual preservation easement pursuant to the terms of the enabling
legislation.
4. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
5. This project may include the planning, design and equipping of a 14,900 square foot wing
to lodge patients and families free during outpatient visits.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
128
OSP 15
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 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:
Board of Trustees of The Johns Hopkins University
The Johns Hopkins University - Bloomberg School of Public Health (Baltimore City)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Bloomberg School of
Public Health.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-227, (SL-105-230-038) $ 2,000,000
Matching Fund: No match is required.
Background: Total Project $ 80,000,000
23-227 (This Action) $ 2,000,000 (Non-match)
Local Cost $ 78,000,000
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include the renovation of the Johns Hopkins University Bloomberg School
of Public Health.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
129
OSP 16
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 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:
Parks & People Foundation
Gwynns Falls Trail (Baltimore City)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Gwynns Falls Trail”
Maryland Consolidated Capital Bond Loan of 2021 (MISC– Chapter 63, Acts of 2021)
DGS Item 21-196, (SL-239-210-038) $ 1,500,000
Matching Fund: No match is required.
Background: Total Project $ 1,500,000
21-196 (This Action) $ 1,500,000 (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 renovations to the Gwynns Fall Trail in Baltimore.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
130
OSP 17
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Courtney League 410-767-5516
courtney.league@maryland.gov
15-AE-MOD. ARCHITECTURE AND ENGINEERING MODIFICATION
Department of General Services
Contract ID: Civil Engineering Contract; DGS-20-009-IQC; DGS-20-009-IQC
ADPICS No.: COK49997, COK50071, COK50074, COK50077, COK50078, and
COK50079
Contract Approved: DGS 6-AE, 01/06/2021
Contract Description: Professional Services Agreement to provide Civil Investigative, Design
and Engineering Services and Land Surveying Services for multiple construction projects.
Modification Description: Extend the contract to allow time to complete the new procurement.
Awards: Whitman, Requardt & Associates, LLP; Baltimore, MD
Rummel, Klepper & Kahl, LLP; Baltimore, MD
Whitney Bailey Cox & Magnani, LLC; Baltimore, MD
KCI Technologies, Inc.; Sparks, MD
Brudis & Associates, Inc.; Columbia, MD (MBE)
(Certified Small Business)
EBA Engineering, Inc.; Laurel, MD (MBE)
(Certified Small Business)
Original Contract Term: 01/06/2021 - 01/05/2025
Modification Term: 01/06/2025 - 01/05/2026
Original Contract Amount: $12,000,000 ($2,000,000 per firm)
Modification Amount: $ 6,000,000 ($1,000,000 per firm)
Prior Options/Mods: N/A
Total Contract Amount: $18,000,000 ($3,000,000 per firm)
Percent +/- (This Item): 50%
Total Percent Change: 50%
131
OSP 18
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
15-AE-MOD. ARCHITECTURE AND ENGINEERING MODIFICATION (cont’d)
Original Procurement Method: Qualification Based Selection
MBE/VSBE Participation: 30% (Individual participation assigned at work order)
MBE/VSBE Compliance: 62.339% Whitman, Requardt & Associates, LLP
29.073% Rummel, Klepper & Kahl, LLP
73.811% Whitney Bailey Cox & Magnani, LLC
90.398% KCI Technologies, Inc.
54.772% Brudis & Associates, Inc.
10.071% EBA Engineering, Inc.
Performance Security: Determined per Work Orders
Requesting Agency Remarks: The solicitation for the new contract will be advertised in June this
year, and the award should be completed around March 2025. The new procurement was delayed
because DGS is waiting for the Procurement Review Group to review and determine the
appropriate socio-economic utilization methods for this solicitation before we start the solicitation
for the new contract.
An overall 30% MBE participation was set for this contract based on individual work orders
assigned by rotation (COMAR 21.12.02.06), and all firms committed to meeting this goal.
Fund Source: Various
Approp. Code: Determined per Work Order
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
132
OSP 19
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Courtney League 410-767-5516
courtney.league@maryland.gov
16-AE-MOD. ARCHITECTURE AND ENGINEERING
Department of General Services
Contract ID: Replacement of Bulkheads & Boat Ramp; F-020-200-003
ADPICS No.: CTR003716-2
Contract Approved: DGS 17-AE, 06/02/2021
Contract Description: Replace deteriorating bulkheads, storm drains, and boat ramp with
launching piers at Somers Cove Marina in Somerset County.
Modification Description: Extend the contract to provide additional A/E design services for
mitigation of the critical area impacts at Somers Cove Marina
Award: EBA Engineering, Inc./ BayLand Consultants & Designers, Inc.
(JV) Laurel, MD (MBE)
Original Contract Term: 07/01/2021 - 10/31/2023
Modification Term: 08/01/2024 - 07/31/2029
Original Contract Amount: $1,298,450
Modification Amount: $148,532
Prior Options/Mods: $ 18,500 (Mod. #1 Additional AE services for investigation.
Delegated Authority - DGS 03/01/2022
$ 53,150 (Mod. #2 Survey existing underground utilities within the
entire Somers Cove Campus. DGS 10-AE-MOD, 04/06/2022
$ 0 (Mod. #3 Extension 10/31/2023 -07/31/2024 Delegated
Authority - DGS 10/24/23)
Total Contract Amount: $1,518,632
Percent +/- (This Item): 11.44%
Total Percent Change: 16.96%
Original Procurement Method: Qualification Based Selection
REVISED
133
OSP 20
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
16-AE-MOD. ARCHITECTURE AND ENGINEERING (cont’d)
MBE/VSBE Participation: 20% / 0%
MBE/VSBE Compliance: 25.481% / 0%
Performance Security: N/A
Requesting Agency Remarks: The additional material change to design services for the design
and permitting for mitigation of the Critical Area impacts at the Somers Cove Marina were not
included in the original scope of work as it was understood that the Critical Area Commission
(CAC) review and mitigation requirements would be covered under the existing Memorandum of
Understanding (MOU) as a Category II CAC Staff Review Project for replacement of existing
facilities. Upon review of the project, the CAC determined the project was not eligible for coverage
under the existing MOU and would require full Commission review.
Fund Source: 100% Special Funds (DNR Waterway Improvement &
Infrastructure Program)
Approp. Code: 21013
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
134
OSP 21
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Courtney League 410-333-7303
courtney.league@maryland.gov
17-C. CONSTRUCTION CONTRACT
Department of Natural Resources
Contract ID: Asphalt Resurfacing Project at Fort Frederick State Park; P-012-222-010
ADPICS No.: CTR017974
Contract Description: Asphalt Resurfacing at Fort Frederick State Park in Washington County.
This contract is to pave the western Maryland rail trail, walking/biking path.
Award: C. William Hetzer, Inc.; Hagerstown, MD
Contract Term: 300 Calendar Days
Amount: $2,515,615
Procurement Method: Competitive Sealed Bidding
Bids:
Bidders
Amounts
C. William Hetzer, Inc.; Hagerstown, MD
$2,515,615
The American Asphalt Paving Co., LLC; Baltimore, MD
$4,835,310
HMF Paving Contractors, Inc.; Frederick, MD
$5,573,283
MBE/VSBE Participation: 20% / 0%
Performance Security: Performance and payment bonds for 100% of contract amount.
Incumbent: N/A
Requesting Agency Remarks: A notice of availability of an Invitation for Bids was posted on the
DGS Website and eMaryland Marketplace Advantage on November 7, 2023. Three bids were
received and opened on December 5, 2023. C. William Hetzer, Inc. has been found responsible
and its bid is responsive. The bid pricing has been confirmed.
Fund Source: 100% Special Funds (DNR POS Parks Capital improvement and
acquisition fund)
135
OSP 22
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
17-C. CONSTRUCTION CONTRACT (cont’d)
Approp. Code: DNR 23 0734 006 23C48
Resident Business: Yes
MD Tax Clearance: 24-0253-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
136
OSP 23
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Courtney League 410-767-5516
courtney.league@maryland.gov
18-C. CONSTRUCTION CONTRACT
Department of Natural Resources
Contract ID: Johnson Outdoor Range; G-023-200-002
ADPICS No.: CTR017423
Contract Description: Replacement of the deteriorated Johnson Outdoor Range with a new
outdoor shooting range in accordance with current National Rifle Association (NRA) standards
and Americans with Disabilities Act (ADA) requirements. The shooting range is located just
outside of Salisbury in southern Wicomico County.
Awards: Delmarva Veteran Builders, LLC; Salisbury, MD
Contract Term: 365 Calendar Days
Amount: $2,657,085
Procurement Method: Competitive Sealed Bidding
Bids:
Bidders
Amounts
Delmarva Veteran Builders, LLC; Salisbury, MD
$ 2,657,085
Warwick Supply & Equipment Co., Inc.; Hunt Valley, MD
$ 4,246,100
W.M. Schlosser Co., Inc.; Hyattsville, MD
$ 5,377,000
Grassfield Construction, LLC; Bethesda, MD
$ 5,700,000
MBE/VSBE Participation: 25.3% / 0%
Performance Security: No
Incumbent: N/A
Requesting Agency Remarks: A notice of availability of an Invitation for Bids (IFB) was posted
on the DGS website and eMaryland Marketplace Advantage on October 25, 2023. Four bids were
received and opened on December 15, 2023. Delmarva Veteran Builders, LLC has been found
responsible and its bid responsive. The bid pricing has been confirmed.
The contractor has committed to exceed the established 20% MBE participation and achieve
25.3% participation.
REVISED
137
OSP 24
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
18-C. CONSTRUCTION CONTRACT (cont’d)
Fund Source: 100% Special Funds (Program Open Space
FY21 Program Open Space Item 004, 21004)
Resident Business: Yes
MD Tax Clearance: 23-0379-1011
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
138
OSP 25
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Courtney League 410-767-5516
courtney.league@maryland.gov
19-C. CONSTRUCTION CONTRACT
State Police
Contract ID: Barrack F North East Fueling Site; TK-000-230-001
ADPICS No.: CTR017460
Contract Description: Installation of new fueling site at North East Barrack F in Cecil County
Award: Petroleum Management, Inc.; Baltimore, MD
Contract Term: 300 Calendar Days
Amount: $1,431,278
Procurement Method: Competitive Sealed Bidding
Bids:
Bidders
Amounts
Petroleum Management, Inc.; Baltimore, MD
$ 1,431,278
Morgan-Keller, Inc.; Frederick, MD
$ 1,650,000
Total Environmental Concepts, Inc.; Gaithersburg, MD
$ 1,950,885
MBE/VSBE Participation: 10% / 0%
Performance Security: Performance and payment bonds for 100% of contract amount.
Requesting Agency Remarks: A notice of availability of an Invitation for Bids (IFB) was
posted on the DGS website and eMaryland Marketplace Advantage on September 13, 2023.
Three bids were received and opened on December 1, 2023. Petroleum Management, Inc. has
been found responsible and its bid responsive. The bid pricing has been confirmed.
Incumbent: N/A
139
OSP 26
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
19-C. CONSTRUCTION CONTRACT (cont’d)
Fund Source: $431,278 MCCBL 2022 Fuel Storage Tank Replacement
Program. Provide funds to design, construct, and equip State-
owned fuel storage tank replacements. Item 150
$1,000,000 MCCBL2023 Fuel Storage Tank Replacement
Program. Provide funds to design, construct, and equip State-
owned fuel storage tank replacements. Item 164
Resident Business: Yes
MD Tax Clearance: 24-0872-0000
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
140
OSP 27
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Courtney League 410-767-5516
courtney.league@maryland.gov
20-C-MOD. CONSTRUCTION MODIFICATION
Department of General Services
Contract ID: Construction of New Baltimore City District Court/Multi-Service Center; BC500-
190-001
ADPICS No.: CTR012097-8
Contract Approved: DGS 34-C, 01/25/2023
Contract Description: Originally built in 1973, the Shillman Building located at 500 N. Calvert
Street in Baltimore has operated for many years as a State Office Building and is now being
renovated to become the newest Baltimore City District Court. The project includes the complete
gutting of the building, removal of the existing roof, removal of the entire exterior brick façade,
and removal of portions of steel structure. The new building will remain a five story structure
and is designed with the utmost in energy efficiency, extensive security, and is required to
receive a LEED Silver rating.
Modification Description: Install fireproofing system on all of the structural steel. .
Award: Cam Construction Co., Inc.; Timonium, MD
Contract Term: 1,460 Calendar Days
Modification Term: No additional time is required.
Original Contract Amount: $68,065,318
Modification Amount: $ 714,703.65
Prior Options/Mods: $ 1,093,022.05
(Multiple Change Orders Under Delegated Authority)
Total Contract Amount: $ 69,873,043.70
Percent +/- (This Item): 1.05%
Total Percent Change: 2.66%
141
OSP 28
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
20-C-MOD. CONSTRUCTION MODIFICATION (cont’d)
Original Procurement Method: Competitive Sealed Bidding
MBE/VSBE Participation: 40% (8% African American and 11% Women) / 5.09%
MBE/VSBE Compliance: 13.830% / 0.075%
Performance Security: Performance and payment bonds for 100% of contract amount.
Requesting Agency Remarks: The existing fireproofing has deteriorated and is falling off of the
structural steel in large quantities, it is necessary to install new fireproofing to the entire building's
structural steel. This was not included in the original contract because this was hidden behind
walls and ceilings and unforeseen until the project began. This is an ongoing, four-year
construction project that commenced in 2023. Full MBE/VSBE compliance will be achieved as
the project progresses.
Fund Source: MCCBL 2023 Shillman Building Conversion. Provide funds to
complete design and continue construction of the renovation of the Shillman Building located at
500 North Calvert Street in Baltimore City for the Baltimore City District Court, provided that
notwithstanding Section 6 of this Act, work may commence on this project prior to the
appropriation of all funds necessary to complete this project (Baltimore City). Item 169
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
142
OSP 29
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Courtney League 410-767-5516
courtney.league@maryland.gov
21-C-MOD. CONSTRUCTION CONTRACT MODIFICATION
Department of General Services
Contract ID: Renovate HVAC systems at Baltimore City Community College (BCCC) Life
Science Building and Fine Arts Building; CC-000-210-003
ADPICS No.: CTR013655
Contract Approved: DGS 18-C, 07/05/23
Contract Description: Replace HVAC systems at Baltimore City Community College (BCCC)
Life Science Building and Fine Arts Building in Baltimore.
Modification Description: Reconfiguration of the chilled water loop to address concerns
regarding humidity.
Award: Chilmar Corporation; Baltimore, MD
Original Contract Term: 425 Calendar Days
Modification Term: 90 Calendar Days
Original Contract Amount: $ 3,978,396.00
Modification Amount: $ 499,815.44
Prior Options/Mods: $ 69,969.18
(Multiple Change Orders Under Delegated Authority)
Total Contract Amount: $ 4,548,180.62
Percent +/- (This Item): 12.56%
Total Percent Change: 14.32%
Original Procurement Method: Competitive Sealed Bidding
MBE/VSBE Participation: 25% / 0%
MBE/VSBE Compliance: 29.978% / 0%
143
OSP 30
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
21-C-MOD. CONSTRUCTION MODIFICATION (cont’d)
Performance Security: Performance and payment bonds for 100% of contract amount.
Requesting Agency Remarks: The need for this modification came to light after Baltimore City
Community College conducted a separate building assessment to address concerns by staff and
students regarding humidity in the building. The building assessment concluded that the chilled
water piping loop to the chillers is inadequate, prohibiting the chilled water temperature from
reaching a desired temperature low enough for dehumidification of the building.
Fund Source: MCCBL 23 Provide funds to design, construct, and equip various
infrastructure, building systems, and site improvements. Item 121
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
144
OSP 31
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Courtney League 410-767-5516
courtney.league@maryland.gov
22-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: Electrical and Related Services, Statewide
Contract No.: DGS-19-304-IQC
Approved: DGS 1-C, 04/24/2020
Term: 04/24/2020 - 04/21/2025
*As of publication, the remaining balance of this master contract is $10,247,090.
1.1 Using Agency: Department of General Services
Description: Install two EV Charging Stations at Salisbury District Court
Multi Services Center in Salisbury; BC-201-242-003
Award: Dvorak LLC, Baltimore MD (VSBE)
Number of Qualified
Master Contractors: 4
Number of Bids: 3
Bids:
Bidders
Amounts
Dvorak LLC, Baltimore MD
$321,700
Urban Francis LLC, Baltimore MD
$425,000
Amount: $321,700
Term: 180 Calendar Days
MBE/VSBE Participation: 28% / 0%
Resident Business: Yes
Fund Source: 100% Special Funds (Strategic Energy Investment Fund)
Agency Remarks: The contractor has committed to exceed the established 20% MBE
participation and achieve 28% participation. One bid was rejected because the bidder
failed to accurately complete and submit the MBE Participation Schedule.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
145
OSP 32
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Amanda Sadler 301-429-7780
amanda.sadler@maryland.gov
23-S. SERVICES CONTRACT
Department of Housing and Community Development
Contract ID: Lead Abatement Services; S00R3600006
ADPICS No.: S00B4600046
Contract Description: Lead Abatement Services for eligible households throughout Maryland.
Awards: ADP Consultants Inc.; Laurel, MD (MBE)
(Certified Small Business)
EDGE Energy; Beltsville, MD (Certified Small Business)
C.A.R.E Property Services, Inc.; Hanover, PA (Certified Small Business)
Total Home Performance, LLC; Easton, MD (Certified Small Business)
GEO Environmental Services, LLC; Edgewood, MD (MBE)
(Certified Small Business)
EcoMize USA, LLC; Cockeysville, MD (Certified Small Business)
Contract Term: 07/04/2024* - 07/03/2027 (w/one 1-year renewal option)
(*Or earlier upon BPW approval)
Amount: $ 7,500,000 NTE (Base Term)
$ 2,500,000 NTE (Renewal Option#1)
$10,000,000 NTE Total Contract
Procurement Method: Competitive Sealed Proposals
Proposals:
Offeror
Technical
Ranking
Financial Offers
(Ranking)
Overall
Ranking
ADP Consultants, Inc.; Laurel, MD
1
$9,260,989 (2)
1
EDGE Energy; Beltsville, MD
2
$37,234,243 (8)
5
C.A.R.E Property Services, Inc.; Hanover, PA
3
$21,429,355 (6)
4
REVISED
146
OSP 33
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
23-S. SERVICES CONTRACT (cont’d)
Total Home Performance, LLC; Easton, MD
4
$16,160,040 (4)
2
GEO Environmental Services, LLC; Edgewood,
MD
5
$12,729,140 (3)
3
EcoMize USA, LLC; Cockeysville, MD
6
$20,591,358 (5)
6
All Pro Building & Contracting, LLC; Capitol
Heights, MD
7
$8,611,647 (1)
7
Atmos Solutions, Inc.; Washington , DC
8
$25,182,755 (7)
8
*Technical rankings were weighted greater than financial rankings.
Living Wage Eligible: Yes
MBE/VSBE Participation: 15% / 0%
[…]
Performance Security: No
Incumbent: None
Requesting Agency Remarks: A notice of the availability of the Request for Proposals (RFP)
was advertised on eMaryland Marketplace Advantage (eMMA) on November 15, 2022 with a
Small Business Reserve designation. A total of 657 potential contractors were solicited and 512
were directly solicited. Eleven proposals were received and eight were determined to be reasonably
susceptible of being selected for award. Three proposals were determined to be not reasonably
susceptible for award. One offeror failed to provide a substantial portion of information required
by the RFP and two proposals did not submit all required MBE documentation.
Contractors shall provide lead abatement and healthy homes services. These services include
activities, such as lead abatement, lead-based paint encapsulation, roofing repairs, structural
repairs, minor electrical and plumbing work, window and door replacements, and repairs to
structural building components to allow for the preservation and performance of materials installed
and increase occupant health and safety.
REVISED
147
OSP 34
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
23-S. SERVICES CONTRACT (cont’d)
Agency Remarks (cont’d):
Work will be assigned in order of rankings. DHCD will consider the highest-ranked contractor
first for the assignment of work. If DHCD determines that the contractor cannot complete the work
due to location or capacity, etc., it will consider the next highest-ranked contractor.
The contract NTE is based on DHCD's yearly budget for these services.
Fund Source: 100% Special Funds (General Bond Reserve Fund)
Approp. Code: A2503
Resident Business: Yes - Except C.A.R.E Property Services, Inc.
MD Tax Clearance: 24-1119-0110 - ADP Consultants Inc.
24-1124-0100 - EDGE Energy
24-1123-1110 - C.A.R.E Property Services, Inc.
24-1121-1110 - Total Home Performance, LLC
24-1466-0110 - GEO Environmental Services, LLC
24-1120-1110 - EcoMize USA, LLC
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
148
OSP 35
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Nneka Willis-Gray 410-767-7675
nneka.willisgray@maryland.gov
24-S. SERVICE CONTRACT
Department of Human Services, Office of Technology for Human Services
Contract ID: Electronic Benefit Transfer System and Support; OTHS-EBT-24-001
ADPICS No.: N00B4600380
Contract Description: Implement, operate, and maintain web-based Electronic Benefits Transfer
System and support for the critical assistance program which provides services to over 400,000
Maryland households receiving Cash and Supplemental Nutrition Assistance Program (SNAP)
benefits.
Award: Conduent State & Local Solutions, Inc.; Washington, DC
Contract Term: 07/01/2024 - 06/30/2029 (w/two 2-year renewal options)
Amount: $11,101,119.60 (Base Term)
$ 4,440,447.84 (Renewal Option #1)
$ 4,440,447.84 (Renewal Option #2)
$19,982,015.28 Total
Procurement Method: Competitive Sealed Proposals
Proposals:
Offerors
Technical
Rankings
Financial Offers
(Rankings)
Overall
Rankin
gs
Conduent State and Local Solutions, Inc.;
Washington, DC
1
$19,982,015.30
(1)
1
Fidelity Information Services, LLC;
Milwaukee, WI
2
$31,335,421.68
(2)
2
*Technical rankings were weighted greater than financial rankings.
Living Wage Eligible: Yes
MBE/VSBE Participation: 10% / 7%
Performance Security: Yes
Hiring Agreement Eligible: Yes
REVISED
149
OSP 36
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
24-S. SERVICES CONTRACT (cont’d)
Incumbents: Same
Requesting Agency Remarks: A notice of the availability of the Request for Proposals (RFP) was
advertised on eMaryland Marketplace Advantage and the DHS website on September 19, 2023
and thirty-one potential offerors were directly solicited. Two proposals were received in response
to the RFP and both were deemed reasonably susceptible of being selected for award. Conduent
State & Local Solutions, Inc. determined to be most advantageous to the State as its proposal was
both ranked highest technically and was lowest in price.
The contractor will deliver, operate, and maintain applicable enhancements and modifications to
the statewide EBT system for the delivery of Temporary Cash Assistance (TCA), Temporary
Disability Assistance Program (TDAP) and SNAP benefits through, Point-of-Sale (POS) devices,
online purchasing, and (for cash only) ATMs in accordance with applicable Federal and State laws
and regulations and Quest® Operating Rules. They will implement a fully tested and functioning
EBT system and improve the quality, efficiency and effectiveness of services provided to the
public, ensure customer satisfaction, and reduce the risk of fraud in EBT transactions.
The Family Investment Administration (FIA) is the largest service program within DHS,
accounting for 67% of the Department’s $4.1 billion budget and serves an average of 943,000
Marylanders annually. The FIA team administers federal economic assistance programs that
ensure seniors don’t have to choose between buying medicine they need and paying their rent. We
help struggling families put food on the table. We help keep children in their homes. We foster
meaningful connections to workforce development and career opportunities, so Maryland does not
continue to leave potential on the table. And we serve to unlock opportunities for Marylanders,
particularly in communities that have been underestimated and underserved.
Maryland’s method for serving 943,000 Marylanders is the Electronic Benefit Transfer System
(EBT). Through the EBT system, over 382,000 households access Supplemental Nutrition Access
Program (SNAP) benefits and over 32,000 households access cash benefits. The EBT card is
called the Independence Card. It is a debit-type card that can access SNAP and/or cash benefits
that are deposited into an EBT food or EBT cash account of a DHS customer each month. Once
benefits are deposited into an EBT account and the availability date is reached, the customer can
begin using them with their Independence Card. The Independence Card can be used at any retailer
authorized by the United States Department of Agriculture (USDA) Food and Nutrition Service
(FNS) or Automated Teller Machine (ATM) in the United States, Guam and the Virgin Islands
displaying the Quest® logo. The cardholder must use a four-digit Personal Identification Number
(PIN) with the Independence Card to authenticate each transaction.
REVISED
150
OSP 37
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
24-S. SERVICES CONTRACT (cont’d)
Agency Remarks (cont’d):
A protest was received on April 17, 2024, alleging the evaluation is arbitrary, capricious, and
unlawful, and failed to adhere to the selection process and criteria set forth in the RFP. DHS
responded to the protest with a denial letter on April 29, 2024, because the evaluation of the
proposal was conducted in accordance with the RFP and COMAR 21.05.03. Additionally, there
were no latent defects in the RFP and no facts or other information to substantiate the reasons for
the alleged defect. An appeal was filed on April 30, 2024 to the Maryland State Board of Contract
Appeals. As of May 3, 2024, a hearing date by the Board of Contract Appeals has not been
scheduled.
DHS is requesting that the BPW approve the contract award notwithstanding appeals in order to
protect substantial State interests. The overriding substantial State interest is the protection of
Marylanders from benefits theft and saving State funds that are being used to replace those benefits
when they are stolen.
Maryland will pay more for both the extension of the current system contract until a new system
is successfully awarded with customer benefit safeguards, and pay more in state funds for the
replacement of stolen benefits because the current contract lacks the new enhanced security
requirements to help protect our customers.
1. The new contract moves the State to next generation Eurocard, Mastercard, and Visa (EMV)
“chip” technology and other security enhancements that will reduce the theft of benefits, ensuring
that our customers actually receive their benefits;
2. There is no procurement remedy available to the appealing vendor, Fidelity Information
Systems (FIS), through the Board of Contract Appeal that would allow for an automatic
award to FIS. The only solution would be for a new solicitation and request for proposals
which will cause needless delay in implementing benefit protections; and
3. Will reduce the amount of time and money that the State must continue to pay to maintain
the existing contract with less security requirements.
Theft of public assistance benefits is a national problem. In Maryland, Governor Moore and the
General Assembly took decisive action in the 2023 session through the passage of Senate Bill 2
(SB 2) when the previous administration's strategy was to do nothing.
REVISED
151
OSP 38
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
24-S. SERVICES CONTRACT (cont’d)
Agency Remarks (cont’d):
SB 2, which took effect as an emergency measure, required certain security enhancements to
Maryland’s EBT system:
1. The inclusion of an embedded microchip in all EBT cards issued on or after October 1,
2023;
2. The use of two–way fraud alerts;
3. Connectivity for universal benefits cards;
4. Provide at initial benefit approval and each redetermination of eligibility, written notice of
fraud risk and instructions on how to reduce the risk of theft, including updating Personal
Identification Numbers regularly and avoiding the use of common Personal Identification
Numbers;
5. Enabling Electronic Benefits Transfer cardholders to place certain limits on the use of their
cards, including limiting transactions during certain hours or prohibiting out–of–state
transactions; and
6. Monitoring transactions for suspicious activity by leveraging user behavior analytics of
Electronic Benefits Transfer user data to detect when data is being inappropriately
accessed or is compromised.
These requirements were included in DHS’ September 2023 request for proposals. Specifically,
with the microchip/EMV requirement, the RFP included in Section 2.5.1.2 “the EBT processor
shall include a proposed implementation solution incorporating circuit chip/EMV technology or
other similar technology, as applicable.”
The current EBT system does not contain these requirements, and although in 2023, DHS partially
implemented the following security enhancements, benefits theft has continued:
1. PINs;
2. IVR Fraud Analysis and Activity alerts; and
3. Card Lock and Unlock.
To date, over 40,000 Maryland households have been reimbursed over $24 million in stolen
benefits. If we choose to do nothing or delay, this amount will only continue to increase in 2024-
25. Further, the impact on the State budget will increase as federal funding for stolen benefit
replacement ends on September 30, 2024 with little likelihood, based on the current federal
REVISED
152
OSP 39
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
24-S. SERVICES CONTRACT (cont’d)
Agency Remarks (cont’d):
political environment, that additional funds will be appropriated in a future federal budget. In spite
of the likely elimination of federal funding, Governor Moore proposed, and the General Assembly
accepted, albeit in a reduced amount, continued state general funding for FY2025 to replace stolen
benefits. With the increased security benefits in this proposed new award, we fully expect to
substantially decrease stolen benefits so that Marylanders can safely receive the benefits for which
they are eligible without fear of ongoing theft. This will decrease customer frustration, duplication
of government work, and reduce the amount of state general funds needed to replace stolen
benefits.
By moving forward now, DHS can begin to focus our resources on building the services and
protections noted above, eliminating continued expense for a system that does not proactively
respond to Marylanders and reducing the cost of replacing benefits stolen by thieves, all at a direct
cost to the general fund of the State of Maryland. Further, our federal funding partners have
indicated that moving forward with the protections afforded by the new system is preferred.
The other options available to us will only cause unnecessary delay that directly impacts the lives
of Marylanders. Specifically, should FIS prevail at the Board of Contract Appeals, DHS would
have to cancel the recommendation of award and re-solicit. Should the new solicitation and award
be approved, any new selected vendor would need 6-12 months to implement their new system.
Marylanders would be faced with a minimum of 9 months of delay if the Board of Contract
Appeals upholds DHS’ denial of the bid protest, the Board then approves the new contract, and
there is a six month period to implement the new system, or up to 24 months if DHS has to solicit,
award, and transition to a new vendor’s system. Additional delay in implementing the next
generation EBT system only harms 943,000 Marylanders as it will require DHS to further extend
the current EBT system contract resulting in the State paying more for a system that fails to provide
the services that they deserve.
Fund Source: 25% General Funds, 75% Federal Funds
Approp. Code: N00F0004
Resident Business: No MD Tax Clearance: 24-2060-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
153
OSP 40
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Nneka Willis-Gray 410-767-7675
nneka.willisgray@maryland.gov
25-S. SERVICES CONTRACT
Department of Human Services, Child Support Administration
Contract ID: Privatization of Child Support Services in Baltimore City; CSA/PR-25-001
ADPICS No.: N00B5600001
Contract Description: Manage and operate the Baltimore City Office of Child Support Services.
Award: Veritas HHS, LLC; Denver, CO
Contract Term: 07/01/2024 - 09/30/2024 (Transition-In period)
10/01/2024 - 09/30/2027 (w/two 2-year renewal options)
Amount: $26,710,605 (Base Term/ Transition)
$18,576,478 (Renewal Option #1)
$19,460,993 (Renewal Option #2)
$64,748,076 Total
Procurement Method: Competitive Sealed Proposals
Proposals:
Offerors
Technical
Rankings
Financial Offers
(Rankings)
Overall
Rankings
Veritas HHS, LLC; Denver, CO
1
$64,748,076 (2)
1
Maximus US Services, Inc.; McLean, VA
2
$63,719,167 (1)
2
*Technical proposals were weighted greater than financial proposals.
Living Wage Eligible: Yes
MBE/VSBE Participation: 25% / 5%
Performance Security: Yes
Hiring Agreement Eligible: Yes
154
OSP 41
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
25-S. SERVICES CONTRACT (cont’d)
Incumbent: Same
Requesting Agency Remarks: A notice of the availability of the Request for Proposals (RFP) was
advertised on eMaryland Marketplace Advantage (eMMA) and the DHS’ website on August 2,
2023 and three potential offerors were also directly solicited. Four proposals were received and
opened on November 17, 2023. Veritas HHS, LLC’s offer was determined to be most
advantageous to the State.
Two proposals were determined to be reasonably susceptible of being selected for award. Two
proposals were deemed not reasonably susceptible of being selected for award because both
offerors lacked the experience and capability to manage a full service child support operation.
The contractor will be responsible for managing a full service child support operation from two
office locations in Baltimore City and provide a full range of child support services. Includes
Intake and Locate, Paternity Establishment, Establishment and Enforcement of child and medical
support orders, Researching and processing undistributed collections, Review and adjustment of
child support orders, Case Management, and Collections and Disbursement
Veritas HHS, LLC has the overall experience to manage full service child support operations.
They have been providing full service Child Support Privatization services for ten years. During
that time the company has managed 15 outsourced child support operations in four states, and their
executives have more than 130 years of combined child support experience.
As the incumbent, they have managed and operated a full service operation in Baltimore City for
the past six years. DHS is currently evaluating other models for the continuation of this
government function.
Fund Source: 66% Federal Funds, 34% Special Funds (CSA Offset)
Approp. Code: N00H0008
Resident Business: No
MD Tax Clearance: 24-1727-0111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
155
OSP 42
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Claudine Williams 410-764-2561
claudine.williams@maryland.gov
26-S. SERVICES CONTRACT
Health Services Cost Review Commission
Contract ID: In/Outpatient Case Mix Coding Review; HSCRC-23-0290
ADPICS No.: M00B4600703
Contract Description: Medical record review services for samples of inpatient, inpatient
psychiatric, and outpatient data to assess the accuracy of the data submitted and verify the
accuracy of the clinical information in the medical record. Also, review the accuracy of clinical
information coded for the selected inpatient acute, inpatient psychiatric, and outpatient cases.
Award: Advanta Government Services LLC; Annapolis Junction, MD
Contract Term: 07/01/2024 - 06/30/2029
Amount: $5,393,189.38
Procurement Method: Competitive Sealed Proposals
Proposals:
Offerors
Technica
l
Rankings
Financial Offers
(Rankings)
Overall
Rankings
Advanta Government Services LLC;
Annapolis Junction, MD
1
$5,393,189.38 (3)
1
Deloitte & Touche LLP; Baltimore, MD
3
$3,663,268.00 (1)
2
Ralytics LLC; Owings Mills, MD
2
$5,181,399.72 (2)
3
Health Management Associates Inc.;
Lansing, MI
4
$5,779,259.79 (4)
4
*Technical rankings were weighted greater than financial rankings
MBE/VSBE Participation: 10% / 1%
Performance Security: No
Hiring Agreement Eligible: Yes
Incumbents: Same
156
OSP 43
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
26-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 October 16, 2023. A total of 14
potential vendors were directly solicited. Seven proposals were received and four were determined
to be reasonably susceptible of being selected for award. Three were deemed not reasonably
susceptible of being selected for award because staff showed a lack of understanding of how data
is used in HSCRC methodologies, limited experience with Maryland clinical abstraction, and
coding classification. Also no experience in Maryland hospitals, failed to show sufficient
experience and capabilities in the solicitation requirements, and not enough details in their
approach to implementing the proposed plan. The recommended offeror Advanta Government
Services LLC was determined to be most advantageous to the State as its proposal was both ranked
highest technically and was lowest in price.
Advanta Government Services LLC’s proposal included a deep understanding of how data is used
in the HSCRC methodologies. They are well-versed in the data that is collected, and which
variables should be the focus of audits. Their overall detail and understanding demonstrated
innovation and methodology that was well explained, in detail, executive summary, work
requirements, sample inpatient/outpatient review criteria, and review methodology, and they have
strong experience with State of Maryland contracts.
In evaluating the offeror’s proposal related to the economic benefit to the State, consideration was
given to awarding this contract to the firm that will have the most direct and indirect benefits to
the State of Maryland’s economy. The awardee and all its subcontractors provide direct and
indirect services on this contract are located in Maryland.
Fund Source: 100% Special Funds (User Fees)
Approp. Code: M01610
Resident Business: Yes
MD Tax Clearance: 24-1483-0110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
157
OSP 44
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Alison Barry 667-203-9095
alison.barry@maryland.gov
27-S. SERVICE CONTRACT
Department of Health, State Anatomy Board
Contract ID: Crematory Services; OCMP# 24-20914
ADPICS No.: M00B5600064
Contract Description: Cremation of deceased adult donated, adult unclaimed, and infant bodies
under the control of the State Anatomy Board (SAB).
Awards: Metro Crematory, Inc.; Baltimore, MD (Primary)
Tranquil Lilly Crematorium, LLC; Westminster, MD (Secondary)
(Certified Small Business)
EC Whitaker Company; Springdale, MD (Tertiary) (Certified
Small Business)
Contract Term: 07/01/2024 - 06/30/2029
Amount: $2,750,849 (Primary 85%)
$ 611,049 (Secondary 10%)
$ 543,102 (Tertiary 5%)
$3,905,000
Procurement Method: Competitive Sealed Bidding
Bids:
Bidders
Amounts
Metro Crematory, Inc.; Baltimore, MD
$3,234,250.00
Tranquil Lilly Crematorium, LLC; Westminster, MD
$6,110,415.00
EC Whitaker Company; Springdale, MD
$10,862,043.10
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Hiring Agreement Eligible: Yes
Incumbents: Primary: Patapsco Crematory; Glen Burnie, MD
Secondary: Metro Crematory, LLC; Baltimore, MD
158
OSP 45
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
27-S. SERVICES CONTRACT (cont’d)
Requesting Agency Remarks: A notice of availability of an Invitation for Bids (IFB) was posted
on eMaryland Marketplace Advantage on December 18, 2023 and 19 vendors were directly
solicited. Three bids were received and opened on January 31, 2024. Metro Crematory Inc.,
Tranquil Lilly Crematorium LLC and EC Whitaker Company have been found responsible and
their bids responsive. The bid pricing has been confirmed. Metro Crematory Inc has been selected
for the Primary award, Tranquil Lilly Crematorium LLC has been selected for the Secondary
award, and EC Whitaker Company has been selected for the Tertiary award. The Primary vendor
has the first right of refusal of a cremation request. All vendors are required to maintain a daily or
weekly acceptance rate as specified in the contract for cremation services when requested.
The Primary vendor is funded at 85% and is anticipated to perform the majority of the requested
services. The Secondary vendor is anticipated to perform up to 10% of requested service. The
Tertiary vendor is anticipated to perform up to 5% of requested service. The budget request
reflects the potential for these factors.
No MBE or VSBE participation was established for this contract due to the lack of certified firms
available.
Fund Source: 100% General
Approp. Code: D120G
Resident Business: Yes
MD Tax Clearance: 24-1994-1111 - Metro Crematory, LLC
24-1995-0100 - Tranquil Lilly Crematorium, LLC
24-1993-1110 - EC Whitaker Company
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
159
OSP 46
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Alison Barry 667-203-9095
alison.barry@maryland.gov
28-S. SERVICE CONTRACT
Department of Health, Office of Preparedness and Response
Contract ID: Emergency System for Advance Registration of Volunteer Health Professionals;
MDH/OCMP## OCMP-24-22026
ADPICS No.: M00B5600066
Contract Description: Emergency System for Advanced Registration of Volunteer Health
Professionals (ESAR-VHP) for the registration, credential validation, management, and
deployment of Maryland Responds Medical Reserve Corps volunteers.
Award: Collaborative Fusion, Inc.; Atlanta, GA
Contract Term: 07/01/24 - 02/28/2026 (w/three 1-year renewal options)
Amount: $223,264.69 (Base Term)
$113,647.68 (Renewal Option #1)
$116,952.01 (Renewal Option #2)
$120,355.80 (Renewal Option #3)
$574,220.18 Total
Procurement Method: Competitive Sealed Proposals
Proposals:
Offerors
Technical
Rankings
Financial Offers
(Rankings)
Overall
Rankings
Collaborative Fusion, Inc.; Atlanta, GA
1
$574,220.18 (1)
1
Samaritan Software, LLC; Salt Lake City,
UT
2
$728,800.00 (2)
2
*Technical rankings were weighted greater than financial rankings.
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Incumbents: Same
160
OSP 47
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
28-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 July 25, 2023 and nine potential
contractors were solicited. Two offers were received and both were determined to be reasonably
susceptible of being selected for award. The recommended offeror Collaborative Fusion, Inc. was
determined to be most advantageous to the State as its proposal was both ranked highest
technically and was lowest in price.
The Registry System will manage, track, and maintain the records of both health and non-health
volunteers integrating the State’s Emergency System for Advanced Registration of Volunteer
Health Professionals (ESAR-VHP) volunteers and the State’s Medical Reserve Corps (MRC)
volunteers into one system. The national ESAR-VHP program provides guidance and assistance
for the development of standardized State-based programs for registering and verifying the
credentials of volunteer health professionals in advance of an emergency or disaster. The
establishment of state programs built to a common set of national standards gives each state the
ability to quickly identify and assist in the coordination of volunteer health professionals in an
emergency.
MBE and VSBE participation was not established for this contract based on a limited number of
federally compliant providers of these services.
Fund Source: 100% Federal Funds
Approp. Code: F0601
Resident Business: No
MD Tax Clearance: 24-1665-1001
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
161
OSP 48
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Alison Barry 667-203-9095
alison.barry@maryland.gov
29-S. SERVICES CONTRACT
Department of Health, Vital Statistics Administration
Contract ID: Organ and Tissue Donor Registry; OPASS #: 25-22311
ADPICS No.: M00B5600008
Contract Description: Maintenance and operation of statewide organ and tissue donor registry
and public education programs to increase public awareness about the existence and purpose of
the registry. Also the importance of organ, tissue and eye donations.
Award: Donate Life Maryland, Inc.; Arbutus, MD
Contract Term: 07/04/2024* - 06/30/2029 (*Or earlier upon BPW approval)
Amount: $2,500,000
Procurement Method: Sole Source
MBE/VSBE Participation: 23% / 0%
Performance Security: No
Incumbent: Same
Requesting Agency Remarks: Since 2009, the State has provided legislatively mandated funding
to Donate Life MD (SB 574 Chapter 273) to maintain the organ and tissue donor registry. In
Maryland, a person can register to be an organ, tissue or eye donor at the Maryland Motor Vehicle
Administration (MVA). Pursuant to the Health-General Article §13-901(b)(ii)(1) the MDH is
required to distribute $500,000 annually to the qualified non-profit entity defined in §4-516 of the
Estates and Trusts Article. Senate Bill 574 of the 2022 Legislative Session increased the
distribution amount from $400,000 to $500,000 beginning in Fiscal Year 2024.
The contractor shall provide public education programs and community outreach to increase public
awareness about the existence and purpose of the registry and the importance of organ, tissue and
eye donation. Donate Life MD is the state-authorized nonprofit organization responsible for the
maintenance of the Maryland Donor Registry. The Maryland Donor Registry launched in 2009.
They were established in 2007 and work closely with Infinite Legacy, the federally designated
nonprofit organ procurement organization serving Maryland.
162
OSP 49
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
29-S. SERVICES CONTRACT (cont’d)
Fund Source: 100% Special Funds (Health General 13-1901)
Approp. Code: M01301
Resident Business: Yes
MD Tax Clearance: 24-1826-1110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
163
OSP 50
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Katrina Leavitt 443-697-9554
katrina.leavitt1@maryland.gov
30-S. SERVICES CONTRACT
Department of Planning
Contract ID: MAC Lab Move & Storage Contract, MDP23-005
ADPICS No.: D40B4600003
Contract Description: Move and storage of archaeological collections that are housed in the
Maryland Archaeological Laboratory (MAC Lab) at the Jefferson Patterson Park Museum (JPPM)
in Calvert County for the period of time where the lab is undergoing construction to expand
capacity. Includes packing, moving, storing in a climate-controlled facility for up to two years or
more if necessary, and transporting collection back upon completion of construction.
Award: B. Von Paris and Sons, Inc.; Savage, MD
Contract Term: 06/06/2024 - 06/04/2026 (w/two 1-year renewal options)
Amount: $276, 270.38
Procurement Method: Multi-Step Competitive Sealed Bidding
Bids:
Bidders
Amounts
B. Von Paris and Sons, Inc; Savage, MD
$ 276,270.38
SG & Associates, LLC; Springfield, VA
$ 279,380.00
JK Moving and Storage, Inc. DBA JK Moving Services; Sterling, VA
$ 535,176.96
Living Wage Eligible: Yes
MBE/VSBE Participation: 10% / 0%
Performance Security: No
Incumbent: N/A
REVISED
164
OSP 51
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
30-S. SERVICES CONTRACT (cont’d)
Requesting Agency Remarks: A notice of availability of an Invitation for Bids (IFB) was posted
on eMaryland Marketplace Advantage on September 5, 2023. Three bids were received and
opened on October 19, 2023. B. Von Paris and Sons, Inc. has been found responsible and its bid
responsive. The bid pricing has been confirmed.
Jefferson Patterson Park & Museum is confident that B. Von Paris and Sons, Inc. will properly
safeguard these historical treasures based on their reputation and experience in this type of work.
The items that require moving are sensitive archaeological items. MAC Lab serves as the steward
of this collection and is therefore responsible for offering the utmost protection during our
expansion construction.
No VSBE participation was established. According to eMaryland Marketplace Advantage
(eMMA) there are no VSBE companies that provide climate-controlled storage.
Fund Source: 100% General Funds
Approp. Code: D40.W0108.4230
Resident Business: Yes
MD Tax Clearance: 24-1778-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
165
OSP 52
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Jane Noble 410-625-5660
jnoble@sra.maryland.state.md.us
31-S. SERVICES CONTRACT
State Retirement Agency
Contract ID: Data Entry Services; SRA 24-11
ADPICS No.: G20B4600012
Contract Description: Data entry services with three full-time Data Entry Specialists and one
Supervisor to work as a team on-site each business day at the Agency’s headquarters at 120 E.
Baltimore Street Baltimore.
Award: Falcon Solutions, LLC; Davidsonville, MD (MBE) (VSBE)
Contract Term: 07/01/2024 - 06/30/2025
Amount: $209,989.46
Procurement Method: Preferred Provider
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Incumbent: Same
Requesting Agency Remarks: The requested services are required each year, and this vendor
has satisfactorily performed these services for the agency for many years. Labor costs
associated with providing these services have risen sharply since the pandemic.
Fund Source: 68% Special Funds (Participating Governments)
32% Reimbursable (Using Agencies)
Approp. Code: J0101
Resident Business: No MD Tax Clearance: 24-1617-0110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
166
OSP 53
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Joh Sedtal 443-469-5864
joseph.sedtal@maryland.gov
32-S. SERVICES CONTRACT
Department of Public Safety and Correctional Services
Contract ID: Pre-Trial Medical and Mental Health Care and Utilization Services; BPM040428
ADPICS No.: Q00B4600096
Contract Description: Medical and mental health care and utilization services for pre-trial
detention facilities.
Award: Centurion of Maryland, LLC; Lutherville-Timonium, MD
Contract Term: 06/06/2024 - 06/05/2029 (w/one 2-year renewal option)
Amount: $490,572,089 (Base Term)
$233,203,473 (Renewal Option #1)
$723,775,562 Total
Procurement Method: Competitive Sealed Proposals
Proposals:
Offerors
Technical
Rankings
Financial Offer
Rankings
Overall
Rankings
Centurion of Maryland, LLC; Lutherville-
Timonium, MD
1
$723,775,562 (2)
1
CHS TX, Inc. dba YesCare; Brentwood, TN
2
$579,614,064 (1)
2
*Technical and financial proposals were weighted equally.
Living Wage Eligible: Yes
MBE/VSBE Participation: 29.992% / 1.86%
MBE/VSBE Waiver: Yes, .008% for the overall MBE Participation goal, 2.97% for
Asian American Subgoal
Performance Security: Yes
Hiring Agreement Eligible: Yes
REVISED
2
nd
Revision
167
Q00B4600150
See next page for Record Correction
Letter dated 7/26/24
OSP 54
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
32-S. SERVICES CONTRACT (cont’d)
Incumbents: CHS TX, Inc. dba YesCare; Brentwood, TN (Medical); and
MHM Services, Inc. dba Centurion Group, Inc (Mental Health).;
Vienna, VA
Requesting Agency Remarks: A notice of the availability of the Request for Proposals (RFP) was
advertised on eMaryland Marketplace Advantage (eMMA) on October 23, 2023 notifying 1,212
vendors of the solicitation. The solicitation was also sent directly to seven prospective vendors.
Three proposals were received on December 18, 2023 and two were determined to be reasonably
susceptible of being selected for award. Centurion of Maryland, LLC was determined to be most
advantageous to the State as its proposal was both ranked highest technically and highest overall.
A protest was received on April 16, 2024 and DPSCS denied it on May 3, 2024. The protest
asserted that their proposal showed a superior technical proposal and a lower overall price and,
therefore, should have been the recommended offeror. However, they did not provide
substantiating evidence to demonstrate that an incorrect determination was made. They submitted
a Supplemental Protest on May 7, 2024. The Department denied this supplemental protest on May
9, 2024. They then submitted a second supplemental protest on May 22, 2024. The Department is
currently reviewing this response and is planning on having responded to this second supplemental
protest by June 4, 2024. This protest denial decision was appealed to the Maryland State Board of
Contract Appeals (MSBCA) on May 10, 2024. The vendor then appealed the denial of their
supplemental protest on May 16, 2024. Hearing dates for these appeals have not yet been set.
The recommended awardee, Centurion of Maryland, LLC (Centurion), provided the proposal with
the superior technical ranking and best value to the State, despite being the more costly proposal.
With Centurion’s corporate headquarters located in Northern Virginia, their local office located in
Lutherville, Maryland, and approximately 22% of its corporate staff residing in Maryland, the
proposal forecasts that $615,209,229 of the contract’s value will be reinvested back into the
Maryland economy. Additionally, Centurion’s proposal indicates efforts to form recruitment
partnerships within Maryland focusing on relationships with local universities to draw new talent
into correctional healthcare.
The Department is requesting that the BPW approve the contract award notwithstanding appeals
in order to protect substantial State interests. The substantial state interests include:
REVISED
2
nd
Revision
168
OSP 55
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
32-S. SERVICES CONTRACT (cont’d)
Agency Remarks (cont’d):
The Department currently provides medical and mental health services through separate
contracts, but there have been challenges with coordinating continuity of care for pre-trial
detainees and incarcerated individuals between two separate vendors. The Department
intends to award new contracts based on the population served, pre-trial and sentenced,
rather than the type of medical care provided, medical and mental health, for the entire
population. This will allow for a cohesive system that ensures that the quality of care
remains consistent and uninterrupted for the pre-trial detainees and the Incarcerated
Individuals across all of the Department’s facilities.
The current medical and mental healthcare vendors provide services for the entire
Department, but the Pre-Trial facilities have different operational and clinical needs from
the Division of Correction (DOC) facilities. Separating the contracts by Pre-Trial and
DOC allows the Department to provide an additional emphasis on the needs of the pre-
trial detainees, providing the additional monitoring and administration that a standalone
contract allows for.
A timely and orderly transition to the new contractor is essential to meet the contract start
date and ensure uninterrupted mental and medical healthcare services for the pre-trial
detainees and the Maryland communities.
The Department has already modified the existing medical healthcare contract to extend
its term, which has increased the monthly costs without improving the quality of service.
Under the proposed new contract, the Department anticipates an increased level of
performance and quality of service. The Department cannot afford to delay the
implementation of a medical and mental health care contract that will so significantly
improve the lives of the pre-trial detainees under its charge.
Several key economic benefits in the new contract include:
The MBE goal that was set for this contract (30%) is 172.72% higher than the
established contract goal on the current medical healthcare contract (11%) and
114.27% higher than the established contract goal on the current mental
healthcare contract (14%). This equates to approximately $217,132,668.60 that
will go to certified MBE vendors.
The VSBE goal that was set for this contract (1.5%) is 50% higher than both
currently established medical healthcare and mental healthcare contract goals (1%
on both contracts). This equates to approximately $10,856,633.43 that will go to
certified VSBE vendors.
Centurion will make substantial enhancements to the Department’s current healthcare
infrastructure that will improve the Department's quality of care, service range and
efficiency for our pre-trial detainees.
REVISED
2
nd
Revision
169
OSP 56
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
32-S. SERVICES CONTRACT (cont’d)
Agency Remarks (cont’d):
By providing staffing with higher hourly rates, Centurion will attract more qualified
professionals, solve ongoing vacancies issues, and provide a better quality of care to pre-
trial detainees, while also ensuring that the Department is able to hold the vendor
accountable for its performance of the contract.
The Department is seeking approval of this contract award, notwithstanding the appeals and
supplemental protest, based on the substantial State interests to obtain a more comprehensive and
robust contract in order to provide the pre-trial detainees under the Department’s care with better
overall medical and mental healthcare services. The Department is confident that the appeals will
not be successful and will only result in the unnecessary delay of the much needed contract for
medical and mental health care and utilization 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 appeals filed by YesCare.
*Centurion commits to achieving 29.992% of the 30% MBE goal and exceeding the 1.5% VSBE
goal with a commitment of 1.86% VSBE participation. Additionally, a waiver for 2.97% of the
assigned 3% Asian American Subgoal was also granted. DPSCS determined it was in the State's
best interest to grant the MBE waiver request of .008% and the Asian American Subgoal waiver
request of 2.97% due to the amount of effort provided by the vendor to achieve the MBE goal and
the lack of availability of any additional MBE firms.
Fund Source: 100% General Funds
Approp. Code: $ 7,358,391 FY25 Q000101
$24,334,858 FY26 Q000101
$25,064,904 FY27 Q000101
$25,816,851 FY28 Q000101
$26,591,357 FY29 Q000101
$27,389,097 FY30 Q000101
Resident Business: Yes MD Tax Clearance: 24-0325-0000
This Item was withdrawn as Item 46-S from the 05/15/2024 DGS Agenda.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
2
nd
Revision
170
OSP 57
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Allison Barry 410-767-6819
alison.barry@maryland.gov
33-S. SERVICES CONTRACT
Department of Health
Contract ID: Behavioral Health Rate Setting; MDH-OCMP 22-19518
ADPICS No.: M00B4600731
Contract Description: Development of rates for Behavioral Health Providers (BHP) to
determine the costs of providing services.
Award: Myers and Stauffer, LC; Owings Mills, MD
Contract Term: 07/01/2024 - 06/30/2025 (w/two 1-year renewal options)
Amount: $ 455,000.00 (Base Term)
$ 469,782.20 (Renewal Option #1)
$ 485,045.70 (Renewal Option #2)
$1,409,827.90 Total
Procurement Method: Competitive Sealed Proposals
Proposals:
Offerors
Technical
Rankings
Financial Offers
(Rankings)
Overall
Ranking
Myers and Stauffer LC; Owings Mills
1
$1,409,827.90 (2)
1
Public Consulting Group; Boston MA.
2
$1,689,000.00 (3)
2
Gordon, LLC; Gaithersburg, Md
3
$ 560,907.30 (1)
3
*Technical and financial proposals were weighted equally.
MBE/VSBE Participation: 0% / 0%
Performance Security: Yes
Incumbent: Same
171
OSP 58
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
33-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 July 1, 2022. A total of 1000
potential contractors were solicited and 21 were directly solicited including 16 MBEs and five
were Certified Small Businesses. Four proposals were received, and all were determined to be
reasonably susceptible of being selected for award. One offeror later retracted their proposal. The
recommended offeror Myers and Stauffer, LC was determined to be most advantageous to the
State as its proposal was both ranked highest technically and was lowest in price.
This contract will provide the Department with a designed cost report that will be utilized in a
future study to determine the actual cost of providing services and base future rates on that cost.
The outcome of the cost report will be that providers will be able to report their costs and analysis
to show actual costs per type of rendered service.
This contract provides consulting which includes no MBE/VSBE participation opportunities.
Fund Source: 50% General Funds, 50% Federal Funds
Approp. Code: M00Q0103
Resident Business: Yes
MD Tax Clearance: 23-4849-0101
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
172
OSP 59
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Yasin Mohammed 410-767-3586
yasin.mohammed@maryland.gov
34-S. SERVICES CONTRACT
Department of General Services
Contract ID: Specimen Collections Service; 001B3600067
ADPICS No.: 001B3600067
Contract Description: Specimen collection service from applicants for employment in certain
State job categories and State employees in certain job classifications or under certain
circumstances. The collected specimens are then sent to a state-contracted laboratory for testing
to detect the presence of illegal drugs.
Award: Aeon Technologies, LLC; Frostburg, MD
Contract Term: 07/01/2024 - 06/30/2027 (w/two 1-year renewal options)
Amount: $274,765.51 (Base Term)
$ 94,034.88 (Renewal Option #1)
$ 96,095.42 (Renewal Option #2)
$ 464,895.81 Total
Procurement Method: Multi Step Competitive Sealed Bidding
(Single Qualified Bid Received)
Bid:
Bidder
Amount
Aoen Technologies, LLC, Frostburg, MD
464,895.81
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Incumbent: Same
Requesting Agency Remarks: A notice of availability of an Invitation for Bids (IFB) was posted
on eMaryland Marketplace Advantage on March 12, 2024 and a total of 13 potential vendors
were solicited. Four bids were received and opened on April 10, 2024. Three bids were rejected
because their references lacked sufficient details and did not meet the MS-IFB's minimum
qualification requirements, so they were determined to be non-susceptible for award. Financials
were not opened for these bidders.
173
OSP 60
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
34-S. SERVICES CONTRACT (cont’d)
Agency Remarks (cont’d):
Aeon Technologies, LLC has been found responsible and its bid responsive. The bid pricing has
been confirmed.
Aeon Technologies LLC's bid met all the requirements. They included estimates of the number
of regular and emergency collections and preparation time and attendance testimony at legal
proceedings. Since this is an indefinite quantity, fixed unit price contract, the contractor will be
paid for collection services and testimony based on the actual amount and type of services provided
at the unit prices that are fixed in the contract.
The price was determined to be reasonable. The bid price of $90,383.39 was compared to the price
of $45,826.21 for the current contract, which is 50.7% more than the current contract. The 41.7%
increment in the scope of work is commensurate with the bid price.
In accordance with Executive Order 01.01.1991.16 and Code of Maryland Regulations (COMAR)
17.04.09, all applicants for employment in designated sensitive State job categories, as well as
State employees in the same sensitive categories, must be tested to detect the presence of illegal
drugs in their urine. In addition, any employee for which there is reasonable suspicion of using
illegal drugs must be tested. The bulk of the sensitive positions that require testing are Correctional
Officers and other personnel of the Department of Public Safety and Correctional Services
(DPSCS)
MBE and VSBE participation was not established for this contract based on a limited number of
federally compliant providers of these services.
Fund Source: Various(Using Agencies)
Approp. Code: Various(Using Agencies)
Resident Business: Yes
MD Tax Clearance: 24-2027-0110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
174
OSP 61
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Alison Barry 667-203-9095
alison.barry@maryland.gov
35-S. SERVICE CONTRACT
Department of Health, Deer’s Head Hospital Center
Contract ID: Non-Emergency Ambulance Transportation Services – Deer’s Head Hospital
Center; OCMP-24-20817
ADPICS No.: M00B5600048
Contract Description: Non-Emergency ambulance transportation services for the patients and
residents at Deer’s Head Hospital Center (DHHC) in Salisbury. Provide transportation for
patients/residents to receive any outside, non-emergency medical care required by their care plan.
.
Award: Lifestar Response of Maryland; Annapolis Junction, MD
Contract Term: 07/01/2024 - 06/30/2029
Amount: $1,461,942.40
Procurement Method: Competitive Sealed Bidding (Single Bid Received)
Bid:
Bidder
Amount
Lifestar Response of Maryland; Annapolis Junction, MD
$1,461,942.40
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Incumbents: Same
Requesting Agency Remarks: A notice of availability of an Invitation for Bids (IFB) was posted
on eMaryland Marketplace Advantage on May 9, 2023. One bid was received and opened on June
7, 2023. Lifestar Response of Maryland has been found responsible and its bid responsive. The
bid pricing has been confirmed.
175
OSP 62
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
35-S. SERVICES CONTRACT (cont’d)
Agency Remarks (cont’d):
Attempts were made to directly solicit additional vendors, but those vendors were not able to
provide the services requested due to a lack of staffing. Deer's Head Hospital Center (DHHC) is
a chronic care hospital licensed and accredited for the treatment and rehabilitation of the
chronically ill. DHHC includes an inpatient chronic disease/acute care hospital, a nursing home
unit, an outpatient renal dialysis unit, and an outpatient physical/occupational therapy unit.
The bid was determined to be fair and reasonable based on comparable services currently
performed at Western Maryland Hospital Center (WMHC). An analysis of the rates paid by
WMHC for Non-Emergency Ambulance services was done in comparison to the bid and shows
an average rate of 22.75% more.
MBE participation was not established due to the three MBE vendors identified not having the
licensure requirements or the personnel as well as the specialized equipment required to perform
this service.
Fund Source: 100% General Funds
Approp. Code: M00I0401
Resident Business: Yes
MD Tax Clearance: 23-2837-0101
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
176
OSP 63
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Christina Drushel Williams 410-697-9242
christina.drushel@maryland.gov
36-S. SERVICE CONTRACT
Governor’s Office of Children
Contract ID: Develop Public Centralized Database of all Resources Available for Children,
Youth, and Families; GOC-0001
ADPICS No.: DEXB4600018
Contract Description: Fiscal mapping and development of a public centralized database of all
resources available for children, youth, and families.
Award: Children’s Funding Project, Inc., Washington, DC
Contract Term: 06/06/2024 - 11/30/2025
Amount: $300,000
Procurement Method: Sole Source
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Incumbents: N/A
Requesting Agency Remarks: This contract allows the office to remain compliant with recent
legislative updates, Senate Bill 482/ House Bill 694, to develop a public, centralized database
describing all State, local, and private resources available for children, youth, and families in the
State.
The Senate Bill 482/ House Bill 694 - Engaging Neighborhoods, Organizations, Unions,
Governments, and Households (ENOUGH Act of 2024) requires the office to establish a
framework to increase community health and safety, provide “cradle-to-career” access to high-
quality education and care, connect residents to quality jobs and in-demand occupations, enable
family-sustaining income and access to affordable high-quality housing, child care and health care
while providing high-quality support for children with disabilities, justice-involved youth and
young adults and connect individuals to state programs. Considering the lack of internal resources
and of private providers with experience and capabilities, the office determined that a sole source
procurement method is the only vehicle providing the ability to complete the project helping to
reduce poverty and enhance safety.
177
OSP 64
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
36-S. SERVICES CONTRACT (cont’d)
Agency Remarks (cont’d):
The Children’s Funding Project is a national organization focused on public financing of cradle-
to-career supports and partnerships and has field-leading fiscal mapping and cost modeling
capabilities. This expertise is necessary to successfully execute the project. Additionally, the
Children’s Funding Project has completed fiscal mapping projects and cost modeling in the
following states and localities, demonstrating their singular expertise to conduct this type of
comprehensive fiscal mapping focused on children, youth and
families.
Additionally, the Children’s Funding Project team is the only team that has the experience to
develop and expand children, youth and family focused fiscal mapping in a fiscally and technically
efficient manner. Through the contractor’s model, they will develop the tools and provide in-
house training to staff to ensure the state government can maintain the public, centralized database
after the term of this contract ends, which is a unique and cost-effective model.
The agency finds the price fair and reasonable as it is comparable to the price paid by another State
agency on a similar project, but the current project has added components to it. For example, the
agency paid $11,500 per month for research, fiscal map and survey, whereas GOC will pay
$16,666 per month for research and analysis, cradle-to-career fiscal mapping, training, coaching
and support, outreach to community leaders and provide a presentation on findings.
MBE and VSBE participation were not established for this contract because of the lack of
subcontracting opportunities.
Fund Source: 100 % General Funds
Approp. Code: A0101
Resident Business: No
MD Tax Clearance: 24-2138-0000
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
178
OSP 65
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Nneka Willis Gray 410-767-7675
nneka.willisgray@maryland.gov
37-S-OPT. SERVICES OPTION
Department Human Services, Family Investment Administration,
Office of Home Energy Programs
Contract ID: Administration of the Maryland Energy Assistance Program and Electric
Universal Service Program; See Attachment 1
ADPICS No.: COK46462
Contract Approved: DGS 11-S, 06/22/2022
Contract Description: Multiple contracts to provide local administrative services for Maryland
Energy Assistance Program (MEAP) and the Energy Assistance Program and Electric Universal
Service Program (EUSP) and the recording of applications for the Utility Service Protection Plan
(USPP) in Anne Arundel, Calvert, Carroll, Charles, Garrett, Howard, St. Mary’s and Washington
Counties. These services provide monetary assistance and crisis assistance to low-income families
for heating and electric expenses.
Option Description: Exercise the second renewal option.
Awards: See Attachment 1
Original Contract Term: 07/01/2022 - 06/30/2023 (w/four 1-year renewal options)
Option Term: 07/01/2024 - 06/30/2025
Original Contract Amount: $3,172,807
Option Amount: $3,172,807
Prior Options/Mods: $3,172,807 (Renewal Option #1 07/01/2023 - 6/30/2024.
DGS 15-S OPT, 06/21/2023)
Total Contract Amount: $9,518,421
Percent +/- (This Item): 100%
Total Percent Change: 200%
179
OSP 66
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
37-S-OPT. SERVICES OPTION (cont’d)
Original Procurement Method: Sole Source
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Performance Security: No
Hiring Agreement Eligible: Yes
Requesting Agency Remarks: DHS intends to exercise the second of four renewal options to
provide local administrative services for their MEAP, EUSP, and USPP programs. OHEP has
been providing energy assistance benefits and services since 1979 to eligible low-income
customers. Local Administrative Agencies (LAAs) are responsible for outreach activities,
application intake, certification for benefits, payment processing, notification of eligibility
determinations, and appeals of benefit amounts or benefit denial.
All LAAs are currently performing well on the Contract and meeting the requirements of the
Scope of Work. While DHS still intends to transition the programs in-house to the Local
Departments of Social Services (LDSS) in each jurisdiction, the Department needs to exercise
the second renewal option to continue progressing toward the eventual transition to LDSSs. In
the program year 2024, OHEP implemented several major initiatives, including categorical
eligibility and the uniform eligibility redetermination process.
MBE and VSBE participation was not established for this contract because there are no
subcontracting opportunities available.
Fund Source: 60% Federal Funds,
40% Special Funds (Electric Universal Service Program)
Approp. Code: N00I0006 Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
180
OSP 67
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
37-S-OPT. SERVICES OPTION (cont’d)
ATTACHMENT I
Contractor
Option Amount
Anne Arundel County Community Action
Agency, Inc.; Annapolis, Maryland
FIA/OHEP-23-002-A2
MD Tax Clearance: 24-1737-1110
$586,724
Human Services Programs of Carroll County,
Inc.; Westminster, Maryland
FIA/OHEP-23-003-A2
MD Tax Clearance: 24-1738-1111
$366,041
Garrett County Community Action
Committee, Inc.; Oakland, Maryland
FIA/OHEP-23-004-A2
MD Tax Clearance: 24-1739-1111
$426,652
Community Action Council of Howard
County Maryland, Inc.
Columbia, Maryland
FIA/OHEP-23-006-A2
MD Tax Clearance: 24-1740-1110
$464,663
Southern MD Tri-County Community Action
Committee, Inc.
Hughesville, Maryland (Calvert County)
FIA/OHEP-23-007-A2
MD Tax Clearance: 24-1741-1110
$161,106
Southern MD Tri-County Community Action
Committee, Inc.
Hughesville, Maryland (Charles County)
FIA/OHEP-23-008-A2
MD Tax Clearance: 24-1742-1110
$319,799
Southern MD Tri-County Community Action
Committee, Inc.
Hughesville, Maryland (St Mary’s County)
FIA/OHEP-23-009-A2
MD Tax Clearance: 24-1743-1110
$319,799
Washington County Community Action
Council, Inc.; Hagerstown, Maryland
FIA/OHEP-23-014-A2
MD Tax Clearance: 24-1744-0110
$528,023
181
OSP 68
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Nneka Willis-Gray 410-767-7675
nneka.willisgray@maryland.gov
38-S-OPT. SERVICES OPTION
Department of Human Services, Family Investment Administration, Office of
Home Energy Program
Contract ID: Administrative Services of the Office of Home Energy Programs in Harford,
Somerset, Talbot, Wicomico, and Worcester Counties; FIA/OHEP-23-005, FIA/OHEP-23-010,
FIA/OHEP-23-013
ADPICS No.: COK46454, COK46452, COK46548
Contract Approved: DGS 8-S, 06/21/2023
Contract Description: Local administrative services for the Maryland Energy Assistance
Program (MEAP) and the Electric Universal Service Program (EUSP). These services provide
monetary assistance and crisis assistance to low-income families for heating and electric
expenses.
Option Description: Exercise the first renewal option.
Awards: See Attachment 1
Original Contract Term: 07/01/2023 - 06/30/2024 (w/four 1-year renewal options)
Option Term: 07/01/2024 - 06/30/2025
Original Contract Amount: Harford County - Harford Community Action Agency, Inc.
$ 559,656.00
Talbot County - Neighborhood Service Center, Inc.
$ 246,052.56
Somerset, Wicomico, and Worcester Counties - Shore Up! Inc.
$ 769,630.80
$1,575,339.36 Total
182
OSP 69
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
38-S-OPT. SERVICES OPTION (cont’d)
Option Amount: Harford County - Harford Community Action Agency, Inc.
$ 559,656.00
Talbot County - Neighborhood Service Center, Inc.
$246,988.56
Somerset, Wicomico, and Worcester Counties - Shore Up! Inc.
$ 769,630.80
$1,576,275.36 Total
Prior Options/Mods: N/A
Total Contract Amount: $3,151,614.72
Percent +/- (This Item): 100.06%
Total Percent Change: 100.06%
Original Procurement Method: Competitive Sealed Proposals
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Performance Security: No
Hiring Agreement Eligible: Yes
Requesting Agency Remarks: Local Administering Agencies (LAAs) are responsible for
application intake, certification for benefits, payments processing, notification of eligibility
determinations, appeals of benefit amounts or benefit denial and outreach activities for the
MEAP and EUSP. These programs help low-income households pay their utility and fuel bills,
minimize energy related crises, and make heating and cooling costs more affordable through a
comprehensive energy package.
183
OSP 70
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
38-S-OPT. SERVICES OPTION (cont’d)
Agency Remarks (cont’d):
DHS continues to explore transitioning the programs, in-house, to the Local Departments of
Social Services (LDSS) in each jurisdiction; the Department needs to exercise the first renewal
option to ensure the continuity of services.
In the program year 2024 OHEP implemented several major initiatives, including categorical
eligibility and the uniform eligibility redetermination process. Within the next twelve months,
the Department will
Create and enforce customer service metrics for its LAAs that are tied to contractual
agreements with the LAAs.
Incorporate customer service and accessibility language into all future LAA contracts.
Monitor LAA compliance with the newly created Utility Emergency Standard Operating
Procedure.
Perform an in-depth analysis of the success of the newly implemented Uniform
Redetermination Process.
Conduct visits to OHEP offices to discuss the customer service issues described in this
report and formulate a corrective action plan.
No MBE and VSBE participation were established for these sole source contracts because there
are no subcontracting opportunities.
Fund Source: 60% Federal Funds
40% Special Funds (Electric Universal Service Program)
Approp. Code: N00I0006
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
184
OSP 71
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
38-S-OPT. SERVICES OPTION (cont’d)
ATTACHMENT I
Contractor
Amount
Harford Community Action Agency, Inc.
Edgewood, Md
FIA/OHEP-24-005-A1
ADPICS: COK46454
$ 559,656.00 (Base Term)
$ 559,656.00 (Renewal Option 1)
$1,119,312 (Total)
Neighborhood Service Center, Inc.
Easton, MD
FIA/OHEP-24-013-A1
ADPICS: COK46452
$246,052.56 (Base Term)
$246,988.56 (Renewal Option 1)
$493,041.12 (Total)
Shore Up! Inc.
Salisbury, MD
FIA/OHEP-24-010-A1
ADPICS: COK46548
$ 769,630.80 (Base Term)
$ 769,630.80 (Renewal Option 1)
$1,539,261.60
185
OSP 72
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Alison Barry 667-203-9095
alison.barry@maryland.gov
39-S-OPT. SERVICES OPTION
Department of Health
Contract ID: Drug Use Review, Analyses, Evaluations & Interventions for the Medicaid
Participants; OPASS #19-17828
ADPICS No.: COK42406
Contract Approved: DBM 5-S, 06/19/2019
Contract Description: Development, operation and management of the Drug Use Review
Analyses, Evaluations and Interventions for Maryland Medicaid participants and maintenance of
the Fee for Service (FFS) Preferred Drug List (PDL) and the HealthChoice Managed Care
Organizations (MCO) formularies on the Formulary NavigatoryTM Formulary Listing Service
software.
Option Description: Exercise the final renewal option.
Award: Keystone Peer Review Organization; Harrisburg, PA
Original Contract Term: 08/01/2019 - 07/31/2022 (w/two 2-year renewal options)
Option Term: 08/1/2024 - 07/31/2026
Original Contract Amount: $2,219,998
Option Amount: $1,483,523
Prior Options/Mods: $ 429,000 (Mod. #1: Additional services under Managed Care
Organization oversight to support the Centers for Medicare and
Medicaid Services; DGS 17-S-MOD, 11/18/2020)
$1,604,599 (Renewal Option #1 08/01/2022 - 07/31/2024 DGS 25-
S-OPT, 03/09/2022)
Total Contract Amount: $5,737,120
Percent +/- (This Item): 66.83%
Total Percent Change: 158.43%
186
OSP 73
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
39-S-OPT. SERVICE OPTION (cont’d)
Original Procurement Method: Competitive Sealed Proposals
MBE/VSBE Participation: 10% / 0%
MBE/VSBE Compliance: 11.690% / 0%
Performance Security: No
Requesting Agency Remarks: Drug Use Review Analyses is a continuous process, and an
interruption in service can delay timely intervention to promote evidence-based best clinical
practice and identify patterns of fraud, abuse, gross overuse, and use of inappropriate or suboptimal
treatment.
Keystone Peer Review Organization has the clinical, technical, quality assurance, financial, legal,
and data processing resources and the pharmacy management expertise to continue to successfully
achieve all requirements. The company demonstrated its ability to carry out each of these program
support services in a way that empowers MDH to decrease overall drug costs without
compromising patient care or increasing the administrative functions of Maryland's healthcare
providers.
Fund Source: 50% Federal Funds, 50% General Funds
Approp. Code: 32. 17.01.03
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
187
OSP 74
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Vern Shird 443-769-1039
vshird@treasurer.state.md.us
40-S-OPT. SERVICES OPTION
State Treasurer’s Office, Maryland 529
Contract ID: Maryland College Investment Plan Program Manager; E20B5600001
ADPICS No.: E20B5600001
Contract Approved: DBM 7-S, 01/25/2017
Contract Description: Provide exclusive program management services for the Maryland
College Investment Plan (MCIP) to include financial services, account administration,
marketing, and customer service.
Option Description: Exercise the first renewal option.
Award: T. Rowe Price Associates, Inc; Baltimore, MD
Original Contract Term: 07/01/2017 - 06/30/2024 (w/two 2-year renewal options)
Option Term: 07/01/2024 - 06/30/2026
Original Contract Amount: $ 17,912,419 Estimated Revenue to State*
$191,285,353 Estimated Revenue to T. Rowe Price**
$209,197,772 Total revenue estimate for base period (7-years)
*State revenue based on 0.05% of participant fees.
**T. Rowe Price revenue based on a weighted average investment
expense ratio.
Option Amount: $6,346,023 Estimated Revenue to State
Prior Mods/Options: $0 (Mod. #1: Database support termination, Delegated Authority -
MD529, 06/29/2017)
$0 (Mod. #2: Licensing and terms and conditions agreement for
GoTuition® online gifting portal termination, Delegated Authority
- MD529, 09/20/2017)
-$6,586,151 (Mod. #3: Reduction to T. Rowe Price’s estimated
revenue and reduction of investment fees and addition of a
program manager fee, DGS 15-S-MOD, 10/08/2020)
188
OSP 75
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
40-S-OPT. SERVICES OPTION (cont’d)
$275,000 (Mod. #4: One-time fee to provide participants an
additional investment option; DGS 39-S-MOD, 09/01/2021)
-$2,525,255 (Mod. #5: Reduction to Estimated Revenue to T.
Rowe Price based on the estimated cost reduction of the Program
Management fee; DGS 28-S-MOD, 03/09/2022)
$0 (Mod. #6: Provide website hosting, maintenance, and
enhancements for the MD529 website; Delegated Authority -
MD529, 3/05/2024)
Total Contract Amount: $17,912,419 Est. Revenue to State*
$182,173,947 Est. Revenue to T. Rowe Price**
$6,346,023 Est. Revenue to State (Option 1) *
$81,615,869 Est. Revenue to T. Rowe Price (Option 1) **
$288,048,258 Total revenue estimate for base period (7-years)
plus option #1
*State revenue based on 0.05% of participant fees.
**T. Rowe Price revenue based on a weighted average investment
expense ratio.
Percent +/- (This Item): 42.0%
Total Percent Change: 37.7%
Original Procurement Method: Competitive Sealed Proposals
MBE/VSBE Participation: 2% / 0%
MBE/VSBE Compliance: 1.031% / 0%
Requesting Agency Remarks: T. Rowe Price Associates, Inc. has delivered and continues to
deliver the level of service and results to ensure that Maryland 529’s Maryland College Investment
Plan (MCIP) program meets/exceeds the needs of its account holders. The Maryland College
Investment Plan has experienced an increase in assets of approximately 80.7% since July 1, 2017,
despite market volatility and economic uncertainty, and we attribute part of that success to T. Rowe
Price’s management of the MCIP. In total, the plan has also added 106,000 unique Beneficiaries
since the current contract started in 2017. The expected continued growth in Plan size will also
generate an increase in average annual revenue.
189
OSP 76
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
40-S-OPT. SERVICES OPTION (cont’d)
Agency Remarks (cont’d):
There are no direct costs to the State or Maryland 529 for this contract. According to the contract,
the contractor will collect certain fees from account holders in the Maryland College Investment
Plan, for this contract it is the weighted average operating expense ratio, which the contractor
retains. The option amount is an estimate of the revenue to Maryland 529 collected from account
holders as an administrative fee and remitted by the contractor to Maryland 529 that is used for
administrative, operating and marketing expenses, incurred by Maryland 529 in administering the
Maryland College Investment Plan.
There has been a steady increase in the number of beneficiaries who have opted for online
enrollments. The number of paper-based enrollments has dramatically decreased due to
beneficiaries graduating from the Plan and closing their accounts and beneficiaries enrolling
online. In 2024, 99.4% of new enrollments were online. This has contributed to the lower MBE
percentage of 1.03%. Maryland 529 is working with T. Rowe Price Associates, Inc. to propose
opportunities for the MBE compliance to meet the 2% participation.
As a result of the legislation SB959, the MD529 Board was dissolved and all operations and
administrative responsibilities post June 1, 2023 are under the Maryland State Treasurer.
The State Treasurer’s Office is seeking BPW approval for the renewal option because it was
originally procured by the Department of Budget and Management.
Fund Source: 100% Special Funds (Participant Plan Fees)
Approp. Code: E20B04.01
Resident Businesses: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
190
OSP 77
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Alison Barry 667-203-9095
alsion.barry@maryland.gov
41-S-OPT/MOD. SERVICES OPTION/MODIFICATION
Department of Health, Office of Finance
RETROACTIVE
Contract ID: Maximization of Third-Party Liability Recoveries; OPASS 21-18315
ADPICS No.: COK46117
Contract Approved: DGS 30-S, 06/02/2021
Contract Description: Automated data processing to identify liable third parties. Audit liability
payments recovery, identifying new resources to offset Medicaid expenditures, and conduct third
party recoveries based on newly identified resources.
Option/Modification Description:
Recommendation 1: Approval of a RETROACTIVE modification to increase the
contract authority to cover payments made beyond the approved original contract
amount.
Recommendation 2: Recommend approval of the first renewal option.
Award: Health Management Systems Inc.; Irving, TX
Original Contract Term: 07/01/2021 - 06/30/2024 (w/two 2-year renewal options)
Modification Term (this Item): 1/1/2023 - 6/30/2024
Option Term (this Item): 07/01/2024 - 06/30/2026
Original Contract Amount: $ 2,161,616
Modification Amount (this Item): $ 750,534.22 Retroactive
Option Amount (this Item): $ 1,469,864.00 (2-year renewal option)
Total (this Item): $ 2,220,398.22
Prior Options/Mods: $0 (Mod. #1: Added Maryland Aids Drug Assistance
Program (MADAP) for the current contractor to claims
reclamation from liable third parties or other insurers.
Delegated Authority - MDH 12/22/2022)
Total Contract Amount: $4,382,014.22
REVISED
191
OSP 78
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
41-S-OPT/MOD. SERVICES OPTION/MODIFICATION (cont’d)
Percent +/- (this Item): 68%
Total Percent Change: 68%
Original Procurement Method: Competitive Sealed Proposals
MBE/VSBE Participation: 5% / 1%
MBE/VSBE Compliance: 11.730% / 1.801%
Performance Security: No
Requesting Agency Remarks: The Office of Finance, Maryland Department of Health determined
it is in the best interest of the state to exercise the first renewal option with the current vendor,
Maximization of Third-Party Liability Recoveries Contractor, Health Management Systems, Inc.
They provide services including automated data processing to identify liable third parties; audits;
third party liability (TPL) payments recovery; identifying new third-party resources to offset
Medicaid expenditures; Cost Avoidance and Data Matching; and conducting third-party recoveries
based on newly identified resources.
Federal and State laws require Medicaid to pay secondary to any third-party benefits to which a
Medicaid beneficiary is entitled. A state’s Medicaid program is the payer of last resort, and
although Medicaid beneficiaries or their authorized representatives are required as a condition of
eligibility to provide information regarding the availability of third party resources, it is the role
of the state’s TPL program to identify potentially liable resources and to recoup from them covered
costs that have been paid by the Medicaid program or, based on established criteria, from the
providers of service. Timely identification of these potentially liable resources also permits the
Medicaid program to avoid inappropriate payments when adjudicating claims for services and is
considered a very high priority for MDH.
The fundamental aim of this contract is to recuperate payments associated with waste, fraud, and
abuse. The contractual payment structure entails the vendor receiving a percentage of the
recovered funds. Initially, the vendor submitted an estimated proposal of $2,161,616. The vendor,
however, has surpassed this estimate and successfully recovered more funds than originally
projected. A clerical error impeded the effective monitoring of funds within the contract, resulting
in the contract exceeding its initial cost. Nevertheless, measures have been implemented by the
department to rectify and prevent such issues from occurring in the future.
REVISED
192
OSP 79
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
41-S-OPT/MOD. SERVICES OPTION/MODIFICATION (cont’d)
Fund Source:
50% General Funds, 50% Federal Funds
Approp. Code:
M00Q0103
Resident Business: No
DGS OSP Remarks: RETROACTIVE approval is 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.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
193
OSP 80
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: John Lloyd 410-230-8886
john.lloyd@maryland.gov
42-S-OPT/MOD. SERVICES OPTION/MODIFICATION
State Lottery and Gaming Control Agency
Contract ID: Advertising, Marketing, Media, Digital, Web and Social Media, Research and
Related Services; #2018-07 I/II
ADPICS No.: COK45306, COK45307
Contract Approved: DBM 1-S, 03/06/2019
Contract Description: Provide advertising, marketing, media and related services through two
Functional Areas (FA). FA I includes creative development and production of advertising and
marketing materials, media planning; and FA II includes buying, media post-buy analysis and
reconciliation, creation and production of internet web, digital and social media advertising,
research support, and other related services.
Option Description: Exercise the final renewal option.
Modification Description: Extend the contract to allow time to complete the new procurement.
Awards: Gray, Kirk/VanSant Advertising, Inc.; Baltimore, MD (FA I)
9Rooftops Marketing, LLC*; Pittsburgh, PA (FA II) *(Formerly
MARC USA, LLC)
Original Contract Term: 05/01/2019 - 06/30/2022 (w/one 2-year renewal option and a
6-month renewal for transitioning)
Modification Term: 07/01/2024 - 06/30/2025
Option Term: 07/01/2025 - 12/31/2025
Original Contract Amount: $ 62,988,000 (Total FA I + FA II)
$15,624,000 FA I / $47,364,000 FA II
Modification Amount: $5,058,000 FA I / $15,338,000 FA II
Option Amount: $2,604,000 FA I / $7,894,000 FA II
194
OSP 81
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
42-S-OPT/MOD. SERVICES OPTION/MODIFICATION (cont’d)
Prior Options/Mods: $ 41,992,000 Total FA I, FA, $10,416,000 FA I / $31,576,000 FA
II (Renewal Option #1 07/01/2022 - 06/30/2024, DGS 21-S-OPT,
03/22/2022
Total Contract Amount: $135,874,000
Percent +/- (This Item): 48.19%
Total Percent Change: 114.86%
Original Procurement Method: Competitive Sealed Proposals
MBE/VSBE Participation: 29% FA I, 3% FA II / 1% FA I 1%; FA II
MBE/VSBE Compliance: 40.519% FA I, 6.089% FA II / 1.231% FA I 1.100 %; FA II
Requesting Agency Remarks: During the review process for the new procurement, MLGCA was
asked if all or portions of the RFP had been reviewed by the Maryland State Advertising Agency
(MSAA), a division of Maryland Public Television (MPT) and a full-service advertising,
marketing, communications, and media buying service for Maryland State Agencies and related
organizations. A review of the capabilities of MSAA/MPT with respect to each functional area
RFP requirements was conducted by MLGCA. This review was conducted as a proposal review,
including site visits. This process lasted several months. This evaluation delayed the RFP
publication.
Additional time is needed to accommodate the time taken to conduct this review. This extension
accommodates this process and allows MLGCA to complete the RFP process and transition
potential new contractors, which may be selected.
Although MPT was not chosen as a prime contractor, MLGCA and MPT plan to enter a
memorandum of understanding to collaborate on aspects of the advertising and media efforts that
assist in the promotion of the lottery and lottery products.
195
OSP 82
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
42-S-OPT/MOD. SERVICES OPTION/MODIFICATION (cont’d)
Fund Source: 100% Special Funds (Lottery Proceeds)
Appropriation Code: E75D0001
Resident Business: Yes (FA I) No (FA II)
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
196
OSP 83
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Nneka Willis Gray 410-767-7675
nneka.willisgray@maryland.gov
43-S-MOD. SERVICES MODIFICATION
Department of Human Services,
Baltimore City Department of Social Services Child Welfare
Contract ID: One-on-One Support Services; BCDSS/CWS-21-076-A5, BCDSS/CWS-21-078-
A5, BCDSS/CWS-21-080-A4, BCDSS/CWS-21-081-A4
ADPICS No.: See Attachment 1
Contract Approved: DGS 31-S, 07/07/2021
Contract Description: Four contracts to provide One-on-One Support Services for children
placed in Out-of-home care. These services are temporary supplemental services to provide
individual supervision and support for children/youth to ensure their safety and well-being and of
others in a placement setting.
Modification Description: Extend the contract to allow time to complete the new procurement.
Awards: See Attachment 1
Original Contract Term: 07/01/2020 - 06/30/2022 (w/one 1-year renewal option)
Modification Term: 07/01/2024 - 12/31/2024
Original Contract Amount: $14,038,205
Modification Amount: $4,998,225 See Attachment 1
Prior Options/Mods: $14,590,340 See Attachment 1
Total Contract Amount: $33,626,770
Percent +/- (This Item): 35.60%
Total Percent Change: 139.54%
Original Procurement Method: Sole Source
197
OSP 84
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
43-S-MOD. SERVICES MODIFICATION (cont’d)
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Performance Security: No
Requesting Agency Remarks: The Department of Human Services (DHS) intends to modify four
Baltimore City Department of Social Services’ (BCDSS) One-on-One Support Services Contracts
to provide the necessary time to complete the new Request for Proposals for Baltimore City and
Anne Arundel County. The new solicitation for services was published on January 8, 2024, and
proposals were received on March 1, 2024. DHS is currently in the process of evaluating proposals.
One-on-One Support Services are temporary supplemental services which provide individual
supervision and support for children and youth to ensure their safety and welfare and the safety
and welfare of others in the placement setting. All local agencies in Maryland utilize One-on-One
Support Services for the benefit of children in out-of-home care or foster care and play an
important role in supporting the safety, permanence, and well-being of these children in care. One-
on-One Support Services can also promote reunification and prevent future disruption and reentry
into care.
This extension will ensure continuity of care for foster youth in care until the evaluation process
is completed for the new solicitation and new Contracts are put in place.
MBE and VSBE participation was not established for this contract because there are no
subcontracting opportunities available.
Fund Source:
100% General Funds
Approp. Code:
N00G0001
Resident Business:
Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
198
OSP 85
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
43-S-MOD. SERVICES MODIFICATION (cont’d)
ATTACHMENT I
Awards
Amounts
Better You Better Me LLC
Baltimore, MD
BCDSS/CWS-21-076-A5
ADPICS No.: COK46115
$2,140,215 (Base)
$1,077,300 (Renewal Option #1: 07/01/2022 -
06/30/2023; DGS 15-S-OPT, 06/22/2022)
$1,516,590 (Mod. #1: Added funding due to increase in
referrals; DGS 33-S-MOD, 03/15/2023)
$2,000,000 (Mod. #2: Extension 07/01/2023 -
12/31/2023 and added a six-month renewal option; DGS
46-S-MOD, 06/07/2023)
$2,000,000 (Renewal Option #2: 01/01/2024 -
06/30/2024;
DGS 24-S-OPT, 12/13/2023)
$6,593,890 (Total of Prior Options/Mod)
$2,000,000 (6-month extension)
$10,734,105 Total
The T.I.M.E. Organization, Inc.
Windsor Mill, MD
BCDSS/CWS-21-077
$6,600,610 (Base)
This Contract was not renewed.
R. Willie Group LLC (SBR)
Randallstown, MD
BCDSS/CWS-21-078-A5
ADPICS No.: COK46242
$2,000,000 (Base)
$0 (Mod. #1: Extension 07/01/2022 - 06/30/2023;
Delegated Authority - DHS, 06/23/2022)
$2,000,000 (Mod. #2: Added funding due to increase in
referrals; DGS 37-S-MOD, 12/07/2022)
$2,000,000 (Mod. #3: Extension 07/01/2023 -
12/31/2023 and added a six-month renewal option; DGS
46-S-MOD, 06/07/2023)
$2,000,000 (Renewal Option #1: 01/01/2024 -
06/30/2024;
DGS 24-S-OPT, 12/13/2023)
$6,000,000 (Total of Prior Options/Mod)
$2,000,000 (6-month extension)
$10,000,000 Total
199
OSP 86
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
43-S-MOD. SERVICES MODIFICATION (cont’d)
ATTACHMENT I
Awards
Amounts
Diamonds on the Rise, Inc.
Baltimore, MD
BCDSS/CWS-21-080-A4
ADPICS No.: COK46216
$2,000,000 (Base)
$0 (Mod. #1: Extension 07/01/2022 - 06/30/2023;
Authority - DHS, 06/23/2022)
$500,000 (Mod. #2: Extension 07/01/2023 -
12/31/2023 and added a six-month renewal option;
DGS 46-S-MOD, 06/07/2023)
$500,000 (Renewal Option #1: 01/01/2024 -
06/30/2024;
DGS 24-S-OPT, 12/13/2023)
$1,000,000 (Total of Prior Options/Mod)
$500,000 (6-month extension)
$3,500,000 Total
Thoughtful Minds and Creating
Solutions LLC
Owings Mills, MD
BCDSS/CWS-21-081-A4
ADPICS No.: COK45942
$1,297,380 (Base)
$0 (Mod. #1: Extension 07/01/2022 - 06/30/2023;
Delegated Authority - DHS, 06/23/2022)
$498,225 (Mod. #2: Extension 07/01/2023 -
12/31/2023 and added a six-month renewal option;
DGS 46-S-MOD, 06/07/2023)
$498,225 (Renewal Option #1: 01/01/2024 -
06/30/2024;
DGS 24-S-OPT, 12/13/2023)
$996,450 (Total of Prior Options/Mod)
$498,225 (6-month extension)
$2,792,055 Total
200
OSP 87
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Amanda Hendrix 443-469-5780
amandam.hendrix@maryland.gov
44-S-MOD. SERVICES MODIFICATION
Department of Public Safety and Correctional Services
Contract ID: Inmate Litigation Civil Rights Assistance; Q0019005
ADPICS No.: COK41684
Contract Approved: DBM 12-S, 06/05/2019
Contract Description: Provide legal assistance in certain civil matters to inmates in the custody
of the agency in accordance with constitutional rights. Assistance is provided regardless of
whether the potential court jurisdiction is a Maryland court, federal court, or an administrative
agency.
Modification Description: Extend the contract to allow time to complete a new procurement.
Award: Prisoner Rights Information System of Maryland, Inc.;
Chestertown MD
Original Contract Term: 07/01/2019 - 06/30/2024
Modification Term 07/01/2024 - 12/31/2024
Original Contract Amount: $5,646,000
Modification Amount $617,504.42
Prior Options/Mods: N/A
Total Contract Amount: $6,263,504.42
Percent +/- (This Item): 10.94%
Total Percent Change: 10.94%
Original Procurement Method: Competitive Sealed Proposals
MBE/VSBE Participation: 15.2% / 1%
MBE/VSBE Compliance: 15.529% / 0.544%
201
OSP 88
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
44-S-MOD. SERVICES MODIFICATION (cont’d)
Performance Security: No
Requesting Agency Remarks: The solicitation process for the replacement contract has taken
longer than initially anticipated, leading to unforeseen delays in the procurement process.
Under the Federal court consent decree Carter v. Kamka, Civil Action No. AMD-72-642, the State
is required to provide incarcerated individuals with access to the courts in cases concerning
conditions of confinement, sentence calculations and litigation of basic constitutional rights under
42 U.S.C. § 1983. As a constitutional right, DPSCS is required to provide incarcerated individuals
that are housed in DPSCS facilities/institutions with access to civil rights litigation assistance
pertaining to their criminal convictions. This assistance includes Federal habeas corpus petitions
and civil rights actions for the vindication of fundamental civil rights.
The vendor is committed to meeting the established 1% VSBE participation by the end of the
contract. The Department is confident they will meet or exceed the VSBE participation.
Fund Source: 50% General Funds, 50% Special Funds (Inmate Welfare Fund)
Approp. Code: Q00A0101
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
202
OSP 89
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Raelene Glasglow 410-767-7050
raelene.glasgow3@maryland.gov
45-S-MOD. SERVICES MODIFICATION
Department of Labor, Unemployment Insurance
Contract ID: Virtual Call Center Agent for Unemployment Insurance Division; LABOR-
FY2020-023
ADPICS No.: COK47647
Contract Approved: Secretary’s Agenda A-6, 08/12/2020
Contract Description: Virtual call agents to assist the Unemployment Insurance Division during
the COVID-19 pandemic.
Modification Description: Extend the contract to allow time to award the new procurement and
add additional funding.
Award: Accenture; Austin, TX
Original Contract Term: 04/15/2020 - 12/31/2020
Modification Term: 07/01/2024 - 12/31/2024
Original Contract Amount: $19,557,000
Modification Amount: $13,103,000
Prior Mods: $ 2,802,500 (Mod. #1: Increase number of virtual call agents;
Secretary’s Agenda A6, 08/12/2020)
$ 79,795,200 (Mod. #2 and #3: Increase number of virtual call
agents and extend the contract 12/18/2020 - 08/31/2021;
Secretary’s Agenda A6, 02/24/2021)
$ 6,826,254 (Mod. #4: Increase number of virtual call agents;
Secretary’s Agenda A3, 08/11/2021)
$ 50,998,687 (Mod. #5: Extend contract 07/15/2021 - 12/31/2021;
Secretary’s Agenda A3, 08/11/2021)
$98,298,750 MOD #6 (Extension 01/01/2022 - 06/30/2022)
DGS 52-IT-MOD, 12/15/2021)
$97,759,100 (Renewal Option #1 07/01/2022 - 12/31/2022)
DGS 60-IT-OPT, 06/08/2022)
203
OSP 90
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
45-S-MOD. SERVICES MODIFICATION (cont’d)
-$64,730,000 (Mod #8: Extension 01/01/2023 - 12/31/2023; DGS
38-S-MOD 12/07/2022)
$0 (Mod. #9: Extension 01/01/2024 - 06/30/2024
Delegated Authority - LABOR, 11/08/2023)
Total Contract Amount: $304,410,491
Percent +/- (This Item): 67.00%
Total Percent Change: 1456.53%
Original Procurement Method: Emergency Procurement
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Performance Security: No
Requesting Agency Remarks: The contractor uses a conversational, self-service virtual agent to
interface via the State’s website. Ongoing support is still needed to handle the high volume of calls
as well as assist with new claims that are being processed daily. This extension is necessary to
allow sufficient time to transition from the current phone and texting system to the new Omni
Channel Contact Center System (LOCCS), which is anticipated to be implemented by November
2024.
Due to the COVID-19 pandemic and the CARES Act law being passed on March 27, 2020, there
was a huge increase in unemployment claims. In an effort to serve Maryland citizens effectively
and quickly; the Maryland Department of Labor contracted with Accenture on April 13, 2020,
under the emergency procurement process to serve Maryland citizens effectively and quickly. No
MBE or VSBE participation was established to complete the procurement process as quickly as
possible..
Fund Source: 100% Federal Funds Approp. Code: P008Z801
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
204
OSP 91
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Alison Barry 667-203-9095
alison.barry@maryland.gov
46-S-MOD. SERVICES MODIFICATION
Department of Health, Prevention and Health Promotion Administration
Contract ID: Electronic Claims Management System; OPASS-17-15997
ADPICS No.: COK43613
Contract Approved: DoIT 8-IT, 05/25/2016
Contract Description: Continued support and maintenance for the Electronic Claims
Management System (eCMS). This is a proprietary claims processing system used to process
medical claims by three MDH programs, the Breast and Cervical Cancer Diagnosis and
Treatment (BCCDT) Program, the Kidney Disease Program (KDP), and the Children’s Medical
Services (CMS) Programs.
Modification Description: Extend the contract because the programs are still in the process of
developing and implementing a modern, new Salesforce based system.
Award: Santeon Inc., Reston, VA
Original Contract Term: 07/01/2016 - 06/30/2021
Modification Term: 07/01/2024 - 06/30/2025
Original Amount: $2,272,620
Modification Amount: $442,980
Prior Options/Mods: $783,240 (Mod. #1 Extension 07/01/2021 - 06/30/2023; DGS
16-S-MOD 06/16/2021)
$ 0 (Mod. #2 Extension 07/01/2023 - 08/31/2023 Delegated
Authority - MDH 06/07/2023)
$0 (Mod#3 Extension 09/01/2023 - 09/30/2023 Delegated Authority
- MDH 08/10/2023)
$421,580 (Mod#3 Extension 10/01/2023 - 06/30/24; DGS 23-S-
MOD, 09/06/2023)
Total Contract Amount: $3,920,420
205
OSP 92
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
46-S-MOD. SERVICES MODIFICATION (cont’d)
Percent +/- (This Item): 19.49%
Total Percent Change: 72.51%
Original Procurement Method: Sole Source
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Performance Security: No
Requesting Agency Remarks: This extension is necessary for the continuity of operations while
development and testing continue for a new, modern Salesforce based system.
The Prevention and Health Promotion Administration has been working with the Department of
Health’s Office of Enterprise Technology (OET) on the plan for the new system. MDH OET
recruited the services of an outside vendor, using a DoIT statewide contract to perform a system
modernization to replace the current system. The initial vendor was pulled from the project in
May 2022. MD THINK is currently working on completing development of the Salesforce
solution but there have been unexpected delays.
MBE and VSBE participation were not established for this contract because there are no
subcontracting opportunities.
Fund Source: 50% General Funds, 50% Special Funds
(Cigarette Restitution Fund)
Approp. Code: M00F304
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
206
OSP 93
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Alison Barry 667-203-9095
alison.barry@maryland.gov
47-S-MOD. SERVICES MODIFICATION
Department of Health, Cancer and Chronic Disease Bureau
Contract ID: Quality Assurance and Data Management of the Maryland Cancer Registry;
OCMP-19-17786
ADPICS No.: COK46544
Contract Approved: DBM 2-S, 09/26/2018
Contract Description: Conduct quality assurance and database management services for the
Maryland Cancer Registry (MCR)
Modification Description: Extend the contract to allow time to complete the new procurement.
Award: Myriddian LLC; Baltimore, MD (MBE)
Original Contract Term: 01/01/2019 - 06/30/2023
Modification Term: 06/30/2024 - 06/30/2025
Original Contract Amount: $5,867,157
Modification Amount: $1,370,291
Prior Mods: $1,350,441 (Mod. #1: Extension 07/01/2023 - 06/30/2024 DGS
17-S-MOD, 06/21/2023)
Total Contract Amount: $8,587,889
Percent +/- (This Item): 23.36%
Total Percent Change: 46.37%
Original Procurement Method: Competitive Sealed Proposals
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
207
OSP 94
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
47-S-MOD. SERVICES MODIFICATION (cont’d)
Performance Security: No
Requesting Agency Remarks: The Request for Proposals (RFP) for the new procurement was
issued on November 14, 2023, and the evaluators received the proposals on March 12, 2024. Per
the RFP, a two month transition period is required prior to the start of the next contract. This
would have required that the next contract be approved by May 1, 2024, a deadline which was not
feasible.
MDH is seeking an extension of the current contract to ensure that services provided by the existing
vendor are not disrupted. An extension is requested to maintain the deliverables schedule and
timeline to ensure the submission of timely, complete, and accurate data to the National Program
of Cancer Registries and North American Association of Central Cancer Registries.
This contract provides quality assurance and database management services for the Maryland
Cancer Registry (MCR). These services include registration and processing of cancer and benign
brain and central nervous system tumor reports for Maryland residents and non-residents
diagnosed or treated in Maryland; quality assurance activities; preparation of reports; data
processing; providing technical training for reporting entities in Maryland; and submitting
Maryland data to the Centers for Disease Control and Prevention’s National Program of Cancer
Registries, and the North American Association of Central Cancer Registries.
MBE and VSBE participation were not established for this contract because there are no
subcontracting opportunities.
Fund Source: 71.9% General Funds, 23.8 % Special Funds (Cigarette Restitution
Fund), 4.3% Federal Funds
Approp. Code: F0304
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
208
OSP 95
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Christopher Grieco 443-370-6705
christopher.grieco@maryland.gov
48 -S-MOD. SERVICES MODIFICATION
Department of Natural Resources
Contract ID: Landscaping and Soil Testing Services Agreement; K00B1600091
ADPICS No.: COK43330
Contract Approved: Maryland Stadium Authority (MSA), 04/07/2020
Contract Description: Landscaping and Soil Testing Services Agreement to provide cutting,
fertilizing, irrigating, soil and compaction testing and treatment services necessary to assist in the
establishment and maturation of the recently installed turf surfaces of the Fair Hill Special Event
Zone and racetrack.
Modification Description: Increase funding and extend the contract to allow time to complete
the new procurement. The extension will ensure the critical continuity of landscaping and soil
testing services at the Fair Hill Special Event Zone, which is a world-class equestrian sport
complex that attracts tens of thousands of spectators from across Maryland, the tri-state region
and internationally.
Award: Ruppert Landscaping Inc.; Laytonsville, MD
Original Contract Term: 04/07/2020 - 04/06/2021 (w/one 1-year renewal option)
Modification Term: 07/01/2024 - 06/30/2025
Original Amount: $ 917,066.54
Modification Amount: $1,500,000.00
Prior Mods/Options: $0 (Mod #1: Extension 04/07/2021 - 06/30/2021 to allow for
transition of contract from MSA to DNR and commence with the
renewal option, Delegated Authority - DNR 04/07/2021)
$917,066.54 (Renewal Option #1 07/01/2021 - 06/30/2022, DGS
39-S-OPT 05/19/2021)
$365,866.92 (Mod #2: Increase funding DGS 35-S-MOD
12/15/2021)
$0 (Mod #3: Extension 07/01/2022 - 08/10/2022, Delegated
Authority - DNR 05/23/2022)
209
OSP 96
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
48-S-MOD. SERVICES MODIFICATION (cont’d)
$1,300,000 (Mod #4: Increase funding and extension 08/11/2022 -
04/06/2023 DGS 20-S-MOD 07/27/2022)
$1,300,000 (Mod. #5: Extension 04/07/23 - 06/30/24 DGS
30-S-MOD, 04/05/23)
Total Contract Amount: $6,300,000
Percent +/- (This Item): 163.57%
Total Percent Change: 586.97%
Original Procurement Method: Competitive Sealed Proposals
MBE/VSBE Participation: 5% / 0%
MBE/VSBE Compliance: 4.156% / 0%
Requesting Agency Remarks: The Fair Hill Special Event Zone is managed by the DNR, is a
world class equestrian sport venue that has undergone significant capital development in recent
years, through public and private investment, providing the State of Maryland with a suitable
facility to host the annual Maryland 5-Star event, as well as steeplechase racing, timber racing, etc.
It is expected that the venue will continue to attract high-profile equestrian events serving as a
source of revenue for DNR while providing a positive economic impact to Cecil County.
The Maryland 5-Star Event is competed at the highest level within the sport of Three-Day
Eventing, which is sanctioned by an international governing body known as the Fédération
Equestre Internationale (FEI). FEI has sanctioned only two, five-star events in the US and seven
total in the entire world, one of which being Fair Hill’s Maryland 5-Star event. FEI continually
reviews venues hosting five-star events to ensure compliance with standards for events at this
highest level of competition, and proper footing is a primary factor. As future approval is only
granted if these standards are met, it is crucial to continue to receive the same standard of care it
has experienced throughout the prior service years.
Beyond the Maryland 5-Star Event, it is expected that additional equestrian events such as
steeplechase, timber, and flat racing and regular training activities will be added to the annual
calendar beginning in the upcoming 2024 service year. While it is anticipated that these added
events will generate further revenue for the State of Maryland, there will be a corresponding
increase to the required facility maintenance.
210
OSP 97
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
48-S-MOD. SERVICES MODIFICATION (cont’d)
Agency Remarks (cont’d):
Continued and consistent turf management, landscape services, and soil testing are essential in
establishing and maintaining the high standard required of this venue, which was complimented
as having the “best footing in the world” during the 2023 Maryland 5-Star event. T
The new procurement was delayed due to the complicated nature of this procurement, the
continued refinement of the scope of work, and the significant overturn of personnel within DNR
and the Maryland Park Service during the past 12-months.
Fund Source: 100% Special Funds (Program Open Space)
Approp. Code: PCA DD402
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
211
OSP 98
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Allison Barry 410-767-6819
alison.barry@maryland.gov
49-S-MOD. SERVICES MODIFICATION
Department of Health, Medical Care Programs- Office of Finance
Contract ID: Medicaid Agreed Upon Procedures Related to Accounting and Consulting Services
for Managed Care Organizations and Disproportionate Share Hospitals ; OPASS 22-18952
ADPICS No.: COK32841
Contract Approved: DGS Item 50-S, 12/15/2021
Contract Description: Provide Medicaid Agreed Upon Procedures (AUP); Related Accounting
and Consulting Services for Managed Care Organizations (MCO) and Disproportionate Share
Hospitals (DSH).
Modification Description: Modify additional services for separate agreed upon procedures
reviews that are focused on MCO claims processing when an MCO has findings related to claims
processing in the HealthChoice Financial Monitoring Report (HFMR) agreed-upon procedures;
the review is already performed under this contract.
Award: Myers and Stauffer, LC: Owings Mills, MD
Original Contract Term: 01/06/2022 – 12/31/2027 (w/one 2-year renewal option)
Modification Term: 06/06/2024 - 12/31/2027
Original Contract Amount: $10,173,866
Modification Amount: $1,252,383
Total Contract Amount: $11,426,249
Percent +/- (This Item): 12.31%
Total Percent Change: 12.31%
Prior Mods/Options: N/A
Original Procurement Method: Competitive Sealed Proposals
212
OSP 99
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
49-S-MOD. SERVICES MODIFICATION (cont’d)
MBE/VSBE Participation: 25% / 1%
MBE/VSBE Compliance: 30.265% / 0.672%
Performance Security: No
Requesting Agency Remarks: The Centers for Medicare and Medicaid Services (CMS) requires
an independent Agreed Upon Procedures (AUP) Review to be conducted for all Managed Care
Organizations (MCO) to calculate, report, and use in the development of actuarially sound rates as
stated in Article 42 CFR 438.8. This contract provides desk reviews and audits of the Cost Reports
of Providers of health care to Medical Assistance participants to assure compliance with applicable
laws and regulations and as the basis for rate setting and making Cost Settlements.
The contractor conducts MCO AUP Reviews for all MCO Providers to be able to assure the State
that the expenditures of each MCO are accurately reported in accordance with appropriate
regulations. For example, for states to receive Federal Financial Participation (FFP) for
Disproportionate Share Hospitals (DSH) payments, federal law requires states to submit an
independent certified audit and an annual report to CMS describing DSH payments made to each
DSH hospital. The report must identify each disproportionate share hospital that received a DSH
payment adjustment and provide any other information the federal government needs to ensure the
appropriateness of the payment amount.
This modification will assist the Department in remaining compliant with the Office of Legislative
Auditor's request for more stringent oversight as well as ensure that Medicaid claims are paid
appropriately.
Fund Source: 50% General Funds, 50% Federal Funds
Approp. Code: M00Q0103
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
213
OSP 100
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Rachel Cruse 443-467-8549
rachel.cruse1@maryland.gov
50-S-MOD. SERVICES MODIFICATION
Department of Commerce
Contract ID: Small Business Development Financing Authority Lending Program;
T00B4600009
ADPICS No.: T00B4600009
Contract Approved: DGS 100-S, 04/03/2024
Contract Description: Manage the Maryland Small Business Development Financing Authority
(MSBDFA) Program.
Modification Description: Provide BPW with the correct amount of the contract shown on the
previously approved agenda item. The correct amount of the contract should be $6,368,204.77 to
reflect all four functional areas.
Award: Meridian Management Group, Inc., Baltimore, MD
(Functional Areas I, II, III, & IV)
Original Contract Term: 04/15/2024 - 12/31/2026
Modification Term: 06/06/2024 - 12/31/2026
Original Contract Amount: $6,368,204.77
Modification Amount: $0
Prior Options/Mods: N/A
Total Contract Amount: $6,368,204.77
Percent +/- (This Item): 0%
Total Percent Change: 0%
Original Procurement Method: Competitive Sealed Proposals (Single Proposal Received)
Living Wage Eligible: Yes
214
OSP 101
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
50-S-MOD. SERVICES MODIFICATION (cont’d)
MBE/VSBE Participation: 15% / 0%
MBE/VSBE Compliance: 0% / 0%
Performance Security: No
Hiring Agreement Eligible: Yes
Requesting Agency Remarks: The fully executed contract signed by all parties states the amount
of the contract is $6,368,204.77. The original BPW action agenda item presented on the April 3,
2024, agenda, incorrectly stated that the total was $2,310,261.50. As a result of this error,
Commerce requests to modify the contract by changing the Total amount of the item. This
modification does not change the total aggregate value of the underlying contract.
The contract will manage the existing MSBDFA portfolio and use funds appropriated to make
loans, investments, loan guarantees, and surety bonds to Eligible Businesses. The current portfolio
size as of June 30, 2022, consists of 128 transactions, totaling $23.7 million guaranteed for $3.5
million with a Maximum Exposure of $21.2 million.
Fund Source: 100% Special Funds (Maryland Small Business Development
Financing Authority)
Approp. Code: T00F0003
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
215
OSP 102
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Ronald Colbert 443-540-0929
ronald.Colbert@maryland.gov
51-IT. INFORMATION TECHNOLOGY
Department of Juvenile Services
Contract ID: Juvenile Cases Management and Electronic Health Record Systems; 24-IT-HQ-
008
ADPICS No.: V00B4600027
Contract Description: Case management and electronic health record (EHR) system to track
youth and families under supervision.
Award: FEI Com, Inc.; Columbia, MD
Contract Term: 07/1/2024* – 06/30/2027 (w/two 1-year renewal options)
(*Or earlier upon BPW approval)
Amount: $3,476,077.00 (Base Term)
$1,226,758.84 (Renewal Option #1)
$1,263.561.61 (Renewal Option #2)
$5,966.387.45 Total
Procurement Method: Sole Source
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Hiring Agreement Eligible: Yes
Incumbent: Same
Requesting Agency Remarks: Staff and our partners depend on the integrated case management
systems. The systems work in tandem to provide our staff and partners with the tools necessary to
effectively perform their jobs. Customized applications, including a Treatment Service Plan,
Educational Services tracking, Sanctions/Incentives modules, and document management
integration are an essential part of the Department’s success in treating our youth.
216
OSP 103
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
51-IT. INFORMATION TECHNOLOGY (cont’d)
Agency Remarks (cont’d):
Replacing the METS/WITS system is cost prohibitive. Should the Department be required to
obtain the services from another provider it would include database development, software
customization, data migration, and training involved for a brand new system. The initial estimate
of a new system far exceeds the cost of maintaining the existing METS/WITS application. DJS
considers not only the monetary cost of replacing this system, but the personnel costs of our staff
testing, learning and implementing a new system.
FEI Com, Inc. has a proven track record of communication, timely delivery, and an understanding
of the unique business environment facing DJS. They are the sole provider and developer of the
Web Infrastructure for Treatment Services (WITS) software platform. As the sole provider and
developer, FEI Com, Inc. is the only vendor that can provide support, maintenance, and
development services. Finally, the labor rates were compared to the standard rates negotiated by
the State for the CATS+ labor rates. The rates FEI are more cost beneficial. The results from
comparable items, historical pricing, and market pricing indicated the price was fair and reasonable
MBE and VSBE participation were not established for this contract because there are no
subcontracting opportunities.
Fund Source: 100% General Funds
Approp. Code: $1,126,672 D0201 24 1280 0863 11280
$1,158,367 D0201 25 1280 0863 11280
$1,191,028 D0201 26 1280 0863 11280
Resident Business: Yes
MD Tax Clearance: 24-1218-1110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
217
OSP 104
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Yasin Mohammed 410-767--3586
yason.mohammed@maryland.gov
52-IT. INFORMATION TECHNOLOGY
Department of General Services, Office of State Procurement
Contract ID: Meeting Live Streaming and Hosting Services; 001B3600059
ADPICS No.: 001B3600059
Contract Description: Meeting, live streaming, and hosting services for various agencies.
Award: Town Hall Streams; York, ME
Contract Term: 07/06/2024 - 07/05/2029
Amount: $84,360
Procurement Method: Competitive Sealed Proposals
(Single Qualified Proposal Received)
Proposals:
Offerors
Technical
Rankings
Financial Offers
Overall
Rankings
Town Hall Streams, York, ME
1
$84,360
1
*Technical rankings were weighted greater than financial rankings.
MBE/VSBE Participation: 0% / 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 December 1, 2022. A total of 35
potential contractors were solicited. Five proposals were received on February 22, 2023 and one
was determined to be reasonably susceptible of being selected for award. Four were determined
to be not reasonably susceptible of being selected for award because two proposals lacked
sufficient detail and provided minimal responses, one did not accept all the requirements outlined
in the RFP or the terms and conditions, and one proposal withdrew because it no longer offered
what was being solicited. The recommended offeror Town Hall Streams was determined to be
most advantageous to the State Their solution aligns with the state's needs, providing unlimited
streaming and storage, closed captioning, playback, and document hosting.
218
OSP 105
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
52-IT. INFORMATION TECHNOLOGY (cont’d)
Agency Remarks (cont’d):
The price was determined to be fair and reasonable because the proposed price is the same as the
previous contract.
MBE and VSBE participation were not established for this contract because there are no
subcontracting opportunities.
Fund Source: Various (Using Agencies)
Approp. Code: Various (Using Agencies)
Resident Business: No
MD Tax Clearance: 23-0023-0000
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
219
OSP 106
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Donna DiCerbo 410-537-7814
ddicerbo@mdta.state.md.us
53-IT. INFORMATION TECHNOLOGY
Maryland Transportation Authority
Contract ID: Next Generation E-ZPass Technology Transponders; J01B3600015/
J01B3600016
ADPICS Nos.: J01B3600015/ J01B3600016
Contract Description: Two contracts for Electronic Toll Collection Equipment and Services
including E-ZPass Transponders, Readers, and Antennas used to collect toll revenue from bridges
and tunnels.
Awards: Kapsch TrafficCom USA Inc.; Duluth, GA
TransCore, L.P.; Nashville, TN
Contract Term: 06/06/2024 - 04/29/2029 (w/three 1-year renewal options)
Amount: $38,114,196.00 NTE (Each awardee)
$76,228,392.00 Total
Renewal Options are for time only. MDTA intends to award the
full NTE value.
Procurement Method: Intergovernmental Cooperative Purchasing Agreement
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Incumbents: None
Requesting Agency Remarks: MDTA is a member of the E-ZPass Interagency Group (IAG) which
is an association of 38 toll agencies in 19 states operating the E-ZPass electronic toll collection
program. The mission of the IAG is to enable E-ZPass members and affiliated toll operators to
provide the public with a seamless, accurate, interoperable electronic method of paying tolls and
fees while preserving and enhancing the E-ZPass program.
Due to the purchasing potential, bulk discounts for large volume purchases are extended by
vendors to the members utilizing the IAG contracts. Currently, IAG members purchase
approximately 3-4 million transponders annually, thus the MDTA is able to benefit from the
collective purchasing volume of the significantly larger E-ZPass group.
220
OSP 107
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
53-IT. INFORMATION TECHNOLOGY (cont’d)
Agency Remarks (cont’d):
In April 2022, the IAG awarded its “Next Generation” Toll Collection Technology Contract as a
vehicle to promote competitive pricing and options for all states that utilize Electronic Toll
Collection as members of the IAG.
No MBE or VSBE participation was established for this contract as it is the purchase of
transponder hardware and carries no subcontracting opportunities.
Fund Source: 100% Special Funds (Toll Revenue)
Approp. Code: J00.J00.41
Resident Business: No
MD Tax Clearance: 24-0822-1111- Kapsch TrafficCom USA Inc.
24-0823-1110 - TransCore, L.P.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
221
OSP 108
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Jada Wright 410-545-0330
jwright18@mdot.maryland.gov
54-IT. INFORMATION TECHNOLOGY
Department of Transportation
Contract ID: Carlson Software; SS-OIT-FY24-008
ADPICS No.: J02P4600055
Contract Description: Carlson software is used within the Plats and Surveys Division to perform
advanced survey computations and calculations, process field-run topographic data from
multiple survey instrumentation, process lidar point clouds, perform right-of-way plat
computations, analyze cross-section data and other complex survey functions. This program will
also allow users to review and evaluate survey data collected by other surveyors to validate
survey deliverables regardless of the CADD platform.
Award: Carlson Software Inc., Maysville, KY
Contract Term: 07/01/2024 - 06/30/2025
Amount: $165,025
Procurement Method: Sole Source
Living Wage Eligible: Yes
DBE/VSBE Participation: 0% / 0%
Performance Security: No
Incumbents: N/A
Requesting Agency Remarks: In 2021, The Office of Highway Development began a pilot project
to comply with the Federal Highway Administration (FHWA) requirement to prepare CADD
drawings and transportation designs to fully integrate in a true 3D environment. To comply with
this requirement, Office of Highway Design (OHD) and Plats and Surveys Division (PSD)
evaluated software survey capabilities.
Market research was conducted and OHD and PSD reached out to DOT counterparts in both
Virginia and Pennsylvania for their recommendations. Both PennDOT and VDOT are now using
Carlson Software for their surveying and mapping software solutions. OHD and PSD found
Carlson Software to be the only product to meet functional requirements.
222
OSP 109
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
54-IT. INFORMATION TECHNOLOGY (cont’d)
Agency Remarks (cont’d):
SHA conducted a price analysis comparing similar software, while the initial cost of Carlson
Software is higher in year one, years 2 - 5 show a price difference of 143.1% and a cost savings of
$366,641 over five years, which is a 59.82% savings to the state. The price was determined to be
fair and reasonable.
Fund Source: 100% Special Funds (Mobile and Terrestrial LiDAR Data
Collection)
Approp. Code: 83600
Resident Business: No
MD Tax Clearance: 24-0655-1101
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
223
OSP 110
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Christina Kuminski 410-767-4787
christina.kuminski@maryland.gov
55-IT-OPT. INFORMATION TECHNOLOGY OPTION
Department of Budget and Management
Contract ID: Benefits Administration System; F10B0600060
ADPICS No.: COK48965
Contract Approved: DoIT 23-IT, 07/01/2020
Contract Description: Maintenance services from MS Technologies on a sole source basis
procurement because the contractor owns the base source code for the BAS system with all
enhancements to the system being inextricably linked to the proprietary source code.
Option Description: Exercise the sole renewal option.
Award: MS Technologies Corporation (MST); Rockville, MD
(MBE) (Certified Small Business)
Original Contract Term: 07/02/2020 - 06/30/2024 (w/one 5-year renewal option)
Option Term: 07/01/2024 - 06/30/2029
Original Contract Amount: $1,944,000
Option Amount: $2,575,800
Total Contract Amount: $4,519,800
Percent +/- (This Item): 132.50%
Total Percent Change: 132.50%
Prior Mods/Options: No
Original Procurement Method: Sole Source (Proprietary)
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
REVISED
224
OSP 111
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
55-IT-OPT. INFORMATION TECHNOLOGY OPTION (cont’d)
Requesting Agency Remarks: This renewal option is determined to be in the best interest of the
State because it will allow the State to conduct a re-procurement process that will promote
administrative efficiencies and the opportunity for more competitive pricing for the State; and
facilitate a successful transition between the current contractor and a future contractor.
MBE and VSBE participation was not established for this contract because there are no
subcontracting opportunities available.
Fund Source: 100% Reimbursable (Employee Benefits Division)
Approp. Code: A0202
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
225
OSP 112
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Nneka Willis-Gray 410-767-7675
nneka.willisgr[email protected]
56-IT-OPT. INFORMATION TECHNOLOGY OPTION
Department of Human Services, Office of Technology for Human Services
Contract ID: Electronic Benefit Transfer System and Support; OTHS/EBT-15-001-A7
ADPICS No.: COK46575
Contract Approved: DoIT 3-IT, 12/17/2014
Contract Description: Implement, operate and maintain web-based Electronic Benefits Transfer
System and support for DHS critical assistance program which provides services to 40,000
Maryland residents receiving Cash and Supplemental Nutrition Assistance Program (SNAP).
Option Description: Exercise the first six-month options added as part of Mod. #4 to start the
transition to the new contract.
Award: Conduent State & Local Solutions, Inc.; Washington, DC
Original Contract Term: 01/01/2015 - 06/30/2019 (w/two 2-year renewal options)
Option Term: 07/01/2024 - 12/31/2024
Original Contract Amount: $12,257,508
Option Amount: $3,660,124
Prior Options/Mods: $ 0 (Mod. #1 Replace MBE Subcontractor. Delegated Authority -
DHS, 11/16/2018)
$ 6,451,337 (Renewal Option #1 07/01/2019 - 06/30/2021 DoIT 2-
IT, 05/08/2019)
$11,480,767 (Renewal Option #2 07/01/2021 - 06/30/2023 and add
additional pandemic related (P-EBT) funding, DGS 45-
ITMOD/OPT, 05/19/2021)
$0 (Mod #2 Remove MBE Subcontractor and replace another
MBE subcontractor. Delegated Authority - DHS, 03/12/2020)
$17,486,529 (Mod #3 Add funding to provide federal P-EBT
benefits, DoIT 48-IT-MOD, 12/01/2021)
$7,142,604 (Mod #4: Extension 07/01/2023 - 06/30/2024 (w/two
6-month renewal options) DGS 54-IT MOD, 06/07/2023)
226
OSP 113
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
56-IT-OPT. INFORMATION TECHNOLOGY OPTION (cont’d)
Total Contract Amount: $58,478,869
Percent +/- (This Item): 29.86%
Total Percent Change: 377.09%
Original Procurement Method: Competitive Sealed Proposals
Living Wage Eligible: Yes
MBE/VSBE Participation: 10% / 4%
MBE/VSBE Compliance: 7.762% / 9.563%
Performance Security: Yes
Hiring Agreement Eligible: Yes
Requesting Agency Remarks: The Family Investment Administration (FIA) is the largest service
program within DHS, accounting for 67% of the Department’s $4.1 billion budget and serves an
average of 943,000 Marylanders annually. The FIA team administers federal economic assistance
programs that ensure seniors don’t have to choose between buying medicine they need and paying
their rent. We help struggling families put food on the table. We help keep children in their homes.
We foster meaningful connections to workforce development and career opportunities, so
Maryland does not continue to leave potential on the table. And we serve to unlock opportunities
for Marylanders, particularly in communities that are underestimated and underserved.
Maryland’s method for serving 943,000 Marylanders is the Electronic Benefit Transfer System
(EBT). Through the EBT system, over 382,000 households access Supplemental Nutrition Access
Program (SNAP) benefits and over 32,000 households access cash benefits. The EBT card is
called the Independence Card. It is a debit-type card that can access SNAP and/or cash benefits
that are deposited into an EBT food or EBT cash account of a customer each month. Once benefits
are deposited into an EBT account and the availability date is reached, the customer can begin
using them with their Independence Card. The Independence Card can be used at any retailer
authorized by the United States Department of Agriculture (USDA) Food and Nutrition Service
(FNS) or Automated Teller Machine (ATM) in the United States, Guam and the Virgin Islands
displaying the Quest® logo. The cardholder must use a four-digit Personal Identification Number
(PIN) with the Independence Card to authenticate each transaction.
227
OSP 114
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
56-IT-OPT. INFORMATION TECHNOLOGY OPTION (cont’d)
Agency Remarks (cont’d):
The new EBT system will directly contribute to our work in 2024 and through 2026. The Request
for Proposals (RFP) was solicited in September 2023 and incorporates the statutory requirements
of Senate Bill 2 (2023) of a next generation system that better secures people’s benefits. When
combined with our work in improving our customer service call center, MDTHINK system
improvements, the new EBT system will directly impact the Marylanders we serve and, we
believe, for the better and more effectively.
Implementation of the new EBT system will take approximately six months. The six-month
transition will require a full upgrade of the State’s EBT system.
Prior to February 7, 2020, the contractor was compliant and exceeded the MBE participation.
They replaced the MBE subcontractor in order to meet the required participation in 2022 and
were placed on a corrective action plan in March 2023. They have slowly, and steadily increased
their MBE participation since March 2023.
Fund Source: 25% General Funds, 75% Federal Funds
Approp. Code: N00F0004
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
228
OSP 115
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Melissa Leaman 410-697-9700
melissa.leaman@maryland.gov
57-IT-OPT. INFORMATION TECHNOLOGY OPTION
Department of Information Technology
Contract ID: Cloud Solutions Contract (NASPO Contract); F50B2600050
ADPICS No.: COK45134
Contract Approved: DGS 71-IT, 06/08/2022
Contract Description: Provide OKTA products and services to State agencies.
Option Description: Exercise the final renewal option.
Award: Carahsoft Technology Corporation; Reston, VA
Original Contract Term: 06/09/2022 - 06/30/2023 (w/two 1-year renewal options)
Option Term: 07/01/2024 - 06/30/2025
Original Contract Amount: $10,000,000
Option Amount: $5,231,691.17
Prior Options/Mods: $10,000,000(Renewal Option #1 07/01/2023 - 06/30/2024, DGS
53-IT-OPT, 06/07/2023)
Total Contract Amount: $25,231,691.17
Percent +/- (This Item): 52.32%
Total Percent Change: 152.32%
Original Procurement Method: Intergovernmental Cooperative Purchase Agreement
Contract: State of Utah/NASPO ValuePoint Cloud
Solutions #AR2472
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
229
OSP 116
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
57-IT-OPT. INFORMATION TECHNOLOGY OPTION (cont’d)
Requesting Agency Remarks: The State of Maryland, through the Department of Information
Technology (DoIT), is requesting approval to renew the participating addendum (Participating
Addendum) with Carahsoft Technology Corporation under the National Association of State
Procurement Officials Cloud Solutions Contract (NASPO Contract) for the purchase of OKTA
products and services. This NASPO Contract is available to State agencies nationwide, institutions
of higher education, cities, and counties and has been awarded by a public competitive
procurement process that is compliant with Maryland State statutes. Under the Participating
Addendum, Carahsoft has and will continue to provide the State with implementation and support
services, hosting, user licenses and limited access for OKTA. In addition to DoIT, the Department
of Public Safety and Correctional Services, Maryland Department of Transportation, Department
of Human Services, Maryland State Police, and Maryland Department of Health will make
purchases of OKTA from the Participating Addendum.
The NASPO contract did not include MBE participation and due to the nature of the Okta
requirements, there were no subcontracting opportunities.
Fund Source: 100% Special Funds (Cybersecurity Dedicated Purposes Account)
Approp. Code: N/A
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
230
OSP 117
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Derek Rost 410-260-7396
derek.rost@maryland.gov
58-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION
Department of Budget and Management
Contract ID: Capital Budget Analysis and Reporting; F10B4600013
ADPICS No.: F10B4600013
Contract Approved: DGS 68-IT, 04/03/2024
Contract Description: Expand the Enterprise Budget System (BARS) software with capital
budget functionality. The system is utilized by agency budget officers to manage the operating
budget statewide.
Modification Description: Provide BPW with the correct contract term. The original contract
term, DGS 68-IT 04/03/2024, incorrectly stated the term as 04/04/2024 - 09/30/2026. The correct
term is 04/04/2024 - 12/31/2026.
Award: Performa Software USA, Inc; Rockville, MD
Original Contract Term: 04/04/2024 - 12/31/2026
Modification Term: 06/06/2024 - 12/31/2026
Original Contract Amount: $ 4,031,318 NTE
Modification Amount: $0
Prior Options/Mods: N/A
Total Contract Amount: $ 4,031,318 NTE
Percent +/- (This Item): 0%
Total Percent Change: 0%
Original Procurement Method: Sole Source (Proprietary Continuity of Service)
Living Wage Eligible: Yes
MBE/VSBE Participation: 20% / 0%
MBE/VSBE Compliance: 0% / 0%
231
OSP 118
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
58-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
Performance Security: None
Requesting Agency Remarks: The Budget System (BARS) application uses a software package
developed by Performa Software USA, Inc. and is not widely used only in Tennessee and Virginia.
The contractor is the only one that has the experience to support BARS.
This contract will enhance the system to add capital projects and programs, long-term facilities
planning and reporting functionality. This was not included in the original solicitation when BARS
was first procured in 2016. Performa Software USA, Inc. is the only company that can expand the
operating budget system to the capital budget functionality without incurring the cost and
complexity of operating two distinct systems and support teams.
Fund Source:
100% General Funds
Approp. Code:
F10A06.01
Resident Business:
No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
232
OSP 119
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Amanda Hendrix 443-469-5780
amandam.hendrix@Maryland.Gov
59-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION
Department of Public Safety and Correctional Services
Contract ID: Electronic Patient Health Records System; Q00B9400090
ADPICS No.: COK41200
Contract Approved: DoIT 5-IT, 06/19/2019
Contract Description: Software licensing, maintenance, support, and customizations for the
Electronic Patient Health Record system.
Modification Description: Extend the contract and provide upgrades and enhancements to the
existing application to comply with the Duvall v. Moore settlement agreement to provide the
Department with time to complete a new contract and implement a new Electronic Patient Health
Records (EPHR) system.
Award: NextGen Healthcare, Inc.; Irvine, CA
Original Contract Term: 07/01/2019 - 06/30/2022
Modification Term 07/01/2024 - 06/30/2027
Original Contract Amount: $4,004,250.00
Modification Amount: $6,730,457.88
Prior Options/Mods: $2,669,500 (Mod #1. Extension and additional funds, 07/01/2022 -
06/30/2024. DGS 63-IT-MOD, 06/08/2022)
$ 49,500 (Mod #2. Additional support service hours to comply
with Duvall vs. Hogan consent decree and continue system
buildout before the 12/15/2022 go-live date; Delegated Authority -
DPSCS, 12/01/2022)
$2,719,419 (Mod #3. Enhance the existing application and
supporting hardware to comply with the legal requirements set
forth in the Duvall vs. Hogan consent decree. DGS 48-IT-MOD,
01/25/2023)
233
OSP 120
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
59-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
Total Contract Amount: $16,173,126.88
Percent +/- (This Item): 168.08%
Total Percent Change: 303.90%
Procurement Method: Sole Source
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Performance Security: No
Requesting Agency Remarks: On October 21, 2020 the Board of Public Works (BPW) approved
an implementation service contract, DGS 13-IT, 10/21/2020 to replace the outdated Electronic
Patient Health Records (EPHR) system. The contract was terminated for convenience after the
vendor failed to meet several critical milestones and was unable to implement corrective actions
to bring the project back into compliance. DPSCS then extended the contract with the incumbent
EPHR vendor, DGS 63-IT-MOD, 06/08/2022. The Department is currently working to procure,
develop, and implement the successor program, EPHR II, which will replace this legacy system.
The procurement for the EPHR II system is in progress.
The EPHR system is a mission critical tool that is used to document and manage medical
information for individuals within the Department’s custody. The Department is in the process of
replacing the legacy EPHR system through a new procurement but will need to implement a
modification to provide continuity of services to provide the Department with time to complete a
new contract and implement a new EPHR system. In addition, the modification is necessary to
provide enhancements to the legacy EPHR system to continue complying with the legal
requirements outlined in the Duvall v. Moore settlement agreement to avoid litigation and costly
penalties. The legal requirements outlined in the settlement agreement include process
improvement, training, system improvements, and enhanced reporting.
MBE and VSBE participation was not established for this contract because there are no
subcontracting opportunities.
234
OSP 121
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
59-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
Fund Source: 100% General Funds
Approp. Code: Q00A0101
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
235
OSP 122
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Raelene Glasgow 410-767-7050
raelene.glasgow3@maryland.gov
60-IT MOD. INFORMATION TECHNOLOGY MODIFICATION
Department of Labor, Division of Workforce Development and Adult Learning
Contract ID: Inmate Tablets for Correctional Education; P00B1600073
ADPICS No.: COK43518
Contract Approved: DGS 32-IT, 07/28/2021
Contract Description: A joint venture between the Department of Public Safety and Correctional
Services and the Department of Labor to procure IT services for and obtain 400 ADA compliant
tablets for students/inmate users within all State prisons in Maryland. The tablets will provide
access to evidence-based educational software programs, an electronic library, rehabilitation
software intended to target recidivism, software geared towards reentry, career exploration, job
search, and resume building abilities.
Modification Description: Extend the contract and add additional funding to allow time to
complete the new procurement.
Award: Orijin PBC formerly American Prison Data Systems, PBC;
New York, NY
Original Contract Term: 08/01/2021 - 07/31/2024
Modification Term: 08/01/2024 - 07/31/2025
Original Contract Amount: $2,392,490
Modification Amount: $680,430
Prior Mods: $365,988 (Mod. #1 Purchase an additional 236 tablets that will be
utilized at all seventeen State prisons. DGS 45-IT-MOD,
01/26/2022)
$0 (Mod. #2 Novation name change to Orijin PBC. Delegated
Authority - Labor, 02/21/2024)
Total Contract Amount: $3,438,908
Percent +/- (This Item): 28.44%
Total Percent + Change: 43.74%
236
OSP 123
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
60-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
Original Procurement Method: Competitive Sealed Proposals
MBE/VSBE Participation: 6% / 0%
MBE/VSBE Compliance: 22.605% / 0%
Performance Security: No
Requesting Agency Remarks: The agency experienced a change in procurement personnel and
new procurement officers were recently hired and assigned this procurement, which caused the
new procurement to be delayed. The Tablet Program’s short-term goal is to provide students with
the opportunity to use software that will help them cope with mental health issues and additional
recovery while transferring their thinking into positive outcomes as they learn and obtain
occupational skills and training. The current modification assures the ongoing software
development and connectivity to provide on-site support and provides high school equivalency
programs and job skills training.
Fund Source: 100% Reimbursable (Grant)
Approp. Code: P00G0113
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
237
OSP 124
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Donna DiCerbo 410-537-7814
ddicerbo@mdta.state.md.us
61-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION
Maryland Transportation Authority
Contract ID: MDTA Civil Rights and Compliance Information Management Software Solution
(IMSS); J01B1600006
ADPICS No.: COK41233
Contract Approved: DGS 33-IT, 05/11/2022
Contract Description: PRiSM Compliance Management Solution (PRiSM) for the MDTA’s
Division of Civil Rights and Fair Practices. PRiSM is a socioeconomic contract and program
compliance management software solution that streamlines and automates federally mandated
data-gathering, tracking/monitoring, reporting, vendor management, and compliance
administrative process.
Modification Description: Add funding for additional 200 PRiSM user license subscriptions and
replenish funding to the Miscellaneous Allowance line item.
Award: Insight Public Sector, Inc.; Chandler, AZ
Original Contract Term: 05/12/2022 – 05/11/2027
Modification Term: 06/06/2024 - 05/11/2027
Original Contract Amount: $ 638,826.78 NTE
Modification Amount: $ 450,000.00
Prior Options/Mods: N/A
Total Contract Amount: $1,088,826.78
Percent +/- (This Item): 70.44%
Total Percent Change: 70.44%
Original Procurement Method: Intergovernmental Cooperative Purchasing Agreement
(State of Utah/NASPO ValuePoint Cloud Solutions 2016 –
2026)
238
OSP 125
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
61-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Performance Security: No
Hiring Agreement Eligible: No
Requesting Agency Remarks:
The additional licenses are needed to facilitate the reporting requirements set forth by new State
mandates. These new mandates expand the reporting to include the reporting of Small Business
Reserve (SBR) goals, MBE goals, Veteran Owned Small Business Enterprise (VSBE) goals, and
MBE Subgoals of both Federal and State contracts.
The Miscellaneous Allowance Contract line item will be used to implement the unforeseen
mandated Federal and State Wages Reports for 12 jurisdictions, the creation of three custom
reports and upload of annual wage reports from Federal Department of Labor (DOL) and State
Department of Labor, Licensing and Regulation (LABOR). The Miscellaneous Allowance is in
anticipation of any future socioeconomic reporting requirements or program updates.
The MDTA is an independent State agency that acts on behalf of the Maryland Department of
Transportation (MDOT). The MDTA is responsible for financing, constructing, operating and
maintaining Maryland’s toll facilities. It also provides MDOT with conduit financing for other
revenue producing transportation projects.
MBE and VSBE participation were not established for this contract because it is the purchase of
additional software licenses and custom reports and carries no subcontracting opportunities.
Fund Source: 100% Special Funds (Toll Revenue)
Approp. Code: J00.J00.41
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
239
OSP 126
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Ron Colbert 443-540-0929
ronald.colbert@maryland.gov
62-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION
Department of Juvenile Services
Contract ID: Safe Measures Software Subscription; 21-IT-001
ADPICS No.: COK46623
Contract Approved: DGS 19-IT 06/17/2020
Contract Description: Case management software to provide real-time automated reporting for
communication, information collection, and analytics for the Department of Juvenile Services
(DJS).
Modification Description: Extend the contract to allow time to complete the new procurement.
Award: National Council on Crime and Delinquency Corporation;
Oakland, CA
Original Contract Term: 07/01/2020 - 06/30/2023
Modification Term: 07/01/2024 - 06/30/2025
Original Contract Amount: $665,400
Modification Amount: $261,460
Prior Options/Mods: $50,000 (Mod#1 Allow the necessary changes and development to
migrate Safe Measures analysis from ASSIST, Juvenile Services’
current case management system, to the new CJAMS management
system. Delegated Authority - DJS)
$246,660 (Mod#2 Extension 07/01/2023 - 06/30/2024 DGS 27-IT-
MOD, 06/21/2023)
Total Contract Amount: $1,223,520
Percent +/- (This Item): 39.29%
Total Percent Change: 83.88%
Original Procurement Method: Sole Source (Continuity of Service)
REVISED
240
OSP 127
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
62-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Performance Security: No
Requesting Agency Remarks: Because of staffing changes and DJS reorganization of its
Procurement Department, a new contract was not completed in time to meet the June 30, 2024 end
date of the current contract.
Safe Measures software has been used by DJS since 2011. Safe Measures is a real-time automated
reporting system used by DJS case managers and executive level administrators for
communication, information collection, and analytics.
DJS’ research has found no other software providing programs, technical assistance, and research
for social services that combines knowledge of juvenile justice, data analysis and Internet
technology. Furthermore, the purchase of a new software would require extensive retraining of
staff and additional funding to integrate the newly acquired software into the Informational
Technology infrastructure.
MBE and VSBE participation was not established for this contract because there are no
subcontracting opportunities available.
Fund Source: 100% General Funds
Approp. Code: V00D0201
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
241
OSP 128
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Amanda Sadler 301-429-7780
amanda.sadler@maryland.gov
63-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION
Department of Housing and Community Development,
Community Development Administration
Contract ID: Homeowner Assistance Fund Management System; S00B2600064
ADPICS No.: S00B2600064
Contract Approved: Secretary’s Agenda A-1, 03/09/2022
Contract Description: Support and manage the disbursement of Federal Homeowner Assistance
Funds (HAF) to eligible applicants. Also includes call center and staffing services.
Modification Description: Add labor categories and adjust estimated quantities of existing
contract labor categories to facilitate grant closeout work associated with the winding down of
the HAF grant program.
Award: Tetra Tech, Inc.; Maitland, FL
Original Contract Term: 10/28/2021 - 10/27/2026
Modification Term: 06/06/2024 - 10/27/2026
Original Contract Amount: $14,837,797.25
Modification Amount: $0
Prior Options/Mods: -$ 60,000 (Mod. #1 Eliminate payment processing as a part of the
contract’s scope of work. DGS 33-IT-MOD, 03/09/2022
$0 (Mod, #2 Facilitate migration of the software system to a
system managed by a different subcontractor. Delegated Authority
- DCHD, 05/16/2022)
$8,731,238.18 (Mod.#3 Equitable adjustments to rates of
compensation to the contractor for services involving recipient
eligibility reviews in light of changes to the way the HAF program
disburses financial assistance in order to expand the pool of
eligible recipients. DGS 39-IT-Mod, 4/19/23)
Total Contract Amount: $23,509,035.43
242
OSP 129
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
63-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
Percent +/- (This Item): 0%
Total Percent Change: 58.44%
Original Procurement Method: Emergency
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Performance Security: None
Requesting Agency Remarks: In December 2021, DHCD launched the American Rescue Plan
Act of 2021 (ARPA) funded Homeownership Assistance Fund to provide financial assistance to
Maryland homeowners at risk of displacement due to the pandemic. The program specifically
provides assistance with delinquent mortgage payments, as well as other housing-related costs
(property taxes, water bills, HOA fees, etc). It also provides funding for home repairs that could
otherwise displace the homeowner.
DHCD has successfully helped over 20,000 homeowners who were at risk of displacement. DHCD
works closely with housing counseling agencies, legal services, and the MD Dept. of Labor and
Dept. of Assessments and Taxation (the State Tax Sale Ombudsman) to do outreach efforts to
anyone in Maryland facing foreclosure.
DHCD launched the program amid continuing changes from the US Treasury. In addition, there
have been dramatic shifts in the interest rate environment and the mortgage servicing industry,
requiring DHCD to shift ways to help homeowners, creating new assistance methods and
accompanying operating procedures. As the HAF program winds down, DHCD needs additional
services from the contractor such as grant closeout assistance, Treasury reporting, audit assistance,
loan repayment assistance, and payment reconciliation assistance. This modification will add
contractual line items for these services without any increase in the contract’s total not-to-exceed
amount. The costs of these added labor categories are offset by reduced utilization of labor
categories already on the contract.
243
OSP 130
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
63-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
Agency Remarks (cont’d):
In light of the emergency nature of the original procurement, prior to receiving offers, DHCD was
not certain whether it would procure program management services in addition to the grantee
application portal that was the core required element of the RFP’s scope of work. The portal was
anticipated to be proprietary software with little opportunity for MBE subcontracting, while the
program management services were desired, but not required from contractors. For this reason,
DHCD did not set an MBE participation goal for this contract. However, DHCD did expressly
identify promotion of MBE,VSBE, and SBE firms as a priority for the State and encouraged
offerors to subcontract with these firms where opportunities were present in proposed solutions.
Fund Source: 100% Federal Funds (American Rescue Plan Act of 2021)
Approp. Code: S00A2503
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
244
OSP 131
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Jared DeMarinis 410-269-2840
jared.demarinis@maryland.gov
64-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION
State Board of Elections
Contract ID: Voting System Solution; D38B3600008
ADPICS No.: COK43501
Contract Approved: DoIT 7-IT, 12/17/2014
Contract Description: Statewide voting system hardware, equipment repair, and maintenance.
The voting system solution produces a verifiable paper record of each voter’s selections.
Modification Description: Purchase 250 ExpressVote tables for the 2024 Presidential General
Election. They are needed by the local boards of elections to deploy to Early Voting and Election
Day voting locations. The tables are used to provide a private and stable platform for the
proprietary ExpressVote units that are used to mark ballots electronically and are manufactured to
meet and adhere to ADA requirements for accessibility.
Award: Election Systems and Software (ES&S), LLC; Chicago, IL
Original Contract Term: 01/01/2015 - 03/31/2017 (w/two 2-year renewal options)
Modification Term: 06/06/2024 - 03/31/2027
Original Amount: $10,371,288.00
Modification Amount: $ 100,425.00
Prior Options/Mods: $66,218,676.24 (See Attachment I)
Total Contract Amount: $76,690,389.24
Percent +/- (This Item): 0.97%
Total Percent Change: 639.45%
Original Procurement Method: Competitive Sealed Proposals
Living Wage Eligible: Yes
REVISED
245
OSP 132
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
64-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Performance Security: No
Requesting Agency Remarks: Without the procurement of the ExpressVote tables, the local boards of
elections will not have the supplies needed to deploy the desired levels of equipment to the voting
locations across Maryland for Early Voting and Election Day. If the local boards are required to reduce
the number of ExpressVotes deployed for in-person voting, there are heightened risks of extended wait
times for spoiled ballots due to more voters being required to mark ballots by hand.
Currently, over 3,600 of the same tables are used in Maryland. Any deviation from what has been used
and set up by election judges will also increase the risks of negative impacts to voter flows and
experiences within the voting location.
MBE and VSBE participation was not established for this contract because there are no
subcontracting opportunities available.
Fund Source: 50% General Funds, 50% Special Funds (County)
Approp. Code: D38I0102
Resident Businesses: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
246
OSP 133
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
64-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
ATTACHMENT I
Mod
Date
Description
Amount
1
08/05/2015
3-IT-MOD
Altered scope to include newer model equipment,
adjusted quantities of voting system equipment,
improved efficiency of the State’s acceptance
process, added ballot transfer bins, soft carrying
case and stand-alone voting booths, and removed
costs associated with modems in the tabulation
units.
$987,033
2
09/17/2015
(approved
retroactivel
y by BPW
10/7/2015)
6-IT-MOD
Provided additional equipment to tabulate
unofficial results from approximately 1,800
polling places and 24 local boards of election on
election night and provide timely Statewide and
local results on election night. Ensured continued
federal and State certification.
$97,125
3
09/30/2015
Allowed SBE to utilize ES&S’ election night
results system.
$0
4
10/20/2015
Provided four additional field technicians for a
mock election.
$6,300
5
01/05/2016
Provided delivery of certain equipment from
SBE’s central warehouse to 24 locations and
installation of ExpressVote units in hard cases
with TSx legs for early voting.
$0
6
03/24/2016
Added rented equipment for an additional early
voting center approved by the General Assembly
for the 2016 election cycle, on-site and field
support for the primary election, and the purchase
of additional thumb drives.
$23,233.40
7
06/07/2016
Altered individuals deemed “Key Personnel,”
defined duties, and removed certain reporting
requirements for “Key Personnel.”
$0
8
08/17/2016
11-IT-MOD
Added rented equipment and purchased ancillary
equipment for several local boards of elections
for the 2016 General Election.
$524,505
9
10/03/2016
Added rented equipment and on-site and field
support for several local boards of election for the
2016 General Election.
$22,395
REVISED
247
OSP 134
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
64-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
ATTACHMENT I
Mod
Date
Description
Amount
10
11/02/2016
Added one individual to support election
preparation activities in three counties for the
2016 General Election and additional ballot
transfer bins for five counties due to the higher
than predicted turnout during early voting.
$21,825
Opt. #1
02/08/2017
5-IT-OPT
Exercise 1
st
renewal option.
$9,307,691
11
04/17/2017
Provides additional equipment to four local
boards of elections, which requested to retain
equipment they rented for the 2016 General
Election. Additionally, changes were included to
correct the price of 4 GB memory drives for
Option Periods 1 and 2 and allowing for fewer
status meetings and reports, if appropriate. The
amount per option period is $5,314.
$10,628
12
07/5/2017
3-IT-MOD
Dedicated three (3) ES&S resources to Maryland
full-time as key personnel for a portion of Option
Period #1 effective August 1, 2017 and one
ES&S resource to Maryland full-time from
February to November 2018 to support the 2018
elections.
$1,618,500
13
08/14/2017
Provided for the removal of the modems from
1,428 DS200 units deployed in Maryland, and for
full preventative maintenance checks on each of
the DS200 units at no cost.
$0
14
09/27/2017
EXP Utility system upgrades for election results
reporting automation.
$24,750
15
11/01/2017
4-IT-MOD
Lease additional voting equipment and peripheral
components. Additional equipment is necessary
due to additional Early Voting Centers and voter
registration anticipated for 2018.
$1,127,581
16
12/05/2017
Modifies experience requirements for the trainer
position. ES&S’ is unable to find a candidate that
meets the current requirements, but has identified
a candidate with extensive training experience
and will train the individual on VSS components
at no charge to SBE.
$0
REVISED
248
OSP 135
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
64-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
ATTACHMENT I
Mod
Date
Description
Amount
17
03/07/2018
2-IT-MOD
Addresses electronic voting equipment stored in a
moldy environment at the Worcester County
Local Board of Elections’ warehouse. This
modification compensates the vendor for the
casualty loss value of the damaged equipment.
$149,786.57
18
05/02/2018
Adds an on-site network engineer for the 2018
Primary from June 25, 2018- June 27, 2018 to
assist the local boards of election with
troubleshooting and network support.
$6,444
19
09/06/2018
HB 1331 Notification requirements to SBE for
attempted and actual security violations.
$0
20
09/28/2018
Adds an on-site network engineer for the 2018
General from November 5, 2018- November 7,
2018 to assist the local boards of elections with
troubleshooting and network support.
$6,440
21
10/18/2018
Added rented ballot transfer bins for the 2018
General Election for Montgomery and Prince
George’s County due to the three-page ballot
which meant the ballot transfer bins would fill up
more quickly.
$24,200
22
02/26/2019
Authorizes Maryland’s field support team to
support other jurisdictions when there are no
repairs to perform in Maryland and (2) codifies
the current practice of on-site repairs, which is
more convenient for the local boards as opposed
to shipping or driving equipment requiring
repairs to ES&S’ Bowie warehouse.
$0
REVISED
249
OSP 136
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
64-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
ATTACHMENT I
Opt. #2
03/06/2019
14-IT-OPT
Exercise 2
nd
renewal option.
$12,162,916
23
08/14/2019
Procures additional voting equipment and
peripherals for the 2020 Presidential Election
Cycle. The additional equipment includes DS200
scanning units, USB memory sticks, ballot
transfer bins, DS850 scanning unit (high speed
scanner), and other ancillary supplies on behalf of
the local boards. This modification also includes
a proposed upgrade of the voting system software
for the 2020 election cycle, to include technical
resources necessary to upgrade the networks,
scanners, and ballot marking devices.
$1,190,310
24
09/04/2019
Implement “High Availability” mode on the
Cisco firewalls at Sidus Group LLC. These
firewalls are used in the Election Night Reporting
Network.
$8,400.00
25
10/28/2019
Provide a change to the EXP user interface that
enables the ability to set a 4
th
location for EXP
export files currently generated for election night
reporting. The 4
th
location is for disaster
recovery.
$33,750
26
12/04/2019
25-IT-MOD
Remove the costs associated with the potential
EVS 6.1.0.0 Election Night Reporting Network
EMS Upgrade, approved via Modification #23.
The reasons for this decision are that the new
version was never used before in an election,
transitioning to the new version would require
lengthy State testing, certification, and
installation processes that will not be complete
until February 2020 at best, and requiring
election officials to learn a significantly different
system under a compressed schedule introduced
unnecessary risk.
-($524,505)
REVISED
250
OSP 137
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
64-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
ATTACHMENT I
27
12/10/2019
Add 4GB thumb drives for three local boards of
elections for the short time between the special
primary election for the 7th Congressional
District (February 4th, 2020) and the regularly
scheduled 2020 Presidential Primary Election.
$43,220
28
01/14/2020
Provide for an on-site network engineer
experienced with Maryland’s voting system
networks to support and troubleshoot any
network issues for the 2020 Primary Election
(April 27- 29, 2020) and 2020 General Election
(November 2- 4, 2020).
$12,880
29
04/01/2020
15-IT-MOD
Provide additional hours for the ES&S trainer
through the 2020 Election Cycle to allow for
refresher training to improve the administration
of the 2020 General Election. Note, this
modification was submitted to BPW on
02/24/2020 and was not on an Agenda until
4/1/2020.
$132,000
30
04/06/2020
Provide transport of DS850 high speed scanners
from two local boards of elections to support
three local boards of elections and their canvass
of ballots in the special general election for the
7th Congressional District and their return to the
lending local boards of elections; and to rent an
additional DS850 to support 2020 Presidential
Primary and General Elections.
$42,730
31
05/06/2020
Add cost of leasing an additional two (2) DS850
high speed scanners to the current VSS lease.
$25,760.23
32
06/25/2020
Add cost of transporting and configuring the
voting system infrastructure, as well as
configuring and testing it, from the Sidus data
center location in Annapolis, MD to the Koniag
location in Columbia, MD.
$35,520
REVISED
251
OSP 138
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
64-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
ATTACHMENT I
33
09/23/2020
22-IT-MOD
Somerset Casualty Loss value, additional
equipment for the 2020 General Election, and
Bitlocker Removal. (Item 22-IT-MOD on this
agenda - Pending Approval)
$73,790
34
09/23/2020
23-IT-MOD
This modification extended the Voting System
Solution (VSS) lease for a period of 2 years, from
April 1, 2021- March 31, 2023, and added an
additional two-year option period, from April 1,
2023- March 31, 2025 to be exercised at the sole
discretion of the State of Maryland.
$13,136,805.9
2 (base period
amount). The
option period
for extension
must be
approved by
BPW prior to
it
commencing.
35
01/27/2021
23-IT-MOD
This modification includes (1) the equipment
previously added for the 2020 General Election in
Modification #33 to the extension lease
agreement, (2) adds back in the cost of a system
upgrade for all components of the voting system
(which was previously removed in Modification
26), (3) technical services and proof of concept
for the election night results network, and (4)
additional hours for ES&S’ Maryland trainer for
a two month period, February and March, 2021,
before the extension period starts on April 1,
2021.
$51,600 for
Option Period
2, and
$879,345 for
the base period
of the
extension
(April 1, 2021-
March 31,
2023)
TOTAL:
$930,945
REVISED
252
OSP 139
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
64-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
ATTACHMENT I
36
05/13/2021
This modification was for testing to obtain
information necessary to make the decision as to
whether it would be beneficial to move forward
with an upgrade to EVS 6.1.1.0. If performance
decreases with the RCNs using EVS 6.1.1.0, this
will impact the ability of three of Maryland’s
largest jurisdictions
$10,360
37
01/05/2022
35-IT-MOD
This modification removed services added in
Modification #35 due to SBE deciding not to
upgrade the voting system software and firmware
after identifying inefficiencies in the software
suite, which decreases the value of the contract
by $498,600 and added equipment to the existing
lease, specifically an additional 1,193 ballot
marking devices to the lease in order to comply
with a pending legal settlement and adequately
supply the additional voting locations for the
2022 elections.
$2,815,658.20
38
12/22/2021
This modification changed the name of a key
personnel position, duties and minimum
qualifications; and added on-site network
engineer support for the 2022 Primary and
General Elections
$12,880
Option
Period
for
Extensio
n Mod
03/01/2023
29-IT-OPT
Exercise option period available to the extension
approved by BPW via Modification #34.
(Reference Mod #34 for the base period of the
extension)
$10,822,841
39
03/09/2022
This modification added 265 batteries for the
voting equipment covered by this contract and the
cost to install the new batteries.
$45,050
REVISED
253
OSP 140
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
64-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
ATTACHMENT I
40
03/23/2023
Allowed for an enhancement to the EXP utility
which is used for election results reporting and
automation. It also included Microsoft Server
2022 to upgrade the operating system on the file
servers within the election night reporting
network.
$2,760
41
11/28/2023
Added the cost of an additional 180 blue tote
bins, shipping, and the casualty loss payment for
9 tote bins damaged in SBE’s custody to the
contract. The blue tote bins are custom designed
to fit safely and securely within the ballot box
and provide an unobstructed path for ballots to be
captured and stored during scanning and
tabulation.
$38,024.38
42
12/29/2023
Added on-site network support for the 2024
Presidential Primary and General Elections. The
network engineer will be on-site for three days
(day before election, election day, and the day
after election day) to support and troubleshoot
any network issues
$12,880
43
02/02/2024
Quantity of 108 ADA tables to provide a stable
platform for the proprietary ExpressVote units;
the tables are designed by ES&S to meet ADA
requirements for accessibility.
$41,237
44
04/03/2024
Two year base period extension of the VSS
contract for the period of 04/01/2025-
03/031/2027. All terms of the original lease
remain in force.
$11,153,023.0
4
Prior Mods/Options
$66,218,676.2
4
REVISED
254
OSP 141
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Patti Tracey 410-260-7220
ptracey@marylandtaxes.gov
65-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION
Comptroller of Maryland
Contract ID: Integrated Tax System; E00B8400029
ADPICS No.: COK51075
Contract Approved: DOIT 3-IT, 12/19/2018
Contract Description: Supply, implement, manage Integrated Tax System Solution
Modification Description: Integrated Tax System updates necessitated by legislation enacted for
Tax Year 2024.
Award: Revenue Solutions Inc.; Pembroke, MA
Original Contract Term: 01/03/2019 - 12/19/2028 (w/one 5-year renewal option)
Modification Term: 07/01/2024 - 12/19/2028
Original Contract Amount: $117,430,895
Modification Amount: $467,500
Prior Options/Mods: $ 23,960,487 (Mod. #1: Increase the value
of the original contract to reflect new tax types Cannabis,
Fiduciary Tax, Portal Pilot, DGS 32-IT-MOD 11/29/2023)
Total Contract Amount: $141,858,882
Percent +/- (This Item): 00.40%
Total Percent Change: 20.80%
Original Procurement Method: Competitive Sealed Proposals
Living Wage Eligible: Yes
MBE/VSBE Participation: 5% / 0%
MBE/VSBE Compliance: 6.970% / 0%
255
OSP 142
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
65-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
Requesting Agency Remarks: The Comptroller of Maryland (COM) is implementing a COTS
Integrated Tax System (ITS) Solution. The ITS Solution will replace the State of Maryland’s
existing tax administration, tax processing, imaging, accounting, collections, and Abandoned
Property (AP) systems, and all necessary hardware, software, and services required for
implementation of the Solution. The Solution shall be implemented in a hosting environment
provided and managed by the Contractor and shall also integrate with the COM’s existing Teradata
DW. The ITS will allow the COM to efficiently administer all taxes, licenses, permits, and fees
required by law. This includes the processing and collection of personal income tax and sales and
use tax, the State’s largest sources of revenue, and the administration of Abandoned Property.
The ITS solution implementation is a multi-phased deployment. Two of three releases have been
successfully implemented. This modification is a direct result of legislative changes within the
Budget Reconciliation and Financing Act (BRFA), resulting in ITS modifications that will enfold
into the development stream of the Personal Income Tax Release currently underway.
BRFA impacts revenue operations and accounting effective July 1, 2024, or earlier. The ITS
modifications includes, (1) updating tax forms and instructions, (2) forms development, (3)
updating form business rules, (4) updating RPE processing, (5) updating Maryland Tax Connect,
(6) preparation of the sales and use tax files for the print vendor, (7) dissemination to the lockbox
vendor, (8) dissemination to 3rd party commercial software vendors, (9) testing (internal and with
external partners) of all changes prior to deployment, (10) updating internal procedures, (11)
updating internal and external guidance where appropriate, and (12) communicating changes to
both internal and external stakeholders. Several revenue distribution changes are also described.
The changes in the ITS impact RPE, Fairfax Software (Fairfax), and the Taxpayer Portal
(Maryland Tax Connect). The impacted tax types and fees are Sales and Use Tax (“SUT”),
Tobacco Tax, and Transportation Network Company (“TNC”) Impact Fee, as well as the
Combined Registration Application (“CRA”).
The modification amount includes a 10% contingency added to the proposed amount for the base
term for unforeseen circumstances that may be encountered during implementation. Circumstances
may include temporary staff, additional hardware/software, legislative changes requiring new
scope, or project delays caused by shifting State priorities.
Fund Source: 40% Special Funds (Multiple Revenue Funds),
60% Reimbursable Funds (MITPF)
256
OSP 143
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
65-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
Approp. Code: E00A0402
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
257
OSP 144
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Yasin Mohammed 410-260-7552
yasin.mohammed@maryland.gov
66-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 $171,321,700.
1.1 Using Agency: Department of Health-Medicaid Provider Services
Description: Long Term Support and Services Systems (LTSS) Operations and
Maintenance (O&M). Provides commercial off-the-shelf (COTS) software, hardware,
and networking technologies to provide managed hosting services and operations services
for the LTSS System. These services require the contractor to perform software
installation, provide a system help desk, manage LTSS System user credentials, secure
data replication, and manage and support external connections. Also process interface
transactions that include batch processing of files for claims; MDH/OCMP 18-17607
Modification Description: Extend the contract to transition to a new vendor for
customer relationship management tools, help desk support, and interactive voice
response system; COK44989.
Award: Gantech, Inc.; Columbia, MD
Original Term: 01/22/2018 - 01/21/2022 (w/one 1-year renewal option)
Modification Term: 07/01/2024 – 12/31/2025
Original Amount: $30,686,680
Modification Amount: $ 2,863,295
Prior Mods/Options: $0 (MOD # 1 - Add new MBE sub vendor due to the
termination of original MBE, Delegated Authority – MDH
03/28/2019)
$ 6,897,692.44 (Renewal Option #1 01/22/2022 -
01/21/2023; DGS-36-IT-OPT 1.1 01/05/2022)
$0 (Mod #2 Extension 01/22/2023 - 06/30/2023 Delegated
Authority - MDH, 12/22/2022)
REVISED
REVISED at the meeting
258
OSP 145
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
66-IT. INFORMATION TECHNOLOGY (cont’d)
1.0 Master Contract: Consulting and Technical Services Plus (CATS+) (cont’d)
$1,463,344 (Mod #4 Extension 07/01/2023 – 06/30/2024
DGS-29-IT 1.2 06/21/2023)
Total Contract Amount: $41,911.011.44
MBE/VSBE Participation: 25% / 0%
MBE/VSBE Compliance: 26.671% / 0%
Resident Business: Yes
Fund Source: 75% Federal Funds, 25% General Funds
1.2 Using Agency: Department of Transportation, State Highway Administration
Description: Application Portfolio Business Services. Obtain 18 highly
qualified technical programming resources to provide support for the application services
for production, enhancements, new technology, and address maintenance concerns. This
task order allows for two additional resources to be added if the business needs warrant
the additional support.
Modification Description: Extend the contract to allow time to complete the new
procurement and a transition period; COK44421
Award: Acentra Health, LLC; Rockville, MD
Original Term: 03/01/2019 - 02/27/2024
Modification Term: 07/01/2024 - 12/31/2024
Original Amount: $19,356,372.00
Modification Amount: $1,824,564.18
Prior Options/Mods: $2,027,900.80 (Mod. #1: Obtain two additional Senior .Net
Developers and funding, to properly support the increasing
software needs of MDOT SHA. DGS 8-IT 1.2,
10/16/2019)
$0 (Mod. #2: Extension 02/28/2024 - 06/30/2024
Delegated Authority - MDOT, 10/20/2023)
Total Contract Amount: $ 23,208,836.98
MBE/VSBE Participation: 20% / 0%
MBE/VSBE Compliance: 37.608% / 0%
Resident Business: Yes
Fund Source: 100% Special (Transportation Trust)
Remarks: The contractor has executed a novation agreement to address their business
name change from Client Network Services, LLC (“CNSI”), to Acentra Health, LLC.
REVISED
REVISED
at the meeting
259
OSP 146
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
66-IT. INFORMATION TECHNOLOGY (cont’d)
1.0 Master Contract: Consulting and Technical Services Plus (CATS+) (cont’d)
1.3 Using Agency: Department of Public Safety and Correctional Services
Description: Maintenance support services for the Oracle Database Enterprise
Edition, Oracle Advanced Security, and other various Oracle databases; Q00B4600082.
Award: Mythics, LLC.; Virginia Beach, VA
Number of Qualified
Master Contractors: 2 (Functional Area III)
Number of Bids: 1 (Single Responsive Bid Received)
Bids:
Bidder
Amount
Mythics, LLC.; Virginia Beach, VA
$2,022,836.90
Amount: $2,022,836.90
Term: 06/30/2024 - 06/29/2027
. MBE/VSBE Participation: 0% / 0%
Resident Business: No
Fund Source: 100% General Funds
Agency Remarks: Three bids were received, but only one bid was determined to be
responsive and responsible. One bid was not responsive because the vendor is not listed
as a qualified master contractor under CATS+ for Functional Area III, and the other bid
was not responsive because the bid required acceptance of terms and conditions outside
of the scope of the CATS+ Contract for Functional Area III - Manufacturer’s Software
Maintenance.
The Department has determined the proposed price to be fair and reasonable using a
comparison to the cumulative CPI inflation rate over the term of the current contract. The
cumulative CPI inflation rate during the term of the current contract was 17.27%;
comparatively, this bid price represents an increase of only 17.04% over the price of the
current contract. Since the contract price increase is less than the cumulative rate of
inflation, the Procurement Officer deems this pricing to be fair and reasonable.
MBE and VSBE participation were not established for this contract because there were
no subcontracting opportunities.
REVISED
REVISED
at the meeting
260
OSP 147
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
66-IT. INFORMATION TECHNOLOGY (cont’d)
1.0 Master Contract: Consulting and Technical Services Plus (CATS+) (cont’d)
1.4 Using Agency: Department of Assessments and Taxation
Description: Convert the legacy mainframe code for the Maryland Business
Entity System (MBES) into a modern computer language, such as JAVA or C++ and
move the system to a cloud-based platform in order to enhance security, improve
flexibility, ensure sufficient data redundancy, and lower maintenance costs. The system
processes charters for Maryland corporations and qualifications and registrations for
foreign corporations. The Charter division encompasses service of process functions,
requests for copies of documents, Uniform Commercial Code (UCC) filings, and
issuance of certificates of good standing; E50B1600005.
Awards: ADITI LLC; Columbia, MD
Serigor Inc.; Baltimore, MD
Select Computing Inc.; Minneapolis, MN
Number of Qualified
Master Contractors: 7 (Functional Area II)
Number of Bids: 7
Proposals:
Offerors Technical
Rankings
Financial Offers
(Rankings)
Overall
Rankings
ADITI LLC; Columbia MD
1 $502,400.00 (3) 1
Select Computing Inc.; Minn. MN
2 $252,326.00 (2) 2
REVISED
REVISED
at the meeting
261
OSP 148
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
66-IT. INFORMATION TECHNOLOGY (cont’d)
1.0 Master Contract: Consulting and Technical Services Plus (CATS+) (cont’d)
Serigor; Baltimore MD
3 $575,000.00 (4) 3
Infosys Public Service Inc.; Rockville
MD
4 $999,993.00 (5) 4
Mansi Corporation
Corporation;
Greenbelt MD
5 $120,000.00 (1) 5
Innovative Management Consulting
LLC; Fort Washington MD
6 $1,911,852.71 (6) 6
*Technical and financial proposals were weighted equally.
Amount: $1,329,726
Term: 07/01/2024 - 12/31/2024
MBE/VSBE Participation: 0% / 0%
Resident Business: 2 of 3 (ADITI LLC; Columbia, MD and
Serigor Inc.; Baltimore, MD)
Fund Source: 100% Special Funds (MITPD)
Remarks: This contract consists of two parts. The Department plans to award up to
three bidders for Part One, Proof of Concept. Once the Proof of Concept has been
evaluated by the committee, the Department will issue one award for Part Two,
Conversion of the Maryland Business Entity System (MBES) to a modern computer
language, such as JAVA or C++ and move the system to a cloud-based platform in order
to enhance security, improve flexibility, ensure sufficient data redundancy, and lower
maintenance costs.
The Department of Assessments and Taxation received seven proposals and six were
determined to be reasonably susceptible of being selected for award. One proposal was
determined not to be reasonably susceptible of being selected for award because the
vendor did not submit the full cost of their bid as the RFP requested.
The zero percent MBE and VSBE participation was based on SDAT’s goal was to reach
the largest number of vendors to receive the highest level of experience for these
services. There were over 300 MBE vendors that could have potentially been awarded
this procurement as a Prime Contractor.
REVISED
REVISED
at the meeting
262
OSP 149
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
66-IT. INFORMATION TECHNOLOGY (cont’d)
1.0 Master Contract: Consulting and Technical Services Plus (CATS+) (cont’d)
1.5 Using Agency: Department of Information Technology
Description: Independent Verification and Validation (IV&V). Comptroller of
Maryland’s Compass program includes implementation of an
Integrated Tax System (ITS) Solution; F50B0600006
Option Description: Exercise the final renewal option.
Award: Ernst & Young, LLP; Baltimore, MD
Original Term: 07/01/2020 - 06/30/2021 (w/four 1-year renewal options)
Option Term: 07/01/2024 - 06/30/2025
Original Amount: $1,450,000
Option Amount: $1,800,000
Prior Mods/Options: $1,660,000 (Renewal Option #1 07/01/2021 - 06/30/2022,
DGS 25-IT 1.0/1.2, 04/21/2021)
$1,000,000 (Renewal Option #2; 07/01/2022 - 06/30/2023,
DGS 64-IT 1.4, 06/08/2022)
$1,130,000 (Renewal Option #3; 07/01/2023 - 06/30/2024,
DGS 55-IT, 1.1, 06/07/2023)
Total Contract Amount: $7,040,000
MBE/VSBE Participation: 20% / 0%
MBE/VSBE Compliance: 20.602% / 0%
Resident Business: Yes
Funding Source: 100% Special (MITDPF)
REVISED
REVISED at the meeting
263
OSP 150
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
66-IT. INFORMATION TECHNOLOGY (cont’d)
2.0 Master Contract: Data Management and Analytic Services; F50B2600034
(Secondary Master from CATS+ 060B2490023)
Approved: DGS 50-IT 1.3; 09/01/2021
Term: 09/23/2021 - 08/31/2026
**As of publication, the remaining balance of this master contract is $55,680,510.
2.1 Using Agency: Department of Information Technology
Description: Support and add funds for the continuation of reviews, as well as
to assess and update data management strategies, policies, and procedures of the State
Data Program; F50B0600063-22-006 / F50P4600199
Modification Description: Add additional funds and modify the scope of deliverables to
improve the deliverables and expand the capabilities of the enterprise Data Services team
at DoIT. Also update data management strategies, policies, and procedures of the State
Data Program.
Award: Qlarion Inc.; Columbia, MD
Original Term: 01/18/2023 - 01/22/2024
Modification Term: 07/04/2024 - 01/22/2025
Original Amount: $868,170.74
Modification Amount: $448,845.91
Prior Mods/Options: $0 (Mod. #1 Extension 01/23/2024 - 01/22/2025
Delegated Authority - DoIT, 01/17/2024)
Total Contract Amount: $1,317,016.65
MBE/VSBE Participation: 10% / 0%
MBE/VSBE Compliance: 6.603% / 0%
Resident Business: Yes
Fund Source: 100% General Funds
Remarks: To meet the 10% participation, two additional MBE resources will be added
REVISED
REVISED
at the meeting
264
OSP 151
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
66-IT. INFORMATION TECHNOLOGY (cont’d)
3.0 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 $116,653622.44.
3.1 Using Agency: Department of Public Safety and Correctional Services
Description: Varonis software license to protect sensitive and regulated data to
ensure compliance with applicable data retention policies and regulations. Varonis is a
data security management tool used to classify, label, and map data across the enterprise.
The need for this tool is justified by the National Institute of Standards and Technology
(NIST) Cybersecurity Framework (CSF) assessment, stating the need to formalize a data
management program; Q00B4600077.
Award: ePlus Technology, Inc.; Herndon, VA
Number of Qualified
Master Contractors: 8 (Functional I)
Number of Bids: 3
Bids:
Bidders
Amounts
ePlus Technology, Inc.; Herndon, VA
$1,698,646.18
Dell Marketing LP; Round Rock, TX
$1,796,796.23
Daly Computers, Inc.: Frederick, MD
$1,821,911.50
Amount: $1,698,646.18
Term: 06/06/2024 - 06/05/2027
MBE/VSBE Participation: 0% / 0%
Resident Business: No
Fund Source: 100% General Funds
Remarks: MBE and VSBE participation was not established for this contract because
there were no subcontracting opportunities.
REVISED
REVISED
at the meeting
265
OSP 152
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
66-IT. INFORMATION TECHNOLOGY (cont’d)
3.0 Master Contract: Commercial Off-the-Shelf Software (COTS) 2012 (cont’d)
3.2 Using Agency: Department of Public Safety and Correctional Services
Description: VMWare software, a virtual IT infrastructure solution, that
provides network solutions from physical servers to multiple virtual servers to support the
Virtual Desktop Initiative (VDI). VDI involves transitioning from traditional
desktop/laptop computers to thin client devices connected to the network; Q00P4601145
Award: Applied Technology Services, Inc.; Middle River, MD
(MBE) (Certified Small Business)
Number of Qualified
Master Contractors: 14 (Functional I) (SBR - Designated)
Number of Bids: 5
Bids:
Bidders
Amounts
Applied Technology Services, Inc.; Middle River, MD
$ 910,589.00
Oakland Consulting Group; Lanham, MD
$ 963,527.05
Digital Information Services; Potomac, MD
$ 973,345.65
CAS Severn, Inc.; Laurel, MD
$ 996,400.00
En-Net Services, LLC; Frederick, MD
$1,020,677.44
Amount: $910,589
Term: 07/01/2024 - 06/30/2025
. MBE/VSBE Participation: 0% / 0%
Resident Business: Yes
Fund Source: 100% General Funds
Remarks: MBE and VSBE participation was not established for this contract because
there were no subcontracting opportunities.
REVISED
REVISED
at the meeting
266
OSP 153
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
66-IT. INFORMATION TECHNOLOGY (cont’d)
3.0 Master Contract: Commercial Off-the-Shelf Software (COTS) 2012 (cont’d)
3.3 Using Agency: Department of Information Technology
Description: Splunk cybersecurity software that collects logs from various
security apparatus to perform automatic correlations to elevate relevant security events to
analysts; F50B4600040
Award: Carahsoft Technology, Inc., Reston, VA
Number of Qualified
Master Contractors: 9 (Functional Area I)
Number of Bids: 4
Amount: $10,930,600
Term: 06/29/2024 - 06/28/2026
. MBE/VSBE Participation: 0% / 0%
Resident Business: No
Fund Source: 100% Reimbursable (Using Agencies)
Remarks: MBE and VSBE participation was not established for this contract because
there were no subcontracting opportunities.
3.4 Using Agency: Department of Information Technology
Description: TIBCO Focus Software maintenance. Focus software is used for
ad-hoc reporting for the FMIS accounting system; F50B4600039
Award: Carahsoft Technology Corp; Reston, VA
Number of Qualified
Master Contractors: 4
Number of Bids: 4
Bidders
Amounts
Carahsoft Technology Corp; Reston, VA
$10,930,600
Zones; Auburn, WA
$12,393,760
EN-NET Services, LLC; Fredrick, MD
$12,650,000
CAS Severn, Inc.; Laurel, MD
$13,822,000
REVISED
REVISED at the meeting
267
F50B4600043
See next page for
Record Correction
Letter dated 06/11/24
OSP 154
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
66-IT. INFORMATION TECHNOLOGY (cont’d)
3.0 Master Contract: Commercial Off-the-Shelf Software (COTS) 2012 (cont’d)
Bids:
Bidders
Amounts
Carahsoft Technology Corp; Reston, VA
$1,011,756.53
Immix Group; McLean, VA
$1,020,890.74
Zones LLC, Auburn, WA
$1,024,201.16
SHI, Somerset, NJ
$1,031,253.91
Amount: $1,011,756.53
Term: 07/01/2024 - 06/30/2027
. MBE/VSBE Participation: 0% / 0%
Resident Business: No
Fund Source: 100% Reimbursable (Using Agencies)
Remarks: MBE and VSBE participation was not established for this contract because
there were no subcontracting opportunities.
4.0 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 $93,253,114.
4.1 Using Agency: Department of Public Safety and Correctional Services
Description: Purchase Dell hardware, including servers, storage, networking
equipment, accessories, and peripherals, to support the Virtual Desktop Initiative (VDI);
Q00P4600241.
Award: Applied Technology Services, Inc.; Middle River, MD
(MBE) (Certified Small Business)
Number of Qualified
Master Contractors: 17 (Functional I & V) (SBR - Designated)
Number of Bids: 4
REVISED
REVISED
at the meeting
268
OSP 155
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
66-IT. INFORMATION TECHNOLOGY (cont’d)
4.0 Master Contract: Hardware/Associated Equipment & Services 2012 (cont’d)
Bids:
Bidders
Amounts
Applied Technology Services, Inc.; Middle River, MD
$2,709,138.00
DSR, Inc.; Hanover, MD
$2,986,929.00
KD Dynamic Solutions, LLC; Macon, GA
$3,046,631.08
CAS Severn; Laurel, MD
$3,571,982.74
Amount: $2,709,138
Term: Anticipated delivery date - 07/03/2024
. MBE/VSBE Participation: 0% / 0%
Resident Business: Yes
Fund Source: 100% General Funds
Remarks: MBE and VSBE participation was not established for this contract because
there were no subcontracting opportunities.
4.2
Using Agency: State Police
Description: Catalyst 9300 port switches. A network switch is IT equipment
that allows two or more IT devices, such as computers, to communicate with one another.
Connecting multiple IT devices together creates a communications network. This allows
computing, printing, file sharing, file storage, Internet access, and other IT resources to
be shared across the network.
Award: Applied Technology Services, Inc.; Middle River, MD
(Certified Small Business) (MBE)
Number of Qualified
Master Contractors: 21
Number of Bids: 2
Bids:
Bidders
Amounts
Applied Technology Services, Inc.; Middle River, MD
$445,453.00
Advanced Computer Concepts; McLean, VA
$454,191.99
Amount: $445,453
Term: Anticipated delivery date - 07/01/2024
. MBE/VSBE Participation: 0% / 0%
Resident Business: Yes
Fund Source: 100% General Funds
Remarks: MBE and VSBE participation was not established for this contract because
there were no subcontracting opportunities.
REVISED
REVISED
at the meeting
269
OSP 156
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
66-IT. INFORMATION TECHNOLOGY (cont’d)
4.0 Master Contract: Hardware/Associated Equipment & Services 2012 (cont’d)
4.3
Using Agency: State Police
Description: Skyline Video Streamer. Video sharing appliances require
maintenance contracts to remain current in software, protect against vulnerabilities,
address any break/fix issues; CTR017913.
Award: Alliance Info Systems; Hunt Valley, MD (MBE)
Number of Qualified
Master Contractors: 3
Number of Bids: 2
Bids:
Bidders
Amounts
Alliance Info Systems; Hunt Valley, MD
$660,316.00
Skyline; Glen Burnie, MD
$680,869.62
Amount: $660,316
Term: Anticipated delivery date - 07/01/2024
. MBE/VSBE Participation: 0% / 0%
Resident Business: Yes
Fund Source: 100% Special Funds (Federal Grant)
Remarks: MBE and VSBE participation was not established for this contract because
there were no subcontracting opportunities.
4.4 Using Agency: State Police
Description: Purchase 75 Panasonic laptops for new vehicles. The new
Panasonic laptops will be replacing aging laptop computers. Current laptops are out of
warranty and are starting to have hardware failures, which is causing downtime;
W00P4601773
Award: EnNet Services, Frederick, MD 21701
(Certified Small Business)
Number of Qualified
Master Contractors: 6
Number of Bids: 4
Bids:
Bidders
Amounts
EnNet Services; Frederick, MD
$263,462.25
HCGI; Columbia, MD
$266,925.00
ACC; McLean, VA
$269,848.50
USC Canterbury; Annapolis, MD
$275,136.75
REVISED
REVISED
at the meeting
270
OSP 157
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
66-IT. INFORMATION TECHNOLOGY (cont’d)
4.0 Master Contract: Hardware/Associated Equipment & Services 2012 (cont’d)
Amount: $263,462.25
Term: Anticipated delivery date -08/31/2024
MBE/VSBE Participation: 0% / 0%
Resident Business: Yes
Fund Source: 100% General Funds
Remarks: MBE and VSBE participation was not established for this contract because
there were no subcontracting opportunities.
4.5. Using Agency: Lottery and Gaming Control Agency
Description: Purchase NUTANIX IT Hardware Mainframe Servers to replace
equipment that has reached its end-of-life and is no longer supported by the
manufacturer. These servers run the Lottery computer systems; E75P4600044
Award: HCGI: Columbia MD; (MBE) Certified Small
Business)
Number of Qualified
Master Contractors: 9
Number of Bids: 4
Bids:
Bidders
Amounts
HCGI: Columbia MD
219,552.00
EnNet Services; Frederick, MD
219,797.88
CAS Severn; Laurel, MD
223,215.00
IP Datasystems INC: Ellicott City, MD
224,572.48
Amount: $219,552
Term: Anticipated delivery date - 08/01/2024
. MBE/VSBE Participation: 0% / 0%
Resident Business: Yes
Fund Source: 100% General Funds
Remarks: MBE and VSBE participation was not established for this contract because
there were no subcontracting opportunities.
REVISED
REVISED
at the meeting
271
OSP 158
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
66-IT. INFORMATION TECHNOLOGY (cont’d)
4.0 Master Contract: Hardware/Associated Equipment & Services 2012 (cont’d)
4.6 Using Agency: Department of Human Services
Description: Purchase 430 Extreme Networks Wireless Access points to provide a
wireless connection for staff and customers at local departments of social services
statewide; OTHS/0THS-24-055-H; N00B4600384
Award: Applied Technology Services, Inc.; Middle River, MD
(Certified Small Business) (MBE)
Number of Qualified
Master Contractors: 4 (Functional Area III) (SBR - Designated)
Number of Bids: 4
Amount: $238,220
Bids:
Bidders
Amounts
Applied Technology Services Inc.; Middle River MD
$238,220.00
Victory Global Solutions, Inc.; Columbia, MD
$240,529.10
Magothy Technology, LLC; Glen Burnie, MD
$248,282.00
Advanced Computer Concepts; Mclean, VA
$354,393.10
Term: Anticipated delivery date - 06/30/2024
MBE/VSBE Participation: 0% / 0%
Resident Business: Yes
Fund Source: 66% General Funds, 34%, Federal Funds
Remarks: MBE and VSBE participation was not established for this contract because
there were no subcontracting opportunities.
REVISED
REVISED
at the meeting
272
OSP 159
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
66-IT. INFORMATION TECHNOLOGY (cont’d)
5.0 Master Contract: Desktop, Laptops and Tablets 2015
Contract No. 060B5400007
Approved: DOIT 1-IT, 07/16/2015
Term: 07/22/2015 - 07/21/2027
**As of publication, the remaining balance of this master contract is $44,174,814.
5.1 Using Agency: Department of Human Services
Description: Purchase 645 Dell Latitude Laptops and Dell Thunderbolt 4
Docking Stations to replace outdated equipment used by staff and replace broken devices;
OTHS/OTHS-24-053-H.
Award: Applied Technology Services Inc., Middle River, MD
(MBE) (Certified Small Business)
Number of Qualified
Master Contractors: 17 (Functional Areas III, IV & IV) (SBR - Designated)
Number of Bids: 2
Bids:
Bidders
Amounts
Applied Technology Services, Middle River, MD
$ 994,590
DSR Inc., Hanover, MD
$1,380,300
Amount: $994,590
Term: Anticipated delivery date - 06/21/2024
MBE/VSBE Participation: 0% / 0%
Resident Business: Yes
Fund Source: 34% Federal Funds, 66% General Funds
Agency Remarks: MBE and VSBE participation was not established for this contract
because there were no subcontracting opportunities.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED* DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
*Sub-Item 1.4 was withdrawn at the meeting. All remaining Sub-Items were approved.
REVISED
REVISED
at the meeting
273
OSP 160
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Yasin Mohammed 410-767-3586
yasin.mohammed@maryland.gov
67-M. MAINTENANCE CONTRACT
Department of Labor
Contract ID: Janitorial Services - 1100 N. Eutaw; P00R4602866
ADPICS No. 001B4600281
Contract Description: Janitorial services for 1100 N. Eutaw Street in Baltimore.
Award: Goodwill Works of The Chesapeake; Baltimore, MD
Contract Term: 06/06/2024 - 12/31/2024 (w/one 8-month renewal option)
Amount: $467,978.63 (Base Term)
$329,169.23 (Renewal Option #1)
$797,147.86 Total
Procurement Method: Preference Provider (Community Service Provider)
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: None
Hiring Agreement Eligible:
No
Incumbent: Same
Performance Bond: No
Requesting Agency Remarks: Goodwill Works of The Chesapeake in Baltimore is a
Community Service Provider under the Employment Works Program under COMAR
21.11.05. Pricing for this contract was approved and certified as fair market value by the
Pricing and Selection Committee on February 15, 2024. Goodwill Works of The
Chesapeake has confirmed the contract price and accepted the terms and conditions.
274
OSP 161
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
67-M. MAINTENANCE CONTRACT (cont’d)
Fund Source: 100% General Funds
Approp. Code: P00 24 24428 0813
Resident Business: Yes
MD Tax Clearance: 24-0383-1110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
275
OSP 162
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Yasin Mohammed 410-767-3586
yasin.mohammed@maryland.gov
68-M-OPT. MAINTENANCE OPTION
Department of General Services
Contract ID: Janitorial Services - 300 W. Preston St; 001B1600303
ADPICS No.: CTR003161-3
Contract Approved: DGS 17-M. 02/24/2021
Contract Description: Janitorial Services for the Department of General Services at 300 W.
Preston St. in Baltimore.
Option Description: Exercise the first renewal option.
Award: Alliance, Inc.; Nottingham, MD
Original Contract Term: 04/01/2021 - 03/31/2024 (w/two 1-year renewal options)
Option Term: 06/06/2024 - 03/31/2025
Original Contract Amount: $655,379.18
Option Amount: $239,172.12
Prior Mods/Options: $ 0 (Mod. #1; Increase rates for minimum wage in January
2025. Delegated Authority -DGS, 03/12/2024)
$ 0 (Mod. #2 Extension 04/01/2024 -06/05/2024 Delegated
Authority - DGS, (3/15/2024)
Total Contract Amount: $894,551.30
Percent +/- (This Item): 36.49%
Total Percent Change: 36.49%
Original Procurement Method: Preference Provider (Community Service Provider)
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
276
OSP 163
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
68-M-OPT. MAINTENANCE OPTION (cont’d)
Requesting Agency Remarks: Alliance, Inc., a community service provider, under the Maryland
Works Program pursuant to COMAR 21.11.05. Pricing for this contract was approved by the
Pricing and Selection Committee (PSC) on November 13, 2020.
The Department of General Services is satisfied with the performance of Alliance, Inc. in providing
janitorial service. The Department of General Services has determined that it is in the best interest
of the State to exercise the first of two renewal options of the contract upon the same terms,
conditions, and contract provisions.
Fund Source: 100% General Funds
Approp. Code: H00 24 33351 0813 ($ 50,597.04)
H00 25 33351 0813 ($188,575.08)
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
277
OSP 164
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Yasin Mohammed 410-767-3586
yasin.mohammed@maryland.gov
69-M-OPT. MAINTENANCE OPTION
Department of General Services
Contract ID: Janitorial Services at 13 DGS Managed Buildings; 001IT821220
ADPICS No.: CTR003692-1
Contract Approved: DGS 22-M, 06/16/2021
Contract Description: Janitorial services for 13 DGS-managed buildings in the Annapolis
Capitol Complex.
Option Description: Exercise the first renewal option for janitorial services for 11 DGS-
managed buildings.
Award: Diversified Services Group, Inc.; Germantown, MD
(Certified Small Business)
Original Contract Term: 07/01/2021 - 06/30/2024 (w/ two 1-year renewal options)
Option Term: 07/01/2024 - 06/30/2025
Original Contract Amount: $3,035,168.35
Option Amount: $ 799,766.90
Prior Mods/Options: $ 42,035.89 (Mod. #1; Add additional funding. Delegated
Authority - DGS, 06/30/2022]
Total Contract Amount: $3,876,971.14
Percent +/- (This Item): 26.35%
Total Percent Change: 27.73%
Original Procurement Method: Competitive Sealed Bidding
MBE/VSBE Participation: 30% / 1%
MBE/VSBE Compliance: 58.053% / 2.247%
278
OSP 165
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
69-M-OPT. MAINTENANCE OPTION (cont’d)
Requesting Agency Remarks: The Department of General Services (DGS) is satisfied with the
performance of the contractor in providing janitorial services at the Annapolis Capitol Complex.
DGS has determined that it is in the best interest of the State to exercise the first renewal option.
The scope of work is being modified for the option term to discontinue services for the two court
buildings on the contract, and separate procurements will be done for janitorial services at those
facilities. The Courts of Appeal and Robert F. Sweeney District Court have been reorganized
under the DGS Office of Facilities Management from the Annapolis Region to the Multi-Service
Centers (MSC) group and the superintendent for MSCs wanted them to have single-location
janitorial contracts like all the other MSCs.
Fund Source: 100% General Funds
Approp. Code: $675,143.34 H00 25 33151 0813
$104,623.56 H00 25 33171 0813
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
279
OSP 166
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Yasin Mohammed 410-767-3586
yasin.mohammed@maryland.gov
70-M-OPT. MAINTENANCE OPTION
Department of General Services
Contract ID: Janitorial Services - Mary E. W. Risteau District Court & Multi-Service Center;
BPM035926
ADPICS No.: CTR0031446-2
Contract Approved: DGS 30-M, 06/21/2023
Contract Description: Janitorial services at the Mary E. W. Risteau District Court and
MultiService Center in Bel Air.
Option Description: Exercise the first renewal option.
Award: Diversified Services Group, Inc.; Germantown, MD
(Certified Small Business)
Original Contract Term: 07/01/2023 - 06/30/2024 (w/two 2-year renewal options)
Option Term: 07/01/2024 - 06/30/2026
Original Contract Amount: $119,045.88
Option Amount: $241,390.96
Total Contract Amount: $360,436.84
Percent +/- (This Item): 202.77%
Total Percent Change: 202.77%
Prior Mods/Options: N/A
Original Procurement Method: Competitive Sealed Bidding
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
280
OSP 167
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
70-M-OPT. MAINTENANCE OPTION (cont’d)
Requesting Agency Remarks: The Department of General Services (DGS) is satisfied with the
performance of the contractor in providing janitorial services at the Mary E. W. Risteau District
Court & Multi-Service Center. DGS has determined that it is in the best interest of the State to
exercise the first renewal option of the contract under the same terms, conditions, and provisions.
DGS has certified the availability of funding.
No MBE or VSBE participation was established because this contract is for a single element of
work.
Fund Source: 100% General Funds
Approp. Code: H00 25 33471 0813 $119,045.88
H00 26 33471 0813 $122,345.08
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
281
OSP 168
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Yasin Mohammed 410-767-3586
yasin.mohammed@maryland.gov
71-M-OPT. MAINTENANCE OPTION
Department of State Police
Contract ID: Janitorial Services - Forensic Sciences Laboratory Building; W00R1600001
ADPICS No.: 001B5600064
Contract Approved: DGS 30-M, 06/17/2020
Contract Description: Comprehensive maintenance services at the Forensic Sciences Laboratory
Building in Pikesville.
Option Description: Exercise the second renewal option.
Award: Falcon Solutions, LLC; Severna Park, MD (MBE) (VSBE)
Original Contract Term: 07/01/2020 - 06/30/2023 (w/two 1-year renewal options)
Option Term: 07/01/2024 - 06/30/2025
Original Contract Amount: $2,296,865.82
Option Amount: $ 823,007.85
Prior Mods/Options: $770.216.93 (Renewal Option #1; 07/1/23 - 6/30/24; 06/07/23
DGS 58-M-OPT)
Total Contract Amount: $3,890,090.60
Percent +/- (This Item): 35.83%
Total Percent Change: 69.37%
Original Procurement Method: Preference Provider (Community Service Provider)
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
282
OSP 169
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
71-M-OPT. MAINTENANCE OPTION (cont’d)
Requesting Agency Remarks: The Department of State Police is satisfied with the performance
of Falcon Solutions, LLC in providing comprehensive maintenance. The Department of General
Services has determined that it is in the best interest of the State to exercise the final renewal
option.
Fund Source: 100% General Funds
Approp. Code W00 31511 25 0812
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
283
OSP 170
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Yasin Mohammed 410-767-3586
yasin.mohammed@maryland.gov
72-M-MOD. MAINTENANCE MODIFICATION
Department of General Services
Contract ID: Comprehensive Building Management Maryland State Police Western Operations
Center; 001IT820915
ADPICS No.: COK48763.
Contract Approved: DGS 1-M, 04/03/2019
\
Contract Description: Comprehensive building management services at the Maryland State
Police Western Operations Center in Hagerstown. Work includes janitorial services, elevator
maintenance, HVAC maintenance, pest control, and window washing.
Modification Description: Extend the contract to allow time to complete the new procurement.
Award: LB&B Associates Inc.; Columbia, MD
Original Contract Term: 05/01/2019 - 04/30/2024
Modification Term: 06/06/2024 - 10/31/2024
Original Contract Amount: $1,268,299.56
Modification Amount: $ 147,076.90
Total Contract Amount: $1,415,376.46
Percent +/- (This Item): 11.60%
Total Percent Change: 11.60%
Prior Mods/Options: $0 (Mod. #1 Extension 05/01/2024 -06/05/2024 Delegated
Authority - DGS, 03/15/2024)
Original Procurement Method: Competitive Sealed Bidding
Living Wage Eligible: Yes
284
OSP 171
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
72-M-MOD. MAINTENANCE MODIFICATION (cont’d)
MBE/VSBE Participation: 30% / 0%
MBE/VSBE Compliance: 38.482% / 0%
Performance Security: No
Requesting Agency Remarks: The procurement for the new contract was delayed because DGS
is waiting for a quote from MDWorks. There have been difficulties in setting up a walk-through
to obtain the necessary quotes. DGS is satisfied with the contractor's services.
Fund Source: 100% General Funds
Approp. Code W00 31511 24 0812
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
285
OSP 172
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Yasin Mohammed 410-767-6586
yasin.mohammed@maryland.gov
73-M-MOD. MAINTENANCE MODIFICATION
Department of General Services
Contract ID: Comprehensive Building Management - Nancy S. Grasmick State Education
Building; H00R9400021
ADPICS No.: CTR007444-4
Contract Approved: DGS 2-M, 04/03/2019
Contract Description: Comprehensive building management services at the Nancy S. Grasmick
State Education Building in Baltimore. Work includes janitorial services, elevator maintenance,
unarmed uniformed security guard services, window cleaning, HVAC maintenance, interior and
exterior painting, and trash removal.
Modification Description: Extend the contract to provide services until the new contract is
awarded.
Award: Falcon Solutions, LLC; Annapolis, MD (MBE) (VSBE)
Original Contract Term: 05/01/2019 - 04/30/2022
Modification Term: 06/06/2024 - 12/31/2024
Original Contract Amount: $4,937,019.84
Modification Amount: $ 880,153.55
Prior Mods/Options: $1,698,613.44 (Renewal Option #1 05/01/2022 - 04/30/2023
DGS 51-M-OPT 04/27/2022)
$1,725,791.28 (Renewal Option #2 05/01/2023 - 04/30/2024
DGS 33-M-OPT 04/19/2023)
$ 328.92 (Mod. #1 Add funding due to the increase in the
minimum wage. Delegated Authority - DGS, 01/29/2024)
$ 0 (Mod. #2 Extension 05/01/2024 - 06/05/2024 DGS
03/15/2024)
Total Contract Amount: $9,241,907.03
REVISED
286
OSP 173
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
73-M-MOD. MAINTENANCE MODIFICATION (cont’d)
Percent +/- (This Item): 17.83%
Total Percent Change: 87.20%
Original Procurement Method: Preferred Provider
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Requesting Agency Remarks: This extension is necessary to provide services until the new
contract is awarded. Maryland Works has the scope of work, and an award is anticipated prior to
the expiration of this contract extension.
Fund Source: 100% General Funds
Approp. Code $293,384.52 H00 33429 24 0899
$880,153.55 H00 33429 25 0899
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
287
OSP 174
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Courtney League 410-767-5516
courtney.league@maryland.gov
74-GM. GENERAL MISCELLANEOUS
Recommendation: That the Board of Public Works approve the following contracts.
Authority: §8-301, State Finance & Procurement Article, Annotated Code of
Maryland
1.0 Agency: Department of Health
Fund Source: 100% General Funds (CA 2022 Item 055)
1.1
Contract ID: Assessment Engineering for Dormitory Demolition at Clifton T.
Perkins Hospital; BD-000-220-002
Description: Assessment Engineering for former dormitory demolition at
Clifton T. Perkins Hospital in Jessup. Includes demolition of unused buildings, removal
of hazardous and non-hazardous debris, and disposal of asphalt parking areas and
concrete sidewalks.
Procurement Method: Qualification Based Selection - DGS-20-009-IQC
Award: Brudis & Associates, Inc.; Columbia, MD (MBE)
(Certified Small Business)
Amount: $255,558
MBE/VSBE Participation: 25.90% / 0%
Resident Business: Yes
Remarks: The proposed MBE participation was 10% and the contractor has committed to
exceed it and achieve 25.9% MBE participation.
2.0 Agency: Department of General Services
Fund Source: MCCBL 2023 Barrack V – New Barrack, New Forensic Lab, and
Garage. Provide funds to continue construction and begin equipping of a new barrack,
East Regional Forensic Lab, and garage, to replace the Barrack V - Berlin. Item 152
2.1 Contract ID: Aerohive WiFi Indoor and Outdoor Network Infrastructure;
W00P4601806
Description: Aerohive WiFi, indoor and outdoor network infrastructure
products with antennas and mounting hardware for the new State Police Barrack in
Berlin.
Procurement Method: Small Procurement (SBR-Designated)
Award: Applied Technology Services, Middle River, MD
(MBE) (Certified Small Business)
Amount: $4,248
288
OSP 175
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
74-GM. GENERAL MISCELLANEOUS (cont’d)
MBE/VSBE Participation: 0% / 0%
Resident Business: Yes
Remarks: MBE and VSBE participation was not established for this contract because it is
a Small Procurement.
2.2 Contract ID: Wire and Poly Shelving; W00P4601444
Description: New wire and poly shelving in various rooms at the new State
Police Barrack in Berlin
Procurement Method: Small Procurement
Award: Global Industrial; Port Washington, NY
Amount: $4,091.23
MBE/VSBE Participation: 0% / 0%
Resident Business: No
Remarks: MBE and VSBE participation was not established for this contract because it is
a Small Procurement.
2.3 Contract ID: Specialty Shelving and Equipment; W00P4601465
Description: Specialty shelving and equipment for the forensics laboratory
at the new State Police Barrack in Berlin. Includes equipment for a lactation room,
such as, a mini fridge, stainless steel wire shelving and a lactation chair.
Procurement Method: Statewide Contract 001B1600135
Award: Home Depot USA Inc. Atlanta, GA
Amount: $1,399.41
MBE/VSBE Participation: 0% / 0%
Resident Business: No
Remarks: MBE and VSBE participation was not established for this contract
because there were no subcontracting opportunities.
2.4 Contract ID: Chairs Stools and Storage Cabinets; W00P4601400
Description: Chairs, stools, and storage cabinets for rooms in the new State
Police Barrack in Berlin.
Procurement Method: Statewide Use Industries (MCE)
Award: Maryland Correctional Enterprises, Jessup, MD
Amount: $10,836
MBE/VSBE Participation: 0% / 0%
Resident Business: Yes
289
OSP 176
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
74-GM. GENERAL MISCELLANEOUS (cont’d)
2.5 Contract ID: Furniture; W00P4601573
Description: Furniture for all rooms at the new State Police Barrack in
Berlin.
Procurement Method: Statewide Use Industries (MCE)
Award: Maryland Correctional Enterprises, Jessup, MD
Amount: $309,892
MBE/VSBE Participation: 0% / 0%
Resident Business: Yes
2.6 Contract ID: Forensics Laboratory Toxicology Equipment; W00P4601406
Description: Forensics Laboratory Toxicology Equipment for the new State
Police Barrack in Berlin such as forensic instrumentation, positive pressure station,
sample racks, and centrifuge..
Procurement Method: Sole Source Commodity
Award: Tecan SP, Inc.; Baldwin Park, CA
Amount: $9,470
MBE/VSBE Participation: 0% / 0%
Remarks: MBE and VSBE participation was not established for this contract because it is
a Small Procurement.
2.7 Contract ID: Forensics Laboratory Specialty Equipment; W00P4601682
Description: Forensics Laboratory Specialty Equipment for the new State
Police Barrack in Berlin.
Procurement Method: Small Procurement
Award: Fisher Scientific; Hanover Park, IL
Amount: $7,222.20
MBE/VSBE Participation: 0% / 0%
Resident Business: No
Remarks: MBE and VSBE participation was not established for this contract because it is
a Small Procurement.
2.8 Contract ID: Customized Console Communications Equipment;
PV-975-200-001
Description: Customized console communications equipment and furniture
for Police Communications Officers Dispatch room at the new State Police Barrack in
Berlin.
Procurement Method: Statewide Contract 001B4600007
Award: Price Modern, LLC Baltimore, MD
290
OSP 177
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
74-GM. GENERAL MISCELLANEOUS (cont’d)
Amount: $104,099.67
MBE/VSBE Participation: 0% / 0%
Resident Business: Yes
Remarks: MBE and VSBE participation was not established for this contract
because there were no subcontracting opportunities.
2.9 Contract ID: Forensics Laboratory Specialty Equipment; W00P4601682
Description: Forensics Laboratory Specialty Equipment for the new State
Police Barrack in Berlin such as vortex mixer, dry block heaters, test tube heating
trays, ultrasonic cleaners, balances, and benchtop meters.
Procurement Method: Statewide Contract 001B2600416
Award: VWR International; Radnor, PA
Amount: $12,786.89
MBE/VSBE Participation: 0% / 0%
Resident Business: No
Remarks: MBE and VSBE participation was not established for this contract
because there were no subcontracting opportunities.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
291
OSP 178
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Courtney League 410-767-5516
courtney.league@maryland.gov
75-GM. GENERAL MISCELLANEOUS
Capital Projects Unencumbered Balances
:
Recommendation: The Department of General Services is requesting the transfer of
unencumbered balances for funds associated with completed Capital Projects to the Construction
Contingency Fund.
Original
Authorization
MARYLAND CONSOLIDATED CAPITAL BOND LOAN OF 2010
Chapter 483 of the Acts of 2010
DEPARTMENT OF PUBLIC SAFETY AND CORRECTIONAL SERVICES
039 WCI Vocational Education Building $ 380.00 $174,183
Total MCCBL 2010 $ 380.00
MARYLAND CONSOLIDATED CAPITAL BOND LOAN OF 2011
Chapter 396 of the Acts of 2011
BOARD OF PUBLIC WORKS
003 State House - Old Senate Chamber $ 1,836.00 $ 3,000,000
004 State House Exhibits $ 878.87 $ 140,000
DEPARTMENT OF NATURAL RESOURCES
049 Community Parks & Playgrounds $ .20 $2,500,000
DEPARTMENT OF PUBLIC SAFETY AND CORRECTIONAL SERVICES
033 Baltimore City Detention Center Dining Fac. Reno. $ 24.11 $1,500,000
Total MCCBL 2011 $ 2,739.18
MARYLAND CONSOLIDATED CAPITAL BOND LOAN OF 2013
Chapter 424 of the Acts of 2013
BOARD OF PUBLIC WORKS
010 Facilities Renewal Program $ 20,443.00 $15,000,000
DEPARTMENT OF PUBLIC SAFETY AND CORRECTIONAL SERVICES
051 Maryland House of Correction Deconstruction $ 843.40 $3,306,000
Total MCCBL 2013 $ 21,286.40
292
902.98
See next page for Record
Correction Letter dated
9/3/2024
OSP 179
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
75-GM. GENERAL MISCELLANEOUS (cont’d)
Original
Authorization
MARYLAND CONSOLIDATED CAPITAL BOND LOAN OF 2014
Chapter 463 of the Acts of 2014
BOARD OF PUBLIC WORKS
012 Facilities Renewal Program $ 2.05 $15,000,000
Total MCCBL 2014 $ 2.05
MARYLAND CONSOLIDATED CAPITAL BOND LOAN OF 2015
Chapter 495 of the Acts of 2015
BOARD OF PUBLIC WORKS
103 Facilities Renewal Program $ 1,522.06 $ 8,555,000
Total MCCBL 2015 $ 1,522.06
MARYLAND CONSOLIDATED CAPITAL BOND LOAN OF 2016
Chapter 27 of the Acts of 2016
HISTORIC ST. MARY’S CITY COMMISSION
102 Dove Pier $ 506.51 $ 300,000
103 Visitor Center $ 260.00 $ 155,000
ST. MARY’S COLLEGE OF MARYLAND
188 Academic Building and Auditorium $ 204.54 $ 1,800,000
DEPARTMENT OF PUBLIC SAFETY AND CORRECTIONAL SERVICES
151 Jessup Region Electrical Infrastructure Upgrade $ .03 $382,000
152 New Youth Detention Center $ 1.00 $3,647,000
Total MCCBL 2016 $ 972.08
MARYLAND CONSOLIDATED CAPITAL BOND LOAN OF 2017
Chapter 22 of the Acts of 2017
DEPARTMENT OF PUBLIC SAFETY AND CORRECTIONAL SERVICES
166 Jessup Region Electrical Infrastructure Upgrade $ .07 $467,000
Total MCCBL 2017 $ .07
293
9
72.05
OSP 180
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
75-GM. GENERAL MISCELLANEOUS (cont’d)
Total transfer of spending authority to the Construction Contingency Fund $26,901.84
Description: In accordance with provisions of the State Finance and Procurement Article,
Section 8-129, Annotated Code of Maryland Board of Public Works approval is requested to
transfer unencumbered balances for funds associated with completed Capital Projects.
The Department of General Services and Department of Budget and Management (Office of
Capital Budgeting) have reviewed the unencumbered balances and recommend approval of the
following actions:
Transfer spending authority to the Construction Contingency Fund of $26,901.84
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
294
$25,065.61
$25,065.61
OSP 181
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Rachel Cruse 443-467-8549
rachel.cruse1@maryland.gov
76-GM-MOD. GENERAL MISCELLANEOUS MODIFICATION
Department of Commerce
Contract ID: Existing Fund Managers for Small, Minority, and Women-Owned Businesses
Account (SMWOBA) ) funded by Video Lottery Terminal Proceeds New Fund Managers for
Small, Minority, and Women-Owned Businesses Account (SMWOBA)
ADPICS No.: T00P4601567, T00P4601568, T00P4601569, T00P4601570,
T00P4601571, T00P4601572, T00P4601573
Contract Approved: Secretary’s Agenda # 15, 04/17/2013
Secretary’s Agenda # 9, 06/18/2015
Secretary’s Agenda # 4, 06/23/2015
Secretary’s Agenda # 3, 04/06/2016
Secretary Agenda’s # 7 & 8, 06/22/2016
DGS 25-GM, 12/02/2020
DGS 28-GM, 03/24/2021
DGS 31-GM, 04/21/21
DGS 48-GM-MOD 5/11/2022
DGS 41-GM-MOD 3/15/2023
Contractors: Anne Arundel Economic Development Corp; Annapolis, MD
Baltimore County Department of Economic Development; Towson, MD
Prince George’s Financial Services Corporation; Largo, MD
Howard County Economic Development Authority; Columbia, MD
Maryland Capital Enterprises, Inc.; Salisbury, MD
Meridian Management Group Inc.; Baltimore, MD (MBE)
Montgomery County Economic Development Corporation; Rockville, MD
Contract Description: Fund Managers for Small, Minority, and Women-Owned Businesses
(“SMWOB”) Account Funded by Video Lottery Terminal proceeds.
Modification Description: Commerce is requesting the Board of Public Works approval for
disbursement of $20,000,000 to the incumbent Fund Managers to provide investment capital and
loans to small, minority and women owned businesses across the State with funds allocated from
Maryland video lottery proceeds.
295
OSP 182
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
76-GM-MOD. GENERAL MISCELLANEOUS MODIFICATION (cont’d)
Awards:
Recommended allocations are as follows:
FUND MANAGER
AMOUNT
Anne Arundel Economic Development
Corporation
$2,500,000
Baltimore County Department of Economic
and Workforce Development
$1,000,000
Prince George’s Financial Services
Corporation dba FSC
$5,000,000
Howard County Economic Development
Authority
$500,000
Maryland Capital Enterprises, Inc.
$5,000,000
Meridian Management Group, Inc. (MBE)
$5,000,000
Montgomery County Economic
Development Corporation
$1,000,000
Total
$20,000,000
Contract Term: 05/01/2013 - 04/30/2018 (w/one 5-year renewal) for 3 vendors
05/01/2014 - 04/30/2019 (w/one 5-year renewal) for 4 vendors
06/20/2016 - 07/01/ 2021 (w/one 5-year renewal) for 1 vendor
06/01/2022 – 06/30/2027 (w/one 5-year renewal) for 1 vendor
Modification Term: 07/01/2024 - 06/30/2025
Original Amount: $7,860,000
Modification Amount: $20,000,000
296
OSP 183
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
76-GM-MOD. GENERAL MISCELLANEOUS MODIFICATION (cont’d)
Prior Options/Mods: $ 0 (Mod. #1; Consolidate interim modifications and amendments
to original terms and conditions; Delegated Authority - Commerce,
07/01/2014 – 06/30/2018)
$ 0 (Mod. #2 and #3: Amendment to include new legislation;
Delegated Authority - Commerce, 12/31/2017 – 07/01/2019)
$ 0 (Renewal Option No. 1; Delegated Authority - Commerce,
07/01/2019-06/30/2024)
$11, 000,000 (Mod. No. 4; Additional allocated funds;
12/03/2020-4/30/2023 and 12/03/2020-6/30/2024
DGS 25-GM, 12/02/2020 )
$6,000,000 (Mod. No. 5; Additional allocated funds;
03/25/2021 - 04/30/2023 and 03/25/2021 - 06/30/2024
DGS 28-GM, 03/24/2021)
Total Contract Amount: $94,841,623
Percent +/- (This Item): 254.45%
Total Percent Change: 1206.64%
Original Procurement Method: Competitive Sealed Proposals
MBE/VSBE Participation: 10% of Up-Front Expense Fee / 0%
MBE/VSBE Compliance: 10% of Up-Front Expense Fee / 0%
Performance Security: No
Requesting Agency Remarks: Request approval to increase grant funding in the amount of
$20,000,000 to the seven (7) incumbent fund managers. In fiscal year 2024, an appropriation of
$20,745,496 was approved. As such, the Department invited all nine (9) existing fund managers
to reapply for additional funds. e Seven (7) existing fund managers reapplied and were selected to
receive additional funds.
297
OSP 184
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
76-GM-MOD. GENERAL MISCELLANEOUS MODIFICATION (cont’d)
Agency Remarks (cont’d):
The purpose of additional grant funding is to provide monies to the Fund to be used and
administered, managed, and accounted for by the fund manager on behalf of the Fund and for the
benefit of the State of Maryland to make loans to or investments in Eligible Targeted Businesses
located in the State of Maryland.
BPW retained the right to approve additional grant funding to the Fund Managers and the BPW
approved contracts were constructed to allow disbursement of additional funds without modifying
the contract. Formerly exercised grants are outlined on Attachment I.
Fund Source: 100% Special Funds (Small, Minority and Women-Owned
Businesses Account-Video Lottery Terminal Fund)
Approp. Code: T00F0015
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
298
OSP 185
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
76-GM-MOD. GENERAL MISCELLANEOUS MODIFICATION (cont’d)
ATTACHMENT I
Historical funding allocations are as follows:
Grants Exercised through 2023
FUND MANAGER
AMOUNT
Anne Arundel Economic Development Corporation
$1,050,000
Baltimore Development Corporation
$1,250,000
Baltimore County Department of Economic and Workforce Development
$1,250,000
Prince George’s Financial Services Corporation dba FSC
$3,000,000
Howard County Economic Development Authority
$ 1,000,000
Maryland Capital Enterprises, Inc.
$ 3,000,000
Meridian Management Group Inc.
$ 1,250,000
Tri-County Council of Western Maryland
$ 1,500,000
Total
$13,500,000
Grants Exercised through 2022
FUND MANAGER
AMOUNT
Anne Arundel Economic Development Corporation
$1,000,00
0
Baltimore Development Corporation
$1,250,00
0
Baltimore County Department of Economic and Workforce Development
$1,250,00
0
Prince George’s Financial Services Corporation dba FSC
$3,000,00
0
Howard County Economic Development Authority
$1,000,00
0
Maryland Capital Enterprises, Inc.
$ 3,000,000
Meridian Management Group Inc.
$ 1,500,000
Tri-County Council of Western Maryland
$ 1,500,000
Montgomery County Economic Development Corporation
$1,500,00
0
Total
$15,000,00
0
299
OSP 186
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
76-GM-MOD. GENERAL MISCELLANEOUS MODIFICATION (cont’d)
ATTACHMENT I
Grants Exercised through 2021 Relief Funds
FUND MANAGER
AMOUNT
Anne Arundel Economic Development Corporation
$1,250,000
Baltimore Development Corporation
$1,250,000
Baltimore County Department of Economic and Workforce Development
$1,250,000
Prince George’s Financial Services Corporation dba FSC
$1,250,000
Howard County Economic Development Authority
$ 1,250,000
Maryland Capital Enterprises, Inc.
$ 1,250,000
Meridian Management Group Inc.
$ 1,250,000
Tri-County Council of Western Maryland
$ 1,250,000
Total
$10,000,000
Grants Exercised through 2021
FUND MANAGER
AMOUNT
Anne Arundel Economic Development Corporation
$ 825,000
Baltimore Development Corporation
$ 500,000
Baltimore County Department of Economic and Workforce Development
$ 600,000
Prince George’s Financial Services Corporation dba FSC
$ 725,000
Howard County Economic Development Authority
$ 825,000
Maryland Capital Enterprises, Inc.
$ 950,000
Meridian Management Group Inc.
$ 825,000
Tri-County Council of Western Maryland
$ 750,000
Total
$6,000,000
300
OSP 187
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
76-GM-MOD. GENERAL MISCELLANEOUS MODIFICATION (cont’d)
ATTACHMENT I
Grants Exercised through
2020
April 17, 2013 Grants:
Meridian Management Group
$3,500,000
Anne Arundel Economic Development Corp.
$3,360,000
Maryland Capital Enterprises, Inc.
$1,000,000
Total
$7,860,000
June 18, 2014 Grants:
Meridian Management Group
$2,000,000
Anne Arundel Economic Development Corp.
$2,000,000
Maryland Capital Enterprises, Inc.
$ 0
Baltimore County Department of Economic and Workforce Development
$1,500,000
Baltimore Development Corporation
$1,000,000
Howard County Economic Dev. Authority
$1,500,000
Tri-County Council of Western MD
$1,100,000
Total
$9,100,000
301
OSP 188
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Rachel Cruse 443-467-8549
rachel.cruse1@maryland.gov
77-GM-MOD. GENERAL MISCELLANEOUS MODIFICATION
Department of Commerce
Contract ID: Existing Fund Managers for Small, Minority, and Women-Owned Businesses
Account (SMWOBA) funded by Video Lottery Terminal Proceeds
New Fund Managers for Small, Minority, and Women-Owned Businesses
Account (SMWOBA)
ADPICS No.: T00P4601568, T00P4601571, T00P4601574, T00P4601575
Contract Approved: Secretary’s Agenda # 15, 04/17/2013
Secretary’s Agenda # 9, 06/18/2015
Secretary’s Agenda # 4, 06/23/2015
Secretary’s Agenda # 3, 04/06/2016
Secretary Agenda’s # 7 & 8, 06/22/2016
DGS 25-GM, 12/02/2020
DGS 28-GM, 03/24/2021
DGS 31-GM, 04/21/2021
DGS 48-GM, 05/11/2022
DGS 41-GM-MOD 03/15/2023
Contractors: Baltimore County Department of Economic and Workforce Development;
Towson, MD
Baltimore Development Corporation; Baltimore, MD
Howard County Economic Development Authority; Columbia, MD
Tri County Council of Western Maryland; Cumberland, MD
Contract Description: Fund Managers for Small, Minority, and Women-Owned Businesses
(“SMWOB”) Account Funded by Video Lottery Terminal proceeds.
Modification Description: Last year under BPW Item DGS 41-GM-MOD 03/15/2023, Commerce
extended three Fund Manager Contracts. The Fund Manager contract modifications approved last
year were with Anne Arundel Economic Development Corporation, Maryland Capital Enterprises,
Inc., and Meridian Management Group, Inc. This item extends four additional Fund Manager
contracts. The contract renewals will allow the Maryland Department of Commerce time to solicit
more Fund Managers to participate in making loans to small businesses in accordance with State
Economic Development Article Section 5 Subtitle 15-01.
302
OSP 189
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
77-GM-MOD. GENERAL MISCELLANEOUS MODIFICATION (cont’d)
Historical funding allocations are as follows:
FUND MANAGER
AMOUNT
Anne Arundel Economic Development Corporation
$444,444.44
Baltimore Development Corporation
$444,444.44
Baltimore County Department of Economic and Workforce Development
$444,444.44
Prince George’s Financial Services Corporation dba FSC
$444,444.44
Howard County Economic Development Authority
$444,444.44
Maryland Capital Enterprises, Inc.
$444,444.44
Meridian Management Group Inc.
$444,444.44
Tri-County Council of Western Maryland
$444,444.44
Montgomery County Economic Development Corporation
$444,444.48
Total
$4,000,000.00
Original Contract Terms: 05/01/2013 - 04/30/2018 (w/one 5-year renewal) for 3 vendors
05/01/2014 - 04/30/2019 (w/one 5-year renewal) for 4 vendors
06/20/2016-07/01/ 2021 (w/one 5-year renewal) for 1 vendor
06/01/2022-06/30/2027 (w/five 1-year renewal options) for 1
vendor
Modification Terms: 07/01/2024 - 06/30/2029
Original Amount: $ 7,860,000
Modification Amount: $0
Total Contract Amount: $98,341,623
Prior Mods/Options: $ 0 (Mod. No. 1; consolidate interim modifications and
amendments to original terms and conditions; Delegated Authority,
07/01/2014 – 06/30/2018)
$0 (Mod. No. 2 and 3: amendment to include new legislation;
Delegated Authority, 12/31/2017 – 07/01/2019)
$0 (Renewal Option No. 1; Delegated Authority,
07/01/2019-06/30/2024)
$11, 000,000 (Mod. No. 4; additional allocated funds;
12/03/2020-4/30/2023 and 12/03/2020-6/30/2024)
303
OSP 190
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
77-GM-MOD. GENERAL MISCELLANEOUS MODIFICATION (cont’d)
$6,000,000 (Mod. No. 5; additional allocated funds;
03/25/2021 - 04/30/2023 and 03/25/2021 - 06/30/2024)
$0 (Renewal Option No. 2; Delegated Authority, 5/1/2023 –
4/30/2028)
Grants Exercised through 2023
FUND MANAGER
AMOUNT
Anne Arundel Economic Development Corporation
$1,050,000
Baltimore Development Corporation
$1,250,000
Baltimore County Department of Economic and Workforce Development
$1,250,000
Prince George’s Financial Services Corporation dba FSC
$3,000,000
Howard County Economic Development Authority
$ 1,000,000
Maryland Capital Enterprises, Inc.
$ 3,000,000
Meridian Management Group Inc.
$ 1,250,000
Tri-County Council of Western Maryland
$ 1,500,000
Total
$13,500,000
304
OSP 191
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
77-GM-MOD. GENERAL MISCELLANEOUS MODIFICATION (cont’d)
Grants Exercised through 2022
FUND MANAGER
AMOUNT
Anne Arundel Economic Development Corporation
$1,000,00
0
Baltimore Development Corporation
$1,250,00
0
Baltimore County Department of Economic and Workforce Development
$1,250,00
0
Prince George’s Financial Services Corporation dba FSC
$3,000,00
0
Howard County Economic Development Authority
$1,000,00
0
Maryland Capital Enterprises, Inc.
$ 3,000,000
Meridian Management Group Inc.
$ 1,500,000
Tri-County Council of Western Maryland
$ 1,500,000
Montgomery County Economic Development Corporation
$1,500,00
0
Total
$15,000,00
0
305
OSP 192
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
77-GM-MOD. GENERAL MISCELLANEOUS MODIFICATION (cont’d)
Grants Exercised through 2021 Relief Funds
FUND MANAGER
AMOUNT
Anne Arundel Economic Development Corporation
$1,250,00
0
Baltimore Development Corporation
$1,250,00
0
Baltimore County Department of Economic and Workforce Development
$1,250,00
0
Prince George’s Financial Services Corporation dba FSC
$1,250,00
0
Howard County Economic Development Authority
$ 1,250,000
Maryland Capital Enterprises, Inc.
$ 1,250,000
Meridian Management Group Inc.
$ 1,250,000
Tri-County Council of Western Maryland
$ 1,250,000
Total
$10,000,00
0
Grants Exercised through 2021
FUND MANAGER
AMOUNT
Anne Arundel Economic Development Corporation
$ 825,000
Baltimore Development Corporation
$ 500,000
Baltimore County Department of Economic and Workforce Development
$ 600,000
Prince George’s Financial Services Corporation dba FSC
$ 725,000
Howard County Economic Development Authority
$ 825,000
Maryland Capital Enterprises, Inc.
$ 950,000
Meridian Management Group Inc.
$ 825,000
Tri-County Council of Western Maryland
$ 750,000
Total
$6,000,000
Grants Exercised through 2020
April 17, 2013 Grants:
Meridian Management Group
$3,500,00
0
Anne Arundel Economic Development Corp.
$3,360,00
0
Maryland Capital Enterprises, Inc.
$1,000,00
0
Total
$7,860,00
0
306
OSP 193
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
77-GM-MOD. GENERAL MISCELLANEOUS MODIFICATION (cont’d)
June 18, 2014 Grants:
Meridian Management Group
$2,000,000
Anne Arundel Economic Development Corp.
$2,000,000
Maryland Capital Enterprises, Inc.
$ 0
Baltimore County Department of Economic and Workforce Development
$1,500,000
Baltimore Development Corporation
$1,000,000
Howard County Economic Dev. Authority
$1,500,000
Tri-County Council of Western MD
$1,100,000
Total
$9,100,000
June 23, 2015 Grants:
Meridian Management Group
$ 2,150,000
Anne Arundel Economic Development Corporation
$ 1,850,000
Maryland Capital Enterprises, Inc.
$ 1,000,000
Baltimore County Department of Economic and Workforce Development
$ 1,600,000
Baltimore Development Corporation
$ 1,750,000
Howard County Economic Development Authority
$ 1,750,000
Tri-County Council of Western Maryland
$ 1,100,000
Total
$11,200,00
0
June, 2016 Grants**:
Meridian Management Group
$ 4,000,000
Anne Arundel Economic Development Corporation
$ 4,000,000
Maryland Capital Enterprises, Inc.
$ 2,681,623
Baltimore County Department of Economic and Workforce Development
$ 3,000,000
Baltimore Development Corporation
$ 3,000,000
Howard County Economic Development Authority
$ 3,000,000
Tri-County Council of Western Maryland
$ 2,500,000
Prince George’s Financial Services FSC First
$2,000,000
Total
$24,181,623
**August 17, 2016: The Department of Housing and Community Development (DHCD) was
designated by BPW as a Fund Manager to assist with the Ellicott City flood. As such, DHCD
was awarded $2,500,000. The funding came from a proportional reduction of the 2016
awarded amounts listed above.
307
OSP 194
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
77-GM-MOD. GENERAL MISCELLANEOUS MODIFICATION (cont’d)
December 2, 2020 Grants:
FUND MANAGER
AMOUNT
Anne Arundel Economic Development Corporation
$ 1,500,000
Baltimore Development Corporation
$ 750,000
Baltimore County Department of Economic and Workforce Development
$ 750,000
Howard County Economic Development Authority
$ 1,000,000
Prince George’s Financial Services Corporation dba FSC
$ 3,000,000
Maryland Capital Enterprises, Inc.
$ 1,500,000
Meridian Management Group Inc.
$ 1,500,000
Tri-County Council of Western Maryland
$ 1,000,000
Total
$11,000,000
Percent +/- (This Item): 0%
Total Percent Change: 910%
Procurement Method: Competitive Sealed Proposals
MBE/VSBE Participation: 10% MBE of Up-Front Expense Fee / 0%
MBE/VSBE Compliance: 10% MBE of Up-Front Expense Fee / 0%
Requesting Agency Remarks: Request approval to extend three (Fund Managers) Fund Managers
were allowed to use 8% of the initial award to stand up the program. From that amount, Fund
Managers were required to meet a 10% MBE goal. The MBE Goal of 10% was required and
achieved in the first year of the award.
The Fund Managers utilized a variety of MBE contractors for services such as office supplies,
accounting, title work, and marketing to stand up their SMWOBA programs. This was a one-time
stand-up fee. Fund Managers must absorb and pay all expenses related to running the program out
of fee income earned from origination fees, application fees, and interest collected on loans.
308
OSP 195
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
77-GM-MOD. GENERAL MISCELLANEOUS MODIFICATION (cont’d)
The SMWOBA program has closed and funded 915 transactions since inception for a total of $89.9
million to small, minority, and women-owned businesses, supporting 10,182 jobs. BPW retained
the right to approve additional grant funding to the Fund Managers and the BPW
approved contracts were constructed to allow disbursement of additional funds without modifying
the contract.
Fund Source: 100% Special (Small, Minority and Women-Owned Businesses
Account-Video Lottery Terminal Fund)
Approp. Code: T00F0015
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
309
OSP 196
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Wendy Scott- Napier 410-767-4088
wendy.scott-napier@maryland.gov
78-RP. REAL PROPERTY
Department of Agriculture, Maryland Agricultural Land Preservation
Foundation (MALPF) and Agricultural Land Preservation Easements
(Various Properties)
Reference: Approve the Maryland Agricultural Land Preservation Foundation, Department of
Agriculture, to accept option contracts for the purchase of agricultural preservation easements on
the following properties. All purchases outlined below have been reviewed and approved by the
MALPF Board.
Special Conditions: Grantor relinquishes all rights to develop or subdivide the land for industrial,
commercial, or residential use. Land shall be preserved solely for agricultural use in accordance
with provisions of the Agricultural Article. No commercial signs or billboards are permitted, and
there shall be no dumping on land except as is necessary to normal farming operations. Grantor
shall manage the property in accordance with sound agricultural practices. The Grantee(s) shall
have the right to enter land for inspection. No public rights are granted. The term of these
easements shall be in perpetuity pursuant to Agriculture Article Section 2-514.1.
A) As to items 1 through 13, pursuant and subject to the provisions of Agriculture Article
Section 2-513, Grantor has elected to reserve the right to apply for release of a lot to convey to
himself or his children for the purpose of constructing a dwelling for personal use as follows: one
lot of one acre or less if the subject property is at least 20 acres, but less than 70 acres, two lots of
one acre or less if the subject property is at least 70 acres, but less than 120 acres, or three lots of
one acre or less if the subject property is 120 acres or more.
B) As to items 14 through 37, pursuant and subject to the provisions of Agriculture Article
Section 2-513, Grantor has elected to reserve to himself, and his assigns, the right to apply for
release of one unrestricted lot, that may be conveyed to himself or others. Note that as to Items 14,
34, and 36, the unrestricted lot will be a building envelope that will not be subdivided from the
farm.
C) As to items 38 through 55, the Grantor is waiving the right to request any additional lots.
310
OSP 197
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
78-RP. REAL PROPERTY (cont’d)
Grantor Property Price
FAMILY LOTS
Carroll County
1. R&D Spencer 87.51 Acres $847,700.00
06-24-15 Less 1 acre $9,798.87/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Lefort (Staff) $1,211,000 $75,305.80 $1,135,694.20
b. Belinko (fee) $1,298,000 $75,305.80 $1,222,694.20
c. Campbell (fee) $761,000 $75,305.80 $685,694.20
Review Appraiser: Lefort
Dorchester County
2. Squirrel Hollow LP 279.57 Acres $880,645.50
09-24-05 $3,150.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Peters (fee) $1,510,000 $206,228.65 $1,303,771.35
b. Cadell (fee) $1,314,000 $206,228.65 $1,107,771.35
Review Appraiser: Lefort
Frederick County
3. Rippeon Farms, LLC 166.14 Acres $1,424.250.00
10-24-16 Less 1 acre $8,624.50/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Enger (Staff) $1,899,000 $118,838.31 $1,780,161.69
b. Belinko (fee) $2,312,000 $118,838.31 $2,193,161.69
c. Bowers (fee) $1,486,000 $118,838.31 $1,367,161.69
Review Appraiser: Enger
311
OSP 198
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
78-RP. REAL PROPERTY (cont’d)
Garrett County
4. Hamilton Farms, LLC 176.8 Acres $550,500.00
11-24-09 Less 1 acre $3,149.31/acre
Per dwelling
(2 dwellings)
(Appraised Value) (Agricultural Value) (Easement Value)
a. Belinko (fee) $403,000 $109,320.74 $293,679.26
b. Campbell (fee) $250,000 $109,320.74 $140,679.26
Review Appraiser: Kelleher
Harford County
5. C&B Filburn 21.09 Acres $165,750.00
12-24-05 Less 1 acre $8,250.37/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Muller (fee) $221,000 $16,242.62 $204,757.38
b. Campbell (fee) $295,000 $16,242.62 $278,757.38
Review Appraiser: Kelleher
6. Jody Varvaris, et.al. 55.384 Acres* $346,698.00
12-24-06 $6,375.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Muller (fee) $471,000 $38.29 $470,961.71
b. Campbell (fee) $299,000 $38.29 $298,961.71
Review Appraiser: Kelleher
*55.384 acres will be encumbered by the MALPF Easement, but 1 acre is reserved for a non-
subdivideable building envelope and thus payment will only be made upon 54.384 acres.
312
OSP 199
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
78-RP. REAL PROPERTY (cont’d)
7. Glackin Family Trust 78 Acres* $404,250.00
12-24-07 $5,250.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Muller (fee) $546,000 $104.16 $545,895.84
b. Campbell (fee) $889,000 $104.16 $888,895.84
Review Appraiser: Kelleher
*78 acres will be encumbered by the MALPF Easement, but 1 acre is reserved for a non-
subdivideable building envelope and thus payment will only be made upon 77 acres.
8. L&B Haifley 21.23 Acres $131,495.00
12-24-09 Less 1 acre $6,500.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Muller (fee) $198,000 $14,822.41 $183,177.59
b. Campbell (fee) $233,000 $14,822.41 $218,177.59
Review Appraiser: Kelleher
9. Samuel Foard Estate, et.al. 139.576 Acres* $1,124,510.25
12-24-12 Less 1 acre $8,625.00/acre
Per dwelling
(2 dwellings)
(Appraised Value) (Agricultural Value) (Easement Value)
a. Muller (fee) $1,582,000 $116,473.82 $1,465,526.18
b. Campbell (fee) $1,940,000 $116,473.82 $1,823,526.18
Review Appraiser: Kelleher
*139.576 acres will be encumbered by the MALPF Easement, but 7.198 acres is already
protected by prior restrictions and thus payment will only be made upon 130.378 after also
subtracting 2 acres for 2 dwellings.
10. B. Winsett & J. Grimmel 94.13 Acres* $751,822.50
12-24-14 Less 1 acre $8,250.00/acre
Per dwelling
(2 dwellings)
(Appraised Value) (Agricultural Value) (Easement Value)
a. Muller (fee) $1,013,000 $70,972.79 $942,027.21
b. Campbell (fee) $1,179,000 $70,972.79 $1,108,027.21
Review Appraiser: Kelleher
*94.13 acres will be encumbered by the MALPF Easement, but 1 acre is reserved for a cell
tower and thus payment will only be made upon 91.13 acres after also subtracting 2 acres for 2
dwellings.
313
OSP 200
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
78-RP. REAL PROPERTY (cont’d)
Washington County
11. N&K Corwell 189.15 Acres $912,750.00
21-24-07 Less 1 acre $4,877.10/acre
Per dwelling
(2 dwellings)
(Appraised Value) (Agricultural Value) (Easement Value)
a. Bowers (fee) $1,217,000 $112,082.26 $1,104,917.74
b. Cline (fee) $1,497,000 $112,082.26 $1,384,917.74
Review Appraiser: Enger
12. E.D.D.N., L.L.C. 180.613 Acres $1,145,250.00
21-24-08 Less 1 acre $6,376.21/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Cline (fee) $1,527,000 $146,273.78 $1,380,726.22
b. Bowers (fee) $1,527,000 $146,273.78 $1,380,726.22
Review Appraiser: Enger
13. Donald Houser, Jr. 130.81 Acres $681,750.00
21-24-10 Less 1 acre $5,251.91/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Bowers (fee) $909,000 $73,464.30 $835,535.70
b. Cline (fee) $974,000 $73,464.30 $900,535.70
Review Appraiser: Enger
UNRESTRICTED LOTS
Carroll County
14. W&K Sheeley 27.974 Acres $223,792.00
06-24-14 $8,000.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Lefort (Staff) $378,000 $19,644.22 $358,355.78
b. Belinko (fee) $378,000 $19,644.22 $358,355.78
c. Campbell (fee) $266,000 $19,644.22 $246,355.78
Review Appraiser: Lefort
314
OSP 201
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
78-RP. REAL PROPERTY (cont’d)
Cecil County
15. Joan McKeown Estate 107.742 Acres $747,194.00
07-24-08 Less 1 acre $7,000.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Muller (fee) $1,067,000 $122,007.05 $944,992.95
b. Campbell (fee) $1,174,000 $122,007.05 $1,051.992.95
Review Appraiser: Kelleher
16. Randalia Farms, LC 90 Acres $607,500.00
07-24-10 $6,750.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Muller (fee) $810,000 $61,523.70 $748,476.30
b. Campbell (fee) $945,000 $61,523.70 $883,476.30
Review Appraiser: Kelleher
Charles County
17. J&E Bowling 40.2043 Acres $215,623.65
08-24-01 Less 1 acre $5,500.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Belinko (fee) $353,000 $29,751.18 $323,248.82
b. Campbell (fee) $353,000 $29,751.18 $323,248.82
Review Appraiser: Enger
18. Brindan, LLC 172.951 Acres* $1,045,187.63
08-24-03 Less 1 acre $6,375.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Enger (Staff) $1,470,000 $121,323.74 $1,348,676.26
b. Belinko (fee) $1,902,000 $121,323.74 $1,780,676.26
c. Campbell (fee) $882,000 $121,323.74 $760,676.26
Review Appraiser: Enger
*172.951 acres will be encumbered by the MALPF Easement, but 1 acre and 8 acres,
respectively, are reserved as permitted use envelopes, one of which includes the existing
dwelling, and thus payment will only be made upon 163.951.
315
OSP 202
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
78-RP. REAL PROPERTY (cont’d)
19. Ruby Dyson 53.39 Acres $240,255.00
08-24-05 $4,500.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Enger (Staff) $336,000 $33,817.50 $302,182.50
b. Belinko (fee) $347,000 $33,817.50 $313,182.50
c. Campbell (fee) $256,000 $33,817.50 $222,182.50
Review Appraiser: Enger
20. James Simpson, et.al. 284.3876 Acres $1,020,000.00
08-24-12 Less 1 acre $3,599.31/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Enger (Staff) $1,360,000 $139,685.50 $1,220,314.50
b. Belinko (fee) $1,360,000 $139,685.50 $1,220,314.50
c. Campbell (fee) $882,000 $139,685.50 $742,314.50
Review Appraiser: Enger
Frederick County
21. C&D Drenner 133.7911 Acres $915,406.91
10-24-04 Less 1 acre $6,999.00/acre
Per dwelling
(3 dwellings)
(Appraised Value) (Agricultural Value) (Easement Value)
a. Enger (fee) $1,373,000 $118,972.82 $1,254,027.18
b. Belinko (fee) $1,439,000 $118,972.82 $1,320,027.18
c. Bowers (fee) $1,112,000 $118,972.82 $993,027.18
Review Appraiser: Enger
22. Harless Farm, LLC 277.6156 Acres $1,778,501.40
10-24-09 Less 1 acre $6,500.00/acre
Per dwelling
(4 dwellings)
(Appraised Value) (Agricultural Value) (Easement Value)
a. Belinko (fee) $3,010,000 $277,155.96 $2,732,844.04
b. Bowers (fee) $2,600,000 $277,155.96 $2,322,844.04
Review Appraiser: Enger
316
OSP 203
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
78-RP. REAL PROPERTY (cont’d)
23. J&M Parish 88.974 Acres* $569,331.00
10-24-14 Less 1 acre $7,000.00/acre
Per dwelling
(2 dwellings)
(Appraised Value) (Agricultural Value) (Easement Value)
a. Belinko (fee) $1,000,000 $63,735.93 $936,264.07
b. Bowers (fee) $957,000 $63,735.93 $893,264.07
Review Appraiser: Enger
*88.974 acres will be encumbered by the MALPF Easement, but 5.641 acres are located outside
of Frederick County and thus payment will only be made upon 81.333 acres after also
subtracting 2 acres for 2 dwellings.
24. Doubs Branch, LLC 101.9831 Acres* $805,464.80
10-24-17 Less 1 acre $8,000.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Belinko (fee) $1,212,000 $128,858.35 $1,083,141.65
b. Bowers (fee) $1,010,000 $128,858.35 $881,141.65
Review Appraiser: Enger
*101.9831 acres will be encumbered by the MALPF Easement, but 0.3 acre is already protected
by prior restrictions and thus payment will only be made upon 100.6831 acres after also
subtracting 1 acre for 1 dwelling.
Montgomery County
25. Kilmain, LLC 230.2978 Acres $1,719,733.50
15-24-01 Less 1 acre $7,500.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Peters (fee) $2,889,000 $217,763.38 $2,671,236.62
b. Lamb (fee) $2,857,000 $217,763.38 $2,639,236.62
Review Appraiser: Kelleher
26. Woodbourne29220, LLC 112.0381 Acres $777,266.70
15-24-02 Less 1 acre $7,000.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Peters (fee) $1,332,000 $56,803.64 $1,275,196.36
b. Lamb (fee) $1,140,000 $56,803.64 $1,083,196.36
Review Appraiser: Kelleher
317
OSP 204
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
78-RP. REAL PROPERTY (cont’d)
Queen Anne’s County
27. Deano Farms, LLC 179.5 Acres $582,267.00
17-24-02 Less 1 acre $3,262.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Cadell (fee) $1,883,000 $123,757.54 $1,759,242.46
b. Belinko (fee) $1,874,000 $123,757.54 $1,750,242.46
Review Appraiser: Andrews
28. T&D Gannon 77.5 Acres $313,650.00
17-24-04 Less 1 acre $4,100.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Cadell (fee) $887,400 $71,748.45 $815,651.55
b. Belinko (fee) $956,000 $71,748.45 $884,251.55
Review Appraiser: Andrews
29. T&D Gannon 165.67 Acres $658,680.00
17-24-05 Less 1 acre $4,000.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Belinko (fee) $1,778,000 $120,679.93 $1,657,320.07
b. Cadell (fee) $1,737,000 $120,679.93 $1,616,320.07
Review Appraiser: Andrews
30. Leverage Farm, LLC 127.129 Acres $610,219.20
17-24-08 $4,800.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Cadell (fee) $1,589,000 $181,896.49 $1,407,103.51
b. Belinko (fee) $1,653,000 $181,896.49 $1,471,103.51
Review Appraiser: Andrews
318
OSP 205
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
78-RP. REAL PROPERTY (cont’d)
31. Rhodes Trusts 60.304 Acres* $245,715.45
17-24-15 $4,175.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Andrews (Staff) $1,038,000 $55,578.75 $982,421.25
b. Belinko (fee) $814,000 $55,578.75 $758,421.25
c. Cadell (fee) $1,206,000 $55,578.75 $1,150,421.25
Review Appraiser: Andrews
*60.304 acres will be encumbered by the MALPF Easement, but 1.45 acres is already protected
by prior restrictions and thus payment will only be made upon 58.854 acres.
32. Rhodes Trust 77.874 Acres* $318,151.70
17-24-16 $4,175.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Cadell (fee) $942,000 $74,586.29 $867,413.71
b. Belinko (fee) $1,012,000 $74,586.29 $937,413.71
Review Appraiser: Andrews
*77.874 acres will be encumbered by the MALPF Easement, but 1.67 acres are already
protected by prior restrictions and thus payment will only be made upon 76.204 acres.
33. R&A Whaley 253.44 Acres* $725,494.00
17-24-19 Less 1 acre $3,850.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Cadell (fee) $2,651,000 $178,087.58 $2,472,912.42
b.Belinko (fee) $2,524,000 $178,087.58 $2,345,912.42
Review Appraiser: Andrews
*253.44 acres will be encumbered by the MALPF Easement, but 64 acres are already protected
by prior restrictions and thus payment will only be made upon 188.44 acres after also
subtracting 1 acre for 1 dwelling.
Wicomico County
34. Helfrich Land Trust 147.4 Acres $442,500.00
22-24-02 $3,002.04/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Campbell (fee) $590,000 $26,188.73 $563,811.27
b. Cadell (fee) $501,000 $26,188.73 $474,811.27
Review Appraiser: Lefort
319
OSP 206
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
78-RP. REAL PROPERTY (cont’d)
35. Riverton Farms, LLC 59.14 Acres $266,130.00
22-24-07 $4,500.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Cadell (fee) $396,000 $39,586.00 $356,414.00
b. Campbell (fee) $390,000 $39,586.00 $350,414.00
Review Appraiser: Lefort
Worcester County
36. Benjamin Aydelotte 114.37 Acres $228,740.00
23-24-01 $2,000.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Cadell (fee) $583,000 $91,106.33 $491,893.67
b. Jeffery (fee) $570,000 $91,106.33 $478,893.67
Review Appraiser: Lefort
37. Queponco Farms, Inc. 187.75 Acres $546,243.75
23-24-07 Less 1 acre $2,925.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Jeffery (fee) $930,000 $144,460.00 $785,540.00
b. Cadell (fee) $915,000 $144,460.00 $770,540.00
Review Appraiser: Lefort
LOT WAIVER
Carroll County
38. J&J Collins 81.22 Acres $561,400.00
06-24-02 Less 1 acre $6,998.25/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Lefort (Staff) $802,000 $77,063.37 $724,936.63
b. Belinko (fee) $923,000 $77,063.37 $845,936.63
c. Campbell (fee) $541,000 $77,063.37 $463,936.63
Review Appraiser: Lefort
320
OSP 207
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
78-RP. REAL PROPERTY (cont’d)
39. Rachel Cosden, et.al. 12.031 Acres $77,000.00
06-24-03 Less 1 acre $6,980.33/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Campbell (fee) $110,000 $13,121.21 $96,878.79
b. Belinko (fee) $108,000 $13,121.21 $94,878.79
Review Appraiser: Lefort
40. Cynthia Jennette 37.321 Acres $254,100.00
06-24-10 Less 1 acre $6,995.95/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Belinko (fee) $363,000 $18,724.96 $344,275.04
b. Campbell (fee) $ 312,000 $18,724.96 $293,275.04
Review Appraiser: Lefort
41. Stanley Pennington 20.5 Acres $168,000.00
06-24-12 Less 1 acre $9,081.08/acre
Per dwelling
(2 dwellings)
(Appraised Value) (Agricultural Value) (Easement Value)
a. Lefort (Staff) $240,000 $14,746.54 $225,253.46
b. Belinko (fee) $268,000 $14,746.54 $253,253.46
c. Campbell (fee) $154,000 $14,746.54 $139,253.46
Review Appraiser: Lefort
42. C&E Weaver 35.7478 Acres $340,200.00
06-24-16 Less 1 acre $9,790.55/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Lefort (Staff) $486,000 $19,792.66 $466,207.34
b. Belinko (fee) $521,000 $19,792.66 $501,207.34
c. Campbell (fee) $292,000 $19,792.66 $272,207.34
Review Appraiser: Lefort
321
OSP 208
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
78-RP. REAL PROPERTY (cont’d)
Dorchester County
43. Eberspacher Trusts 54.96 Acres $178,620.00
09-24-02 $3,250.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Peters (fee) $341,000 $57,838.70 $283,161.30
b. Cadell (fee) $319,000 $57,838.70 $261,161.30
Review Appraiser: Lefort
Harford County
44. Bethel Presbyterian Ch. 55.27 Acres $447,750.00
12-24-02 Less 1 acre $8,250.41/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Muller (fee) $597,000 $21,281.68 $575,718.32
b. Campbell (fee) $586,000 $21,281.68 $564,718.32
Review Appraiser: Kelleher
45. Troyer Farms, LLC 13.892 Acres $111,136.00
12-24-13 $8,000.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Muller (fee) $ 156,000 $7,627.58 $148,372.42
b. Campbell (fee) $94,000 $7,627.58 $86,372.42
Review Appraiser: Kelleher
Somerset County
46. S&S Cullen 136.07 Acres $576,501.00
19-24-02 Less 1 acre $4,300.00/acre
Per dwelling
(2 dwellings)
(Appraised Value) (Agricultural Value) (Easement Value)
a. Jeffery (fee) $870,000 $51,958.33 $818,041.67
b. Cadell (fee) $804,000 $51,958.33 $752,041.67
Review Appraiser: Lefort
322
OSP 209
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
78-RP. REAL PROPERTY (cont’d)
47. Laird Farms 51.45 Acres $231,525.00
19-24-06 $4,500.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Jeffery (fee) $330,000 $51,574.00 $278,426.00
b. Cadell (fee) $340,000 $51,574.00 $288,526.00
Review Appraiser: Lefort
48. Natalie Overholt 69.7 Acres $329,250.00
19-24-09 $4,723.82/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Cadell (fee) $439,000 $78,036.67 $360,963.33
b. Jeffery (fee) $420,000 $78,036.67 $341,963.33
Review Appraiser: Lefort
49. P&P Renshaw 39.96 Acres $136,360.00
19-24-10 Less 1 acre $3,500.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Jeffery (fee) $250,000 $40,861.33 $209,138.67
b. Cadell (fee) $245,000 $40,861.33 $204,138.67
Review Appraiser: Lefort
50. Keith Widdowson, et.al. 72.32 Acres $292,500.00
19-24-12 Less 1 acre $4,101.23/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Jeffery (fee) $390,000 $43,858.67 $346,141.33
b. Cadell (fee) $435,000 $43,858.67 $391,141.33
Review Appraiser: Lefort
Talbot County
51. Eaton Trusts 192.613 Acres $804,774.60
20-24-02 Less 1 acre $4,200.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Andrews (Staff) $1,839,000 $201,162.16 $1,637,837.84
b. Cadell (fee) $1,839,000 $201,162.16 $1,637,837.84
c. Campbell (fee) $1,050,000 $201,162.16 $848,837.84
Review Appraiser: Andrews
323
OSP 210
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
78-RP. REAL PROPERTY (cont’d)
Washington County
52. Philip Bowers 69.674 Acres $324,750.00
21-24-03 Less 1 acre $4,870.71/acre
Per dwelling
(3 dwellings)
(Appraised Value) (Agricultural Value) (Easement Value)
a. Enger (Staff) $433,000 $66,919.13 $366,080.87
b. Bowers (fee) $567,000 $66,919.13 $500,080.87
c. Cline (fee) $367,000 $66,919.13 $300,080.87
Review Appraiser: Enger
53. S&B Buhrman 116.22 Acres* $565,740.00
21-24-04 Less 1 acre $5,250.00/acre
Per dwelling
(2 dwellings)
(Appraised Value) (Agricultural Value) (Easement Value)
a. Cline (fee) $800,000 $75,292.76 $724,707.24
b. Bowers (fee) $800,000 $75,292.76 $724,707.24
Review Appraiser: Enger
*116.22 will be encumbered by the MALPF Easement, but 6.46 acres are already protected by
prior restrictions and thus payment will only be made upon 107.76 acres after also subtracting 2
acres for 2 dwellings.
54. K. Byron & T. Stark 50.005 Acres $312,750.00
21-24-05 Less 1 acre $6,382.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Cline: (fee) $417,000 $60,008.73 $356,991.27
b. Bowers (fee) $417,000 $60,008.73 $356,991.27
Review Appraiser: Enger
Worcester County
55. Bishop Special 470.41 Acres $1,034,902.00
Needs Trust $2,200.00/acre
23-24-08
(Appraised Value) (Agricultural Value) (Easement Value)
a. Cadell (fee) $2,587,000 $251,158.93 $2,335,841.07
b. Jeffery (fee) $2,120,000 $251,158.93 $1,868,841.07
Review Appraiser: Lefort
324
OSP 211
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
78-RP. REAL PROPERTY (cont’d)
Fund Source:
10460 $31,717,577.54
Total: $31,717,577.54
Total Acres (TA): 6,370.7924
TA Less Unpaid Acres and Dwellings: 6,220.0734
Average Price per Paid Acre: $5,099.23
Remarks:
1. The Department of Agriculture recommends acceptance of these contracts.
2. The Department of General Services has reviewed the appraisals and has recommended that
each appraisal “a.” listed above be the fair market value of the land on which the easement is
to be acquired.
3. Pursuant to Agriculture Article 2-511(e), the purchase price of each easement may not exceed
75% of the fair market value, or the owner’s asking price, whichever is less.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
325
OSP 212
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Wendy Scott- Napier 410-767-4088
wendy.scott-napier@maryland.gov
79-RP. REAL PROPERTY
Department of General Services
Recommendation: Board of Public Works approval is requested for contracts to all offerors
passing both Technical and Price requirements to perform acquisitions and additional related
activities as required for residential, commercial, agricultural and unimproved properties in the
following jurisdictions: Baltimore City, Baltimore, Carroll, Harford, Howard, Allegany,
Frederick, Garrett and Washington Counties representing the Northern and Western Regions.
The Comprehensive Settlement Fee represents the offeror’s fee for title and settlement services
for a single transaction. This covers all services normally associated with property transactions,
such as settlement charges, document preparation, travel expenses, notary fees, return of deeds,
reports after recording and photocopies. The cost of title insurance is by fixed rates approved by
The Maryland State Insurance Administration.
Procurement Method Competitive Sealed Proposals
Awards Technical/Price Evaluation Comprehensive Settlement Fee
Absolute Title Group Technical Pass
Glen Burnie, MD Price Pass $1,200
AWO Title (MBE) Technical Pass
Greenbelt, MD Price Pass $1,000
Cooch & Bowers Corporation Technical Pass
Arnold MD Price Pass $1,200
Cotton Duck Title Company Technical Pass
Baltimore, MD Price Pass $1,200
Crown Title Corporation Technical Pass
Catonsville, MD Price Pass $1,100
Integrity Title & Escrow Co. Technical Pass
Owings Mills, MD (MBE) Price Pass $1,185
Mid-Atlantic Title Technical Pass
Ellicott City, MD Price Pass $1,000
REVISED
326
OSP 213
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
79-RP. REAL PROPERTY (cont’d)
Property Title & Escrow Technical Pass
Baltimore, MD Price Pass $1,200
True Title, Inc. Technical Pass
Clarksville, MD Price Pass $1,195
Contract Term: 07/01/2024 - 06/30/2027
Amount: $180,000
Remarks: The Request for Proposal (RFP) was posted on the DGS Web Site and eMaryland
Marketplace Advantage. The RFP was advertised in the following newspapers: The Daily
Record and The Cumberland Times. A notice of the RFP was mailed to 110 companies and
individuals certified to provide the required services along with direct solicitations to MDOT.
certified MBE’S.
Each offeror was evaluated on a pass/fail basis as to whether the proposal met with mandatory
requirements of the RFP for all aspects of titling including the offeror’s deft of experience in
transactional history, the range of knowledge and experience within the offeror’s team, plus
abstractors’ experience and insurance information. Fees were evaluated as pass/fail based on
prevailing market rates.
Work assignments for title services will be awarded on a rotating basis and the contract contains
strict time limits and per diem penalties for delays. The State reserves the right to terminate any
contract in whole or part for convenience or default. Each of the nine contracts awarded
will be for a value Not To Exceed $20,000.00 during the three year term. The aggregate value
of the overall contract award will not exceed $180,000.00. The actual contract cost will depend
on the number and agreed price of the properties acquired during the term of the contract.
Resident Business: Yes
REVISED
327
OSP 214
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
79-RP. REAL PROPERTY (cont’d)
Tax Compliance Nos. 24-2107-0111 Absolute Title Group
24-2106-0110 AWO Title
24-2105-0111 Cooch & Bowers Corporation
24-2109-0100 Cotton Duck Title Company
24-2111-0110 Crown Title Corporation
24-2108-0110 Integrity Title & Escrow Company
24-2112-0000 Mid-Atlantic Title
24-2110-0101 Property Title & Escrow, LLC
24-2104-0110 True Title, Inc.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
328
OSP 215
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Wendy Scott- Napier 410-767-4088
wendy.scott-napier@maryland.gov
80-LL. LANDLORD LEASE
Canal Place Preservation Development Authority
Recommendation: Approve a renewal lease
Prior Board Action: DGS 44-LL; 08/23/2023
Tenant: Jasmina Vasic d/b/a Jasmina’s Hair Salon
Property Location: Shops at Canal Place, Rm 301
17 Howard Street Space C-2, Cumberland, MD 21502
Space Type: Retail Space (813 sq. ft.)
Lease Type: Renewal
Term: 09/01/2024 - 08/31/2026
Annual Rent: $8,292.60 Monthly Rate: $691.05
Square Foot Rate: $10.20
Utilities/Custodial Responsibility: Landlord/Landlord
Termination for Convenience Clause: Yes
Procurement Method: Exempt in accordance with State Finance & Procurement,
Section 4-318 (4) where the State is the lessor.
Remarks: The tenant Jasmina Hair Salon owned by Jasmina Vasic has been leasing space since
September 1, 2023. The space is for a full-service hair salon including nails and facials. This
lease includes the use of onsite use-in-common parking spaces. Rent increases by 2% annually.
BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
329
OSP 216
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Wendy Scott- Napier 410-767-4088
wendy.scott-napier@maryland.gov
81-LL. LANDLORD LEASE
Department of Health
Recommendation: Approve a renewal lease
Prior Board Action: DGS 9-LL, 08/01/2018
Landlord: Department of Health, 201 W. Preston Street, Baltimore, Mayland
21201
Tenant: Way Station, Inc, 230 W. Patrick Street, Frederick, MD 21701
Property Location: 6655 Sykesville Road, Sykesville, MD 21784
Space Type: Cottages
Lease Type: Renewal
Term: 06/15/2024 - 06/14/2034
Renewal Options: 06/15/2034 - 06/14/2039 (Renewal Option #1)
06/15/2039 - 06/14/2044 (Renewal Option #2)
Annual Rent: $1.00
Utilities / Custodial Responsibility: Tenant / Tenant
Termination for Convenience: Yes
Procurement Method: Exempt in accordance with State Finance & Procurement, Section 4-318
(4) where the State is the lessor.
Remarks: The Way Station, Inc has operated a 32-bed residential crisis unit for the purpose of
housing special needs patients from Springfield Hospital Center at this location since 2016.
Approval is requested for a ten-year lease with two 5-year renewal options. The renewal options
are subject to future Board of Public Works approval.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
330
OSP 217
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Wendy Scott- Napier 410-767-4088
wendy.scott-napier@maryland.gov
82-LT. TENANT LEASE
Department of Human Services
Recommendation: Approve a renewal lease
Prior Board Action: DGS 60-LT, 12/01/2021
Lessor: Baltimore County Maryland,
400 Washington Avenue, Towson, MD, 21204
Property Location: 401 Bosley Avenue, Suite G-10, Towson, MD 21204
Space Type: Offices (1,031 sq. ft.)
Lease Type: Renewal (Continued Use)
Term: 07/01/2024 - 06/30/2029 (w/standard 6-month holdover)
Future Option Term: 07/01/2029 - 06/30/2034
Annual Rent: $18,856.99 Square Foot Rate: $18.29
Fund Source: 100% General Funds Appropriation Code: GF02
Utilities/Custodial Responsibility: Lessor
Termination for Convenience Clause: Yes
Procurement Method: Exempt – Intergovernmental Lease
See Annotated Code of Maryland, State Finance & Procurement
Article, Section 4-318 (1)
Remarks: The Department of Human Services has leased this property for an administrative
Child Support Administration office in Baltimore County since 2002. The rent will remain flat
for the new five year term.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
331
OSP 218
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Wendy Scott- Napier 410-767-4088
wendy.scott-napier@maryland.gov
83-LT. TENANT LEASE
Department of General Services
Recommendation: Approve a renewal lease.
Landlord: Naval Academy Athletic Association,
566 Brownson Road, Annapolis, MD 21402
Prior Board Action: DGS 19-LT, 07/24/2019
Property Location: Navy Marine Corps Memorial Stadium
511 Taylor Ave., Annapolis, MD 21401
Space Type: Parking (1000 Spaces)
Lease Type: Renewal (Continued Use)
This Term: 07/01/2024 - 06/30/2029 (w/standard 6-month holdover)
Future Option Term: 07/01/2029 - 06/30/2034 (Renewal Option #1)
07/01/2034 -06/30/2039 (Renewal Option #2)
Annual Rent: $823,920.00 Yr 1
Rate/ Month: $68.66/space $848,640.00 Yr 2 $70.72/space
$874,080.00 Yr 3 $72.84/space
$900,360.00 Yr 4/5 $75.03/space
Fund Source: 100 % General Funds Approp. Code: 33151
Utilities/Custodial Responsibility: Landlord
Termination for Convenience Clause: Yes
Procurement Method: Sole Source
See COMAR 21.05.05.02D; DGS Space Mgmt. Manual ¶ 6-605 E
Remarks: Employees of the Department of General Services have been parking at this
location since July 1979. The most recent and prior lease term ran from 07/01/2019 –
06/30/2024. Years 1, 2, 3, and 4 have 3% annual rent increases with no rent increase in
year 5.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
332
OSP 219
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Wendy Scott- Napier 410-767-4088
wendy.scott-napier@maryland.gov
84-LT. TENANT LEASE
Department of Public Safety and Correctional Services
Services Recommendation: Approve a renewal lease
Landlord: City of Frederick, 101 N. Court Street, Frederick, MD 21701
Prior Board Action: DGS 66-LT-MOD, 12/01/2021
Property Location: 138 West Patrick Street, Frederick, MD 21701
Space Type: Garage Parking (19 Spaces)
Lease Type: Renewal (Continued Use)
Term: 07/01/2024 - 06/30/2026 (w/standard 6-month holdover)
Future Option Term: 07/01/2026 - 06/30/2028
Annual Rent: $22,116 Square Foot Rate: $97.00/space
Fund Source: 100% General Funds Appropriation Code: RC110
Utilities/Custodial Responsibility: Landlord
Termination for Convenience Clause: Yes
Procurement Method: Exempt – Intergovernmental Lease
See Annotated Code of Maryland, State Finance & Procurement Article, Section 4-318 (1)
Remarks: Employees of the Department of Public Safety and Correctional
Services, Division of Parole and Probation have been parking at this location since
2008. There is no rent increase for the new term.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
333
OSP 220
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Wendy Scott- Napier 410-767-4088
wendy.scott-napier@maryland.gov
85-LT. TENANT LEASE
Department of Service and Civic Innovation
Recommendation: Approve new lease
Landlord: Silver SM Co. LLC
8403 Colesville Road, Suite 620, Silver Spring, MD 20910
Property Location: 8403 Colesville Road, Suite 620,
Silver Spring, MD 20910
Space Type: Office (2,430 sq. ft.)
Lease Type: New Lease
This Term: 06/15/2024 - 06/14/2027 (w/ standard 6-month holdover
after providing 6-months notice to Lessor)
Future Option Term: None
Annual Rent: $71,733.60 Square Foot Rate: $29.52
Fund Source: 100% General Funds Appropriation Code: PCA 10105
Utilities/Custodial Responsibility: Landlord / Landlord
Termination for Convenience Clause: No - Waived
Procurement Method: Sole Source
See State Finance & Procurement Section 4-318 (5) and DGS Space
Mgmt Manual ¶ 6-601 F 2 a
334
OSP 221
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
85-LT. TENANT LEASE (cont’d)
Remarks: The Maryland Department of Service and Civic Innovation was established by the
Serving Every Region Through Vocational Exploration (SERVE) Act of 2023 with the purpose
of promoting service and volunteerism in the state of Maryland. This location is newly built and
will serve as a field office for program participants in Montgomery and Prince George’s County.
The rent for this lease will escalate 3.0% annually. A waiver of the termination for convenience
provision has been approved by the Secretary for the Department of General Services in
consideration of the current real estate market and high interest rates.
This Item was withdrawn as Item 34-LT from the 02/28/2024 DGS Agenda and it also was
withdrawn as Item 38-LT from the 05/15/2024 DGS Agenda.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
335
OSP 222
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Wendy Scott- Napier 410-767-4088
wendy.scott-napier@maryland.gov
86-LT-MOD. TENANT LEASE MODIFICATION
Department of Human Services
Recommendation: Approve change order for modifications to the 25 S. Charles Street
headquarters location due to new operational changes and efficiencies
Prior Board Action: DGS 53-LT, 08/23/2023; DGS 26-LT, 05/03/2023; DGS 49-LT,
05/11/2022
Landlord: 25 South Charles, LLC; 25 S Charles Street, Ste 1002A,
Baltimore, MD 21201
Property Location: 25 S Charles Street, Baltimore, MD 21201
Space Type: Office (150,568 sq. ft.)
Lease Type: Amendment
Change Order: $2,115,929.94
Fund Source: 65% Federal Funds, 35% General Funds
Appropriation Code: N00E0102
Original Procurement
Method: Competitive Sealed Proposals
See COMAR 21.05.03; DGS Space Mgmt Manual ¶ 6-605 D
336
OSP 223
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
86-LT. TENANT LEASE (cont’d)
Remarks: The Department of Human Services (DHS) has requested changes to the new
headquarters leased location, which are necessary due to operational changes and efficiencies
required to implement DHS’ mission. The changes include additional kitchenettes within DHS’
leased space to accommodate employees who may be required to work non-traditional hours
and/or respond to 24/7 emergency activation; additional wellness and lactation rooms; and
converting existing storage and cubicle space to office space to accommodate employees
working with Protected Personal Information (PPI), executive privilege information, and shifting
workspace assignments for the DHS Attorney General’s staff, and other divisions. The
requested modifications will require updating the construction drawings, obtaining new permits,
and implementing a new phased post occupancy construction schedule to ensure minimal
disruption to operations.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
337
OSP 224
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Beverly Pivec 410-576-6442
bpivec@oag.state.md.us
87-EX. EXPEDITED PROCUREMENT
Office of the Attorney General
Recommendation: The Office of the Attorney General is requesting approval to use the Expedited
Procurement method as per the Code of Maryland Regulations (COMAR) 21.05.06.03.
Description: The Office of the Attorney General (OAG) requests approval to replace the main
file server and network switching infrastructure at 200 St Paul Place. The timing to procure and
implement the new file server warrants the need to utilize the Expedited Procurement method.
Specifically, the urgent circumstances under which an Expedited Procurement is determined to be
the best method for conducting this procurement include the need to ensure the work of the OAG
is not further impacted by a major computer network failure. The current critical file server issues
are hindering our ability to carry out our mission and the legal business of the state to protect
Marylanders.
The OAG computer network serves approximately 500 users who work at 200 St. Place and in our
satellite offices in Annapolis, Hagerstown, Largo and Salisbury. Network resources are available
to our staff while in the office and when working remotely through an IPSec VPN. Currently, our
Data Center has 45 physical and virtual servers which access over 180 Terabytes of data. These
servers support over 50 independent databases, applications and reporting engines for Divisions
throughout OAG.
The current file server is a single HP DL385-P Gen 8 server connected to an HP MSA 2040 SAS
drive array. The drive array has 35 terabytes of effective space and connects to an online Microsoft
Azure cache containing 80 terabytes of data. The current network interface for the file server is a
4 link Adapter Team with 4 GbE total throughput. The server and SAN are no longer eligible for
extended warranty support. The SAS reached End of Service Life in April of 2023.
The current network switching infrastructure is based on HP Procurve 5412zl Chassis Switches
which were purchased in 2010. The 5400zl series was discontinued in 2015 and reached the end
of Service Life in 2020. The switches no longer support the data throughput required for video
conferencing and sustained large scale data transfer. We experience network lag across multiple
switches on a regular basis which leads to unpredictable glitches in video conferencing sessions,
file access delays and intermittent dropouts while using a VPN connection for remote work. The
new file server proposed requires eight 10 Gigabit Ethernet connections to function and our
switching infrastructure needs uplinks of 25 Gigabit Ethernet to transfer data effectively. The
current infrastructure will only support 1 Gigabit Ethernet connections.
338
OSP 225
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
87-EX. EXPEDITED PROCUREMENT (cont’d)
Our computer system is vital to conducting the legal business of the State. The current file server
is obsolete. Users are experiencing untenable delays. eDiscovery is discovery in which the
information is provided in electronic format. The amount of data required for eDiscovery has
grown exponentially in the last nine months and is beyond the capacity of the current file server.
We are currently receiving new storage requests of up to 20 TB/week.
The requested solution will allow us to host more files, provide better accessibility, and increase
flexibility to our users and reduce the cache/stub file traffic caused by the limited data storage of
the current environment.
Pursuant to Maryland State Finance & Procurement Article (SFP) § 13-108 (d)(1), OAG’s
Procurement Officer with approval of the Agency Head has determined that this procurement
should be 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).
MBE/VSBE Participation: 0% / 0%
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
339
OSP 226
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Joseph Sedtal 433-469-5864
joseph.sedtal@maryland.gov
88-EX. EXPEDITED PROCUREMENT REQUEST
Department of Public Safety and Correctional Services
Recommendation: The Department of Public Safety and Correctional Services (the “Department”
or “DPSCS”) requests approval to utilize the Expedited Procurement method for the purposes of
construction of the replacement of the […] perimeter security fencing for the Roxbury Correctional
Institution (RCI) as per the Code of Maryland Regulations (COMAR) 21.05.06.03.
Description: The RCI […] perimeter fencing system was originally constructed in 1983 and has
reached its end of life. In 2019, the Department identified the fencing for replacement and
submitted a Capital Project Program (Capital Program) Part 1 and 2 for review to the Department
of General Services (DGS) and the Department of Budget and Management (DBM). The Capital
Program included a new Gatehouse and Visitor Center, along with the fence system replacement.
Comments were returned by DGS/DBM that same year. The final version of the Capital Program
was submitted in 2022 to DGS/DBM and the Department of Budget and Management (DBM).
The Capital Program is currently under review; however, the need to replace the fence portion has
superseded the normal State review process for the remainder of the Capital Program.
DGS has submitted the Architectural and Engineering (A&E) portion of this contract as an
Expedited Procurement item (Item 89-EX). The A&E plans are to include a phasing plan for a new
security fence system, an intrusion detection system, […] and an exterior patrol loop road. Once
the A&E services portion has been completed and the selected vendor has provided construction
documents and specifications to DGS, those documents will be shared with staff at DPSCS, who
will utilize those documents to expeditiously bring on a construction firm to replace both the inner
and outer security fence system; replace the attached […] and patch and overlay the perimeter
patrol road.
The timing to procure and construct a security fence system warrants the need to utilize the
Expedited Procurement method. An Expedited Procurement has been determined to be the best
method to conduct this procurement, and the use of a more formal procurement method would
impose significant public safety impacts on the State. If this contract is not awarded in a timely
manner, the public safety of local communities and the general welfare of Incarcerated Individuals
could be impacted. The fence sustained some damage during a recent wind storm. The existing
fence system has been reinforced and ongoing monitoring is underway.
REVISED
2
nd
Revision
340
OSP 227
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
88-EX. EXPEDITED PROCUREMENT REQUEST (cont’d)
Pursuant to Maryland State Finance & Procurement Article (SFP) § 13-108 (d)(1), DPSCS’s
Procurement Officer, with approval of the Agency Head, has determined that this procurement
should be 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).
The Procurement Review Group (PRG) process will not be able to be completed until the A&E
portion is completed. It will then be evaluated for MBE and VSBE participation. The Department
estimates MBE participation to be around 25% but that will be finalized once the PRG meeting
occurs and the scope of work has been completed.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
2
nd
Revision
341
OSP 228
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Joseph Sedtal 433-469-5864
joseph.sedtal@maryland.gov
89-EX. EXPEDITED PROCUREMENT REQUEST
Department of Public Safety and Correctional Services
Recommendation: The Department of Public Safety and Correctional Services (the “Department”
or “DPSCS”) requests approval to utilize the Expedited Procurement method for the purposes of
acquiring Architectural and Engineering (A&E) services for the replacement of the […] perimeter
security fencing for the Roxbury Correctional Institution (RCI) as per the Code of Maryland
Regulations (COMAR) 21.05.06.03.
Description: The RCI […] perimeter fencing system was originally constructed in 1983 and has
reached its end of life. In 2019, the Department identified the fencing for replacement and
submitted a Capital Project Program (Capital Program) Part 1 and 2 for review to the Department
of General Services (DGS) and the Department of Budget and Management (DBM). The Capital
Program included a new Gatehouse and Visitor Center, along with the fence system replacement.
Comments were returned by DGS/DBM that same year. The final version of the Capital Program
was submitted in 2022 to DGS/DBM and the Department of Budget and Management (DBM).
The Capital Program is currently under review; however, the need to replace the fence portion has
superseded the normal State review process for the remainder of the Capital Program.
DGS has submitted the Construction portion of this contract as an Expedited Procurement item
(Item 88-EX). The A&E plans are to include a phasing plan for a new security fence system, an
intrusion detection system, […] and an exterior patrol loop road. Once the A&E services portion
has been completed and the selected vendor has provided construction documents and
specifications to DGS, those documents will be shared with staff at DPSCS, who will utilize those
documents to expeditiously bring on a construction firm to replace both the inner and outer security
fence system; replace the attached […] system […] and patch and overlay the perimeter patrol
road.
The timing to procure and construct a security fence system warrants the need to utilize the
Expedited Procurement method. An Expedited Procurement has been determined to be the best
method to conduct this procurement, and the use of a more formal procurement method would
impose significant public safety impacts on the State. If this contract is not awarded in a timely
manner, the public safety of local communities and the general welfare of Incarcerated
Individuals could be […] impacted. The fence sustained some damage during a recent wind
storm. The existing fence system has been reinforced and ongoing monitoring is underway.
REVISED
2
nd
Revision
342
OSP 229
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
89-EX. EXPEDITED PROCUREMENT REQUEST (cont’d)
Pursuant to Maryland State Finance & Procurement Article (SFP) § 13-108 (d)(1), DPSCS’s
Procurement Officer, with approval of the Agency Head, has determined that this procurement
should be 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).
The Procurement Review Group (PRG) process will not be able to be completed until the A&E
portion is completed. It will then be evaluated for MBE and VSBE participation. The Department
estimates MBE participation to be around 25% but that will be finalized once the PRG meeting
occurs, and the scope of work has been completed.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
2
nd
Revision
343
OSP 230
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Luz Morales 410-260-3830
luz.morales@maryland.gov
90-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION
Department of General Services
Contract ID: Wireless Voice Data & Accessories Statewide Contract; 001B1600087
ADPICS No.: COK47835
Contract Approved: DGS 20-IT, 01/27/2021
Contract Description: Mobile wireless services and equipment by participating in NASPO
Wireless Voice Data & Accessories.
Modification Description: Extend the contract to align the period of performance with the lead
State of Utah’s five year option period, and add funding.
Awards: Verizon Wireless, Laurel, MD
T-Mobile USA, Inc.: Owings Mills, MD
AT&T Corp.; Columbia, MD
Original Contract Term: 01/28/2021 - 06/30/2024
Modification Term: 07/01/2024 - 08/11/2029
Original Amount: $28,800,000
Modification Amount: $28,800,000
Prior Options/Mods: $0 Add two master contractors to the approved list of service
providers, T-Mobile USA, Inc. and AT&T Corp. DGS 13-IT-MOD,
02/24/2021
Total Contract Amount: $57,600,000
Percent +/- (This Item): 100%
Total Percent Change: 100%
Original Procurement Method: Intergovernmental Cooperative Purchasing
344
OSP 231
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
90-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
Performance Security: No
Requesting Agency Remarks: Per COMAR 21.05.09.02, as a Primary Procurement Unit, the DGS
Office of State Procurement (OSP) may initially sponsor or participate in, renew, modify, or
administer an Intergovernmental Cooperative Purchasing Agreement (ICPA) on its own behalf or
on behalf of another agency when a determination is made under SFP §13-110 and COMAR
21.05.09.04.
The State of Maryland, Department of General Services (“DGS”) seeks to execute a modification
to extend the period of participating addendum (“Participating Addendum”) with Verizon
Wireless, AT&T Corp and T Mobile USA, Inc. under the National Association of State
Procurement Officials (“NASPO”) Valuepoint’s Wireless Voice, Data & Accessories (“NASPO
Contract”). NASPO strives to make the governmental procurement process more efficient by
establishing competitively priced contracts.
The NASPO ValuePoint alliance aggregates the demand of all 50 States, The District of Columbia,
and the organized US territories. There are currently 50 States with Guam and the District of
Columbia, PA’s against this NASPO Master Contract for Wireless Voice, Data, and Accessories
(2019-2029) (Utah) for wireless services and equipment. This cumulative purchasing power and
multi-state and locality volume buying results in more favorable rates than the State would
otherwise obtain by contracting directly to the vendors.
The Office of State Procurement (OSP) has determined that the continued use of the NASPO
Master Contract for Wireless Data, Voice, and Accessories (2019-2029) provides greater cost
benefits to the State than if the State procured these products and services independently. AT&T
Corp., T-Mobile USA, Inc. and Verizon Wireless are the three national suppliers for the required
services. The economies of scale gained by joining the other 49 states plus the District of Columbia
and US Territories are significant. There is no way to ascertain what other States would pay if
alternative contracts were utilized as no other State is on a separate agreement. Furthermore, these
three suppliers would be very unlikely to engage with the State of Maryland outside of this NASPO
contract, as the administrative complexities and redundancies of a unique service agreement would
undermine the industry goals of standardization and interstate telecommunications compatibility.
MBE and VSBE participation was not established for this contract at the time of award in 2019. It
was determined that due to the nature of the work being performed that there are no subcontracting
opportunities available.
345
OSP 232
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
90-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d)
Fund Source: Various Agencies
Approp. Code: Various Agencies
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
346
OSP 233
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Yasin Mohammed 410-260-7552
yasin.mohammed@maryland.gov
91-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: 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 $116,653622.44.
1.1 Using Agency: Department of Information Technology
Description: RETROACTIVE approval for ReACT software maintenance.
ReACT is a free and open-source front-end JavaScript library for building user
interfaces based on components. It is maintained by Meta and a community of
individual developers and companies. ReACT can be used to develop single-page,
mobile, or server-rendered applications with frameworks like Next. ReACT is DoIT’s
solution for self-service password reset and synchronization for the enterprise, allowing
end users to reset their passwords; F50P4600215
Award: Advanced Software Products Group, Inc., Naples, FL
Number of Qualified
Master Contractors: 28 (SBR - Designated)
Number of Bids: 1
Bid:
Bidder
Amount
Advanced Software Products Group, Inc.; Naples, FL $10,405.74
Amount: $ 6,557.30 (Retroactive)
$ 3,848.44 (Proactive)
$10,405.74
Term: 10/20/2023 - 06/05/2024 (Retroactive)
06/06/2024 - 10/29/2024 (Proactive)
MBE/VSBE Participation: 0% / 0%
Resident Business: No
Fund Source: 100% General Funds
347
OSP 234
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
91-IT. INFORMATION TECHNOLOGY (cont’d)
1.0 Master Contract: Commercial Off-the-Shelf Software (COTS) 2012 (cont’d)
Remarks: The PORFP was issued six times via eMaryland Marketplace Advantage and
emailed directly to 28 master contractors who are authorized resellers. These
solicitations resulted in no bids from approved vendors under the COTS 2012 Master
Contract because the manufacturer declined to provide a discount on services to the
approved vendors. Direct procurement from the manufacturer became the sole viable
option.
During the approval of the manufacturer's quote, it was discovered that the manufacturer
required registration to conduct business in Maryland. The manufacturer's registration
was completed on April 18, 2024, which delayed the procurement process beyond the
scheduled start date.
The price was determined to be fair and reasonable based on a comparative analysis
conducted on the award from previous years. Over the past two years, the price for
ReACT software maintenance has remained at a fixed rate of $9,922.13. In response to
the inflationary trends of 2023, there has been a modest adjustment, increasing their rate
by approximately 4.8% this year.
MBE and VSBE participation were not established for this contract because there are no
subcontracting opportunities.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
348
OSP 235
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Michael Lore 240-539-0820
michael.lore@maryland.gov
92-IT. INFORMATION TECHNOLOGY
Office of the Secretary of State
Contract ID: Electronic Filing System Replacement; F50B4600041
ADPICS BPO No. F50B4600041
Contract Description: Replace the COMAR and Register publication system.
Award: Open Law Library; Washington, DC
Contract Term: 07/01/2024* - 08/30/2025 (w/five 1-year renewal options)
(*Or earlier upon BPW approval)
Amount: $ 490,000 (Base Term)
$ 250,000 (Renewal Option #1)
$ 250,000 (Renewal Option #2)
$ 250,000 (Renewal Option #3)
$ 260,000 (Renewal Option #4)
$ 270,400 (Renewal Option #5)
$1,770,400 Total
Procurement Method: Sole Source
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Incumbent: N/A
Requesting Agency Remarks: Open Law Library (OLL) is the only product on the market that
supports automated publishing of legislation/regulations in print and online, uses a transparent,
secure, and non-proprietary database to store them, complies with ADA and level four preservation
requirements of the National Digital Stewardship Alliance, and has existing on-staff expertise
capable of building a system for automated Register publication into their existing product
offering.
DoIT researched products and vendors that would satisfy these requirements. It found no vendors
with existing products for all five requirements, only one with existing products for most, and the
ability to support the development of the rest.
REVISED
349
OSP 236
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
92-IT. INFORMATION TECHNOLOGY (cont’d)
Agency Remarks (cont’d):
The market has a wide variety of offerings for the ‘end user’ population of lobbyists and advocates
who track legislation/regulations, a smaller variety of offerings for agencies and legislative clerks
who draft and propose legislation/regulations, and very few for the middleman process of
publishing and maintaining legislation/regulations. What exists are often products developed for
other things with an expensive side-line adapted to meet this niche use case.
Electronic Filing System (ELF) oversees the intake, assessment, and publishing pipeline for the
Code of Maryland Regulations (COMAR), meaning every Maryland agency relies on it to be able
to promulgate changes in their regulations (including the regulation under which this justification
is being submitted). COMAR currently contains approximately 9,000 pages of regulations, with
changes published every two weeks.
No MBE or VSBE participation was established for this contract because no subcontracting
opportunities are available.
Open Law Library has offered fair and reasonable pricing for the State of Maryland compared to
similar systems in DC and Baltimore for this sole source procurement.
Fund Source: 100% Reimbursable (Using Agencies)
Approp. Code: B0402
Resident Business: No
MD Tax Clearance: 24-2177-000
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
350
OSP 237
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Yasin Mohammed 410-260-7552
yasin.mohammed@maryland.gov
93-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: 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 $93,253,114.
1.1 Using Agency: Comptroller of Maryland
Description: Purchase three TS7700 VTS 500 MBps TB IBM Servers for the
new Baltimore locations. These IBM virtual tape systems (VTS) will replace the current
ones that are going end of life this calendar year. They store a significant portion of both
production and non-production data for agencies across the State that utilize the
mainframe and are key to daily processing and all disaster recovery plans.;
E00P4600507.
Award: CAS Severn Laurel, MD
Number of Qualified
Master Contractors: 14
Number of Proposals: 1 (Single Bid Received)
Bid:
Bidder
Amount
CAS Severn Laurel, MD
$1,846,541.55
Amount: $1,846,541.55
Term: Anticipated delivery - 06/21/2024
. MBE/VSBE Participation: 0% / 0%
Resident Business: No
Fund Source: 100% General Funds
351
OSP 238
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
93-IT. INFORMATION TECHNOLOGY (cont’d)
1.0 Master Contract: Hardware/Associated Equipment & Services 2012 (cont’d)
Remarks: Two contractors responded that they could not offer competitive pricing and
one did not indicate their reason for not bidding. MBE and VSBE participation was not
established for this contract because there are no subcontracting opportunities.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
352
OSP 239
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
94-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
The Central Baltimore Partnership, Inc.
Central Baltimore Partnership – Neil Muldrow Business Development Fund (Baltimore
City)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the small business
projects as part of the Neil Muldrow Business Development Fund.”
Maryland Consolidated Capital Bond Loan of 2022 (MISC– Chapter 344, Acts of 2022)
DGS Item 22-409, (SL-294-220-038) $ 2,000,000
Matching Fund: No match is required.
Background: Total Project $ 34,523,321.43
22-409 (This Action) $ 2,000,000.00 (Non-match)
Local Cost $ 32,523,321.43
(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 support of renovations and rehabilitation of commercial
structures along the Greenmount and North Avenue corridor for artists and creative
enterprises in Baltimore.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
353
OSP 240
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Alison Barry 667-203-9095
alison.barry@maryland.gov
95-EX. EXPEDITED PROCUREMENT
Department of Health, Office of Health Care Quality
Recommendation: The Maryland Department of Health on behalf of its Office of Health Care
Quality is requesting approval to use the Expedited Procurement method as per the Code of
Maryland Regulations (COMAR) 21.05.06.03
Contract Description: The Office of Health Care Quality (OHCQ) on behalf of the Secretary of
the Maryland Department of Health (MDH or the Department) issues State licenses which
authorize forty-seven (47) types of healthcare facilities and community-based programs to do
business in Maryland. On behalf of the Secretary of the U.S. Department of Health & Human
Services, OHCQ conducts certification, recertification, and Clinical Laboratory Improvement
Amendments (CLIA) activities. The Social Security Act mandates the establishment of minimum
federal health and safety and CLIA standards that must be met by providers and suppliers to
participate in the Medicare and Medicaid programs. Based on outcomes from certification surveys,
OHCQ makes recommendations regarding certification of a provider or supplier to the Centers of
Medicare & Medicaid Services (CMS). Once certified, a provider or supplier may participate in
and seek reimbursement from Medicare and Medicaid for services rendered to beneficiaries.
As the only regulatory body within the State of Maryland that can perform these functions, it is
through licensure and certification activities that OHCQ fulfills its mission to protect the health
and safety of Marylanders and to ensure that there is public confidence in the health care and
community delivery systems. OHCQ’s mission is that all those receiving care in Maryland can
trust that their health care facility or program is licensed and has met the regulatory standards for
the services that they offer. Per federal standards, long term care facilities must be inspected
annually.
The timing of surveyor inspection and investigation is driven by regulation as well as complaints
filed against a facility. Failed surveys result in action plans developed by the facilities to address
findings, which can range from minor to immediate jeopardy to health and safety of residents.
Failure to remedy the findings from a survey can result in penalties to the facility. It is through
this process that MDH holds facilities accountable for providing the appropriate care and attention
to their residents.
REVISED
354
OSP 241
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
95-EX. EXPEDITED PROCUREMENT (cont’d)
MDH has been working on a competitive solicitation aimed at addressing the persistent backlog
of complaints, a recent lawsuit, however, brings into question the Department’s ability to ensure
the public health, safety, and welfare for Marylanders who currently, or in the future, may reside
in long term care facilities. The lawsuit brings to light concerns of abuse and neglect in long term
care facilities throughout the State, noting that failure to inspect facilities has led to “pressure
ulcers, falls, and unnecessary seclusion” as well as residents with mobility impairment being
treated more poorly compared to residents without. Moreover, the lawsuit alleges in the absence
of these inspections, “dangerously poor-quality care within nursing facilities goes undetected and
uncorrected.”
As such, this expedited procurement is needed to identify and mitigate potential harm to
Marylanders residing in long term care institutions. While the lawsuit names certain facilities, the
services procured through this expedited procurement would provide additional nurse surveyors
that would enable MDH to survey many more facilities to determine if others are providing
appropriate care. Without these additional surveyors there will be delays in surveys which could
place vulnerable residents at risk. As such, MDH requests authorization to use the Expedited
Procurement method to contract with multiple vendors who can provide the nurse surveyors
necessary in order to mitigate and avoid a critical impact on the public health, safety, and welfare
of Marylanders.
Pursuant to Maryland State Finance & Procurement Article (SFP) § 13-108 (d)(1), MDH’s
Procurement Officer with approval of the Agency Head has determined that this procurement
should be 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).
MBE/VSBE Participation: 0% / 0%
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
355
OSP 242
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
June 5, 2024
Contact: Courtney League 410-767-5516
courtney.league@maryland.gov
96-GM. GENERAL MISCELLANEOUS
Recommendation: That the Board of Public Works approve the following contract.
Authority: §8-301, State Finance & Procurement Article, Annotated Code of
Maryland
1.0 Agency: Department of General Services, Department of Military
Fund Source: $554,551 - MCCBL23 Provide funds to begin design of a
renovation and expansion of the White Oak Readiness Center in Silver Spring, Item 171
1.1
Contract ID: White Oak Readiness Center Addition; M-701-240-004
Description: Design of the White Oak Readiness Center in Silver Spring.
Project, includes site work, site utility work, design and engineering, creation of
construction bid documents, participation in the bidding process; mandatory presence at
the construction site for the entire construction and participation at warranty meetings.
Procurement Method: Qualification Based Selection DGS-23-100-IQC
Award: Marshall Craft Associates, Inc. Baltimore, MD
Amount: $3,122,468
MBE/VSBE Participation: 30.15% / 0%
Resident Business: Yes
Remarks: Approval is requested for all six phases of design, $3,122,468. Due to limited
funding at this time, the initial encumbrance will be only for phase 1, $554,551. DGS
will return to the Board for approval of the additional capital funding for the remaining
phase when those funds are authorized.
This project will achieve LEED Silver certification and the readiness center will be a
sustainable, efficient, green building through the LEED certification process.
The contractor has committed to exceed the established 30% MBE participation and
achieve 30.15% participation.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
HAND CARRIED
REVISED
356