BOARD OF PUBLIC WORKS TABLE OF CONTENTS JULY 24, 2019

MEETING LOCATION: STATE HOUSE, 100 STATE CIRCLE GOVERNOR’S RECEPTION ROOM, ANNAPOLIS, MD 21401

Section Overall Item page no. page no. SECRETARY’S AGENDA

1 Agriculture 1 2 Board of Public Works PAAR 2 3-5 Board of Public Works Wetlands 3 6-8 Housing & Community Dev’t 7 9-11 Environment 10 12-13 MD Environmental Service 13 14 Public Safety & Correctional Svs 15 15 St. Mary’s College of MD 17 16 Bonds 18 17 Record Corrections 20

APPENDIX

A1 General Services App1 21 A2-A3 Transportation App3 23

SUPPLEMENT A DEPARTMENT OF NATURAL RESOURCES/REAL PROPERTY

1-2 DNR1 27 4-7 Community Parks & Playgrounds DNR4 30 9 DNR9 36 3 DNR3 29 Program Open Space Local Share 8 DNR8 34 10-16 Program Open Space State Share DNR11 37 17-23 Rural Legacy DNR18 44

SUPPLEMENT B DEPARTMENT OF BUDGET AND MANAGEMENT

1-4 Service Contracts 1B 51 5-7 Service Contract Modifications 10B 60 8-10 General Miscellaneous 17B 67

PAGE TWO BOARD OF PUBLIC WORKS TABLE OF CONTENTS JULY 24, 2019

Section Overall Item page no. page no. SUPPLEMENT C UNIVERSITY SYSTEM OF MARYLAND

1 General Miscellaneous 1C 70 2 3C 72 University of MD, College Park 5 8C 77 3 Salisbury University 5C 74 4 Frostburg State University 7C 76 6-7 University of MD, 10C 79 8 University of Maryland Eastern Shore 14C 83

SUPPLEMENT D DEPARTMENT OF INFORMATION TECHNOLOGY

1 1D 84 Information Technology 3-4 4D 87 2 Assessment & Taxation 2D 85 5 State Board of Elections 9D 92 6 Health 10D 93 7 Public Safety & Correctional Svs 12D 95 8-9 Transportation 14D 97 10 Task Orders 18D 101

MARYLAND DEPARTMENT OF TRANSPORTATION

1-11 MD Aviation Administration MDOT1 106 12 MD Transportation Administration MDOT23 128 13 MD Port Administration MDOT25 130 14-18 MD Transit Administration MDOT27 132 19-25 State Highway Administration MDOT38 143 26 The Secretary’s Office MDOT53 158 27 Task Orders MDOT55 160

PAGE THREE BOARD OF PUBLIC WORKS TABLE OF CONTENTS JULY 24, 2019

DEPARTMENT OF GENERAL SERVICES

1 Construction DGS1 164 2-3 Construction Modification DGS2 165 4 Energy Performance Modification DGS6 169 5 Architecture & Engineering Option DGS8 171 6-8 Maintenance DGS10 173 9 Maintenance Option DGS16 179 10 Maintenance Modification DGS18 181 11 General Miscellaneous DGS20 183 12 Real Property DGS22 185 13-15 Leases DGS24 187 16-41 Capital Grants & Loans DGS36 199

BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA July 24, 2019

Contact: Norman Astle (410)841-5864 [email protected]

1. DEPARTMENT OF AGRICULTURE Maryland Agricultural Cost-Share Program Grants

Recommendation: That the Board of Public Works approve funding 17 individual grants under the Maryland Agricultural Cost-Share Program.

Amount: $315,050

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 Grantee Agreement # Amount MP-2019-2719 18,800 Rodney A. Stambaugh Carroll MP-2019-2731 21,800 Steven K. Stambaugh, Jr. MP-2019-2732 10,600 AT-2019-2734 59,700 Cecil Galen S. Horst AT-2019-2735 8,300 AT-2019-2736 50,000 Harford Roy L. Testerman LS-20192733 19,800 Fairlee Farms Limited Partnership AT-2019-2580 13,900 Kent SA-2019-2759 2,300 John H. Radebaugh, Inc. SA-2019-2760 8,500 CH-2019-2756 17,300 Queen Ralph C. Whaley, Jr. CH-2019-2757 12,300 Anne’s CH-2019-2578 7,600 Bradley D. Schrader CR-2019-2761 19,400 Washington Brenda T. Griffith Up-2019-2755 25,100 PR-2019-2763 3,900 Wicomico S& H, Inc. PR-20192764 15,750

Authority: "Cost-Sharing-Water Pollution Control," §§8-701 to 8-705, Agriculture Article, Annotated Code of Maryland; COMAR 15.01.05

Remarks: The Maryland Department of Agriculture has determined that each of these projects is eligible for cost-share funds. Each project has received technical certification from the appropriate Soil Conservation District Office. The farmer has signed the cost-share agreement and accepts the grant conditions.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

1 BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA July 24, 2019

Contact: Gabriel Gnall 410.260.7335 [email protected]

2. BOARD OF PUBLIC WORKS Procurement Agency Activity Report

Recommendation: That the Board of Public Works approve the Procurement Agency Activity Report submitted by:

General Services February 2019

Authority: COMAR 21.02.01.05

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

2 BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA July 24, 2019

Contact: Bill Morgante 410-260-7791 [email protected]

3. BOARD OF PUBLIC WORKS Wetlands Licenses

Recommendation: The Board of Public Works Wetlands Administrator recommends that the Board grant the licenses for projects involving filling, dredging, and taking soil borings 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

18-1099 NORMAN MINETA – To stabilize a shoreline by constructing extensions to groins, placing sand along beach for nourishment, and installing osprey pole. Edgewater, Rhode River Special conditions: Requirements for sand grain size, and placement, MDE notification, and notification of oyster leaseholder.

19-0194 JOSEPH P. LAWRENCE III – To improve navigable access by mechanically dredging an area, constructing boat lift, and providing for six-year license. Edgewater, Church Creek Special conditions: Time-of-year restriction. Requirements for dredged material transport, post bathymetric survey, and maintenance dredging.

DORCHESTER COUNTY

18-1264 MD PORT ADMINISTRATION – To perform environmental and geotechnical investigations by taking up to 300 soil borings. Barren Island, Chesapeake Bay Special conditions: Use of standard laboratory procedures for soil sample disposal and notification of any potential cultural/archeological resources. Restrictions on impacts including coring, barge anchoring, etc.

3 BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA July 24, 2019

3. BOARD OF PUBLIC WORKS (cont’d) Wetlands Licenses

DORCHESTER COUNTY (cont’d)

18-1265 MD PORT ADMINISTRATION – To perform environmental and geotechnical investigations by taking up to 100 soil borings. Barren Island, Chesapeake Special conditions: Use of standard laboratory procedures to dispose of soil samples and notification of any potential cultural/archeological resources. Restrictions on work area and bottom disturbance.

TALBOT COUNTY

19-0350 SAFE HARBOUR MARINAS – To collect data for possible bulkhead replacement by driving temporary test piles or split spoon samples or both. Oxford, Tred Avon River Special conditions: Test piling removal requirements.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

4 BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA July 24, 2019

Contact: Bill Morgante 410-260-7791 [email protected]

4. BOARD OF PUBLIC WORKS DNR Smallwood State Park/Wetlands License No. 17-1297 Mitigation

Recommendation: The Board of Public Works Wetlands Administrator recommends that the Board: (1) grant DNR a license for a project involving construction of a gangway, platform and kayak launch in the navigable waters of Maryland; and (2) require mitigation in the form of wetlands creation to offset impacts to submerged aquatic vegetation (SAV) in tidal wetlands.

MDE: The Maryland Department of the Environment concurs with the recommendation for mitigation at a 3:1 ratio.

• Application received December 29, 2017 • Public comment period ended May 15, 2019 • MDE Report and Recommendation received June 17, 2019

Classification: This case is classified as extraordinary because mitigation is recommended.

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.

Mitigation: DNR seeks a license to construct a floating gangway, a floating platform, and an ADA- compliant kayak launch. MDE and DNR evaluated various options for creating the kayak launch to minimize SAV impacts. The outcome is that the proposed project will impact 388 square feet (0.009 acre) of SAV. MDE recommends that DNR “mitigate for the loss of SAV [by] fill[ing], grad[ing], and plant[ing] marsh vegetation” onsite in an area totaling 5,440 square feet. Because SAV is a “species in need of conservation,” the required mitigation is 3:1. COMAR 26.04.05.01.C(1)(e). Given that the required mitigation area is 388 square feet, three times that is 1,164 square feet of mitigation. DNR’s proposal to create 5,440 square feet of new tidal marsh exceeds the requirement.

CHARLES COUNTY

17-1297 DNR - SMALLWOOD STATE PARK — Construct a gangway, floating platform, and kayak launch; and fill, grade, and plant marsh vegetation. Marbury, Mattawoman Creek Special conditions: Requirements for mitigation site construction, monitoring of the mitigation site, and sequencing of kayak launch construction.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION 5 BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA July 24, 2019

Contact: Bill Morgante 410-260-7791 [email protected]

5. BOARD OF PUBLIC WORKS Haven Harbour South/Wetlands License No. 19-0349 Compensation

Recommendation: The Board of Public Works Wetlands Administrator recommends that the Board: (1) grant a wetlands license for a project involving directional drilling under Rock Hall Harbor; and (2) assess annual compensation of $3,135 to be deposited into the Wetlands and Waterways Program Fund.

MDE: The Maryland Department of the Environment concurs with this recommendation. • Application received March 14, 2019 • Public Hearing May 21, 2019 • Public comment period ended June 1, 2019 • MDE Report and Recommendation July 3, 2019

Authority: 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.” Section 16-202, Environment Article, Annotated Code of Maryland; see also COMAR 23.02.04.

Compensation: The applicant seeks to install three 418-linear foot lines under State tidal wetlands. The Board of Public Works “must assess annual compensation for the placement of cables, pipelines, or similar structures” under wetlands at $2.50 a linear foot. §16-205(b), Environment Article; see also COMAR 23.02.04.17.D.3(a).

The Wetlands Administrator recommends annual compensation of $3,135. This amount is calculated: 418 linear feet x 3 lines = 1,254 ft. x $2.50 linear foot = $3,135

KENT COUNTY 19-0349 HAVEN HARBOUR SOUTH – To replace water line, install fire suppression water line, and install telecommunications conduit. Rock Hall, Rock Hall Harbor Special Conditions: Requirements for horizontal directional drilling; frac-out contingency plan; Monitor and monitoring; drilling fluid release protocol; site runoff; site restoration; long term maintenance; coordination with Kent County, annual compensation; submerged conduit relocation; and Coast Guard coordination.

BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

6 BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA July 24, 2019

Contacts: Allen Cartwright (301) 429-7629 [email protected] Jean Peterson (301) 429-7667 [email protected]

6. DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT Down Payment Settlement Expense Loan Program

Recommendation: That the Board of Public Works approve DHCD releasing a second lien deed of trust to facilitate a short sale and allow DHCD to take an unsecured promissory note for the Down Payment Settlement Expense Loan Program in the amount of the current balance.

Loan Authority: Down Payment and Settlement Expense Loan Program Housing and Community Development, Article §§ 4-301-4-309, Annotated Code of Maryland

Authority to Release State Finance and Procurement Article, § 10-305, Security Interest: Annotated Code of Maryland

Original Loan/Current Balance Sarah Harris $ 5,000 214 Westdale Drive, Waldorf 20601 (Charles County)

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

7 BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA July 24, 2019

Contacts: Jonathan Bluey 301-429-7795 [email protected] Jean Peterson 301-429-7667 [email protected]

7. DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT Housing and Building Energy Programs

Recommendation: That the Board of Public Works approve lending general obligation bond proceeds as described.

Borrower: Partap Verma and Palmer Phillips

Project: Forest Park Net Zero Single Family 9715 Caney Place, Silver Spring 20910, Montgomery County

Authority: §§ 4-218; 4-2001 -- 4-2006, Housing & Community Development Article, Annotated Code of Maryland; COMAR 05.03.08.

The Energy Efficient Homes Construction Loan Program makes new construction and major rehabilitation loans and credit enhancement for net-zero homes and low-energy homes.

Loan Amount: $143,000 Fund Source: MCCBL of 2019: Housing and Building Energy Programs Collateral: Deed of Trust

Description: The project is to construct one single-family residence with a Home Energy Rating System (HERS) index of 50 or lower. Upon completion, homeowners Partap Verma and Palmer Phillips will reside in the home.

Net Zero financing will be used for engineering design, solar, and geothermal costs. The HERS rating is projected to be zero: the home produces as much energy as is consumed. The homeowners have a first lien on the property with Severn Bank for a $1.1 million construction loan to acquire the property, demolish the existing structure, and construct the new home. The Net Zero financing, secured by a second lien, will provide low cost financing to increase project efficiency at achievable cost.

The homeowners will use tax credits, proceeds from the sale of their current home, personal equity and refinancing to the permanent phase to make payments on the loan principal. The property value after construction is appraised at $1.4 million without the solar and geothermal. Sources Amount GO Bond Proceeds (this Item) $143,000 Private loan $1,104,000 Total $1,243,000

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION 8 BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA July 24, 2019

Contacts: Jonathan Bluey 301-429-7795 [email protected] Jean Peterson 301-429-7667 [email protected]

8. DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT Housing and Building Energy Programs

Recommendation: That the Board of Public Works approve lending general obligation bond proceeds as described.

Borrower: Housing Commission of Talbot County

Project: Easton Net Zero Multiunit 112 West Street and 24-26 Port Street, Easton 21601, Talbot County

Authority: §§ 4-218; 4-2001 -- 4-2006, Housing & Community Development Article, Annotated Code of Maryland; COMAR 05.03.08

The Energy Efficient Homes Construction Loan Program makes new construction and major rehabilitation loans and credit enhancement for net-zero homes and low-energy homes.

Loan Amount: $1,000,000 Fund Source: MCCBL of 2018: Housing and Building Energy Programs Collateral: Deed of Trust

Description: The project will construct two multifamily buildings comprising nine residential units with a Home Energy Rating System (HERS) index rating of 50 or lower. Upon completion, the Housing Commission of Talbot County will lease the units for residential use.

DHCD’s Community Development Administration is lending $1.6 million (secured by a first lien); this loan would increase the DHCD total loan amount to $2.6 million.

The building will be constructed to Net Zero Ready standards, where with the addition of solar photovoltaics, the building can produce as much energy as it consumes.

Sources Amount GO Bond Proceeds (this Item) $1,000,000 2018 Special Funds Regional Greenhouse Gas Initiative Strategic Energy Investment Fund (RGGI SEIF) $1,100,000 2017 DHCD General Funds $500,000 Developer Equity $200,000 Total $2,800,000

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION 9 BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA July 24, 2019

Contact: Terri Wilson (410) 537-4155 [email protected]/[email protected]

9. MARYLAND DEPARTMENT OF THE ENVIRONMENT Bay Restoration Fund

Recommendation: That the Board of Public Works approve further funding as described.

Authority: Maryland Water Quality Financing Administration Act §§ 9-1601--9-1622, Environment Article, Annotated Code of Maryland.

Project: Town of Oxford Wastewater Treatment Plant Biological Nutrient Removal and Enhanced Nutrient Removal Upgrade

Recipient: Town of Oxford Amount: Up to $4,332,241 Location: Talbot County/Legislative District 37B

Project Description: The proposed project is to plan, design, and construct a BNR/ENR facility for an existing design capacity of 150,000 gpd at the Town of Oxford WWTP. The BNR and ENR upgrade includes constructing a wave oxidation system in existing lagoon, new denitrification filter, and other ancillary modifications. Upon completion of the upgrades, the plant will discharge effluent with an annual average Total Nitrogen goal of 3.0 mg/l and Total Phosphorus goal of 0.3 mg/l. This will allow 83% reduction in nitrogen and 90% reduction in phosphorus reducing nutrients to Lower Choptank River and ultimately the Chesapeake Bay. This recommendation is to fund additional costs incurred for excess sludge removal work from Lagoon #2 for the construction of the new WWTP.

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: Bay Restoration Fund Grant BR-NR 03.21 (this Item) $ 4,332,241 Bay Restoration Fund Grant BR-NR 03.21 (Sec. 7A [5/10/17]) $ 2,989,477 Biological Nutrient Removal NR 04.21 MCCBL 2016-16174 (Sec. 7A [5/10/17]) $ 4,739,412 Local Share $ 6,464,625 Total Estimated Project Cost: $18,525,755

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

10 BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA July 24, 2019

Contact: Terri Wilson (410) 537-4155 [email protected]/[email protected]

10. MARYLAND DEPARTMENT OF THE ENVIRONMENT Energy-Water Infrastructure Program Grant

Recommendation: That the Board of Public Works approve new grant funding as described.

Authority: §§ 9-20B-01 -- 9-20B-12, State Government Article, Annotated Code of Maryland; Capital Budget Appropriation: Energy Water Infrastructure Program (U00A01.14)

Project: Parkway Water Resource Recovery Facility Mixer Replacement Recipient: Washington Suburban Sanitary Commission Amount: Up to $400,000 Location: Prince George’s County/Legislative District 23A

Project Description: This project is to purchase and replace submersible wastewater mixers at the WSSC Parkway Wastewater Treatment Plant. The mixers are used in the wastewater treatment process to blend mixed liquor in the anoxic zones in the biological reactor basins and are needed to achieve Enhanced Nutrient Removal (ENR) levels of treatment. These mixers operate 24-hours per day to treat the continuous flow of wastewater to the plant. The mixers are approximately 20- years old and are experiencing more frequent failures requiring costly repairs or rebuilds. There have been changes to mixer technology such as new large-blade submersible mixers which provide the same mixing results as small-blade mixers, but only require a fraction of the power. WSSC will use the grant funds to purchase new more efficient submersible mixers and related appurtenances. The anticipated benefits from this project are not only new replacement mixers, but also, a significant reduction in yearly energy usage and corresponding energy cost savings.

This project is consistent with the Greenhouse Gas Reduction Act’s Statewide goal of reducing greenhouse gas emissions 40% by 2030.

Project Funding Sources: Energy Water Infrastructure Program Grant, EWIP 02.25 $ 400,000 TOTAL ESTIMATED PROJECT COST $ 400,000

Through an agreement between the Maryland Energy Administration and the Maryland Department of the Environment, funding will be provided from the Strategic Energy Investment Fund for this project.

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 11 BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA July 24, 2019

Contact: Terri Wilson (410) 537-4155 [email protected]/[email protected]

11. MARYLAND DEPARTMENT OF THE ENVIRONMENT Maryland Water Quality Revolving Loan Fund

Recommendation: That the Board of Public Works approve funding as described.

Authority: Maryland Water Quality Financing Administration Act §§ 9-1601--9-1622, Environment Article, Annotated Code of Maryland.

Project: Greenbelt Lake Dam Repair Recipient: City of Greenbelt Amount: Up to $1,775,890 Location: Prince George’s County/Legislative District 22

Project Description: This project involves the design and construction of emergency repairs at the Greenbelt Lake Dam. The repairs, required by a MDE Consent Order, are intended to address seepage found on the lake’s downstream embankment and at the downstream toe of the earthen slope. The project will also involve the repair of structural cracks, joint separation, concrete spalling of the spillway flume and other related repairs to provide measures to prevent continued dam deterioration and protect downstream water quality.

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: New Loan $1,775,890 (estimated) Term. 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 2018 loan recipients received interest-rates ranging from 0.7% to 0.8%.) Security. Borrower will deliver its bond, along with its full faith and credit endorsement.

Project Funding Sources: Water Quality Revolving Loan Fund $ 1,775,890 Local $ 285,000 Total Estimated Project Cost: $ 2,060,890

NOTE: 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 12 BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA July 24, 2019

Contact: Ellen Frketic 410-729-8307 [email protected]

12. MARYLAND ENVIRONMENTAL SERVICE Central Maryland Correctional Facility

A/E Contract: CMCF Sewer Line Upgrade MES Project # 1-19-2-50-3

Description: Demolish sewage pump station; replace with gravity sewer line and flow meter

Procurement: A/E Shortlist

Award: Keystone Engineering Group

Amount: $56,389

Term: 2 Months

MBE Participation: 54%

Remarks: The sewage pump station that serves the B Building at DPSCS’s Central Maryland Correctional Facility was not designed to pump prison waste, which has tremendous amounts of paper, cloth and plastic trash. The facility staff must clean this station frequently by hand since it is in an isolated area. This is a hazardous job. MES is proposing to replace the pump station with a gravity sewer and flow meter.

Fund Source: MCCBL of 2019: MES Infrastructure Improvement Fund

Appropriation Code: 336 MCCBL 19 (PCA # 12072)

Resident Business: No

Tax Compliance No.: 19-1942-0101

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

13 BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA July 24, 2019

Contact: Ellen Frketic 410-729-8307 [email protected]

13. MARYLAND ENVIRONMENTAL SERVICE Eastern Correctional Institution

Construction Contract: Improvements to Elevated Water Storage Tank MES Project #1-19-2-25-5-R

Description: Recondition 500,000 gallon elevated storage tank including structural repairs, new paint, and upgrade to OSHA-compliant standards.

Procurement: Competitive Sealed Bids

Bids: Minoan Inc., York, Pa. $349,150 D & M Painting Corporation, Washington, PA $489,850 Baldwin Industries, LLC, Baldwin, MD $492,250 Utility Service Company, Inc., Perry, GA $566,100 Pittsburg Tank & Tower Co. Inc., Henderson, Ky. $600,050

Award: Minoan Inc. Amount: $349,150 Term: 95 work days MBE Participation: 10%

Remarks: The paint has deteriorated, and corrosion is widespread. New interior and exterior coatings are needed. The foundation anchor bolts are corroded and need to be cleaned and recoated and nuts replaced. An interior ladder is needed to meet OSHA regulations. The exterior ladder requires a safety climb unit. Roof handrails, rain lip, manways are needed for safety. This work will make the tank OSHA-compliant and extend the useful life by 15-20 years.

Fund Sources: MCCBL of 2017 and 2018: MES Infrastructure Improvement Fund

Appropriation Codes: 198 MCCBL 17 (PCA 12042 - $41,324) 266 MCCBL 18 (PCA 12053 -$307,826)

Resident Business: No Tax Compliance No.: 19-1774-0101

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

14 BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA July 24, 2019

Contact: Katherine Z. Dixon 410.585.3035 [email protected]

14. DEPARTMENT OF PUBLIC SAFETY AND CORRECTIONAL SERVICES Correctional Complex in Baltimore City

Contract ID: Construction Inspection and Testing Services for the Demolition of Multiple Buildings at the Correctional Complex in Baltimore City KT-000-180-I01, ADPICS No. 603B0600001

Description: Provide Construction Inspection and Testing Services (CITS) for quality assurance during demolition of multiple buildings at Correctional Complex in Baltimore City.

Demolition Approved: Secretary’s Agenda Item 7 (6/19/2019)

Procurement Method: Competitive Sealed Proposals

Technical Price Overall Offeror Rank Proposal Rank Potowmac Engineers, Inc., Capitol Heights 2 $1,059,522 1 The Temple Group, Inc., Linthicum 1 $1,183,791 2 Intertek Psi, Rosedale 3 $1,162,708 3

Award: Potowmac Engineers, Inc.

Amount: $1,059,522

Performance Bond: None

Performance Period: Through final completion of construction contract (approximately 548 calendar days)

MBE Participation: 27.72% Sub goals: 9% Women-Owned 6% African-American 2% Hispanic-American

VSBE Participation None

Fund Source: MCCBL 2019: Item 303

15 BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA July 24, 2019

14. DEPT OF PUBLIC SAFETY AND CORRECTIONAL SERVICES (cont’d) Division of Pre-Trial Services

Remarks: The related construction contract with Towson Mechanical. Inc. (Sec. Item 7 (6/19/2019)) will demolish the vacated buildings that were part of the closed portion of the Baltimore City Detention Center as well as some buildings that were part of the Metropolitan Transition Center, formerly known as the Maryland Penitentiary. There are 16 major structures and 23 minor structures that are involved in the project.

This contract will provide CITS required for quality assurance for the construction contract. The scope of work also includes site work, removal of numerous underground utilities, construction of replacement program space structures, fencing, and security electronics.

The solicitation was announced on eMaryland Marketplace. A pre-bid meeting was held. Three proposals were received. The proposal from Potowmac Engineers was determined to provide the best value to the State considering price and technical factors.

The vacant site is the proposed location of the Therapeutic Detention Center.

Tax Compliance 19-2115-1111

Resident Business Yes

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

16 BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA July 24, 2019

Contact: Annie Angueira 240-895-3346 [email protected]

15. ST. MARY’S COLLEGE OF MARYLAND General Obligation Bond Proceeds

Recommendation: That the Board of Public Works approve St. Mary’s College of Maryland using general obligation bond proceeds as described.

Authority: § 8-301, State Finance & Procurement Article, Annotated Code of Maryland.

Michael P. O’Brien Athletic and Recreation Center

1. Description: Replace outdated electronic HVAC controls with new system to interface with College Building Automation System. Procurement Method: Intergovernmental Cooperative Purchasing Agreement Sourcewell contract 031517-SIE (formally National Joint Powers Agreement) Award: Siemens Industry, Inc. Amount: $175,760 Fund Source: MCCBL 2019 (353) Appropriation Code: 622 Resident Business: Yes MD Tax Clearance: 19-1389-1111

2. Description: Replace single ply roofing and flashings over 25-yard pool; remove skylights over old gym. Procurement Method: Intergovernmental Cooperative Purchasing Agreement National Cooperative Purchasing Alliance contract 02-20 Award: Tecta America East, LLC Amount: $498,100.00 Fund Source: MCCBL 2019 (353) Appropriation Code: 622 Resident Business: Yes MD Tax Clearance: 19-1842-1110

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

17 BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA July 24, 2019

Contact: Christian Lund (410) 260-7920 [email protected]

16. BONDS

Recommendation: The Treasurer recommends that the Board of Public Works adopt resolutions concerning the sale of State of Maryland General Obligation Bonds in book entry form for the purpose of funding the State’s capital program; making certain determinations regarding the consolidation of loans, the methods of sale, and the structure of the Bonds; authorizing the publication of the required Summary Notices of Bond Sale; and obligating the State of Maryland to provide continuing disclosure as required under applicable securities regulations and to comply with applicable provisions of the Internal Revenue Code. The total that will be offered for sale is up to $550,000,000* of new money bonds, issued in one or more series, for the capital program.

Amount: New Money Bonds – Up to $550,000,000* in bonds, issued for the purpose of funding the State’s capital program, consisting of up to $500,000,000* in tax-exempt bonds and up to $50,000,000* in taxable bonds.

Denomination: $5,000 per bond, or integral multiples thereof

Maturities: To be determined by the Treasurer, not to exceed 15 years.

Title: State and Local Facilities Loan of 2019, Second Series

Form: As determined by the Treasurer, to include:

Second Series A – up to $500,000,000* Tax-Exempt Bonds (Competitive in two bidding groups) for the Capital Program.

Second Series B – up to $50,000,000* Taxable Bonds (Competitive) for the Capital Program.

Methods and Times of Sale: 2019 Second Series A (Tax-Exempt) – $500,000,000* – Public Competitive Sale of up to $500,000,000*, in maturities and amounts to be determined by the Treasurer, on Wednesday, August 14, 2019 by electronic bid and subject to the approval of the Board. Provided, however, depending upon market conditions and at the discretion of the Treasurer, the sale of the 2019 Second Series A Tax-Exempt

18 BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA July 24, 2019

16. BONDS (cont’d)

Methods and Times of Sale: (cont’d) Bonds may instead be offered for sale at a date and time to be determined by the Treasurer, subject to approval by the Board at that time.

2019 Second Series B (Taxable) – $50,000,000* – Public Competitive Sale of up to $50,000,000*, in maturities and amounts to be determined by the Treasurer, on Wednesday, August 14, 2019 by electronic bid and subject to the approval of the Board. Provided, however, depending upon market conditions and at the discretion of the Treasurer, the sale of the 2019 Second Series B Taxable Bonds may instead be offered for sale at a date and time to be determined by the Treasurer, subject to approval by the Board at that time.

Settlement: On or about August 28, 2019

Use of Proceeds: Various State loans and installments, combined and consolidated.

Notices of Bond Sale: Summary notices of sale for bonds sold on a competitive basis shall be published in the Bond Buyer on a date to be determined by the Treasurer not later than that required by Section 8-123 of the State Finance and Procurement Article of the Annotated Code of Maryland, and in such other electronic and print media as determined appropriate by the Treasurer.

Remarks: The date of sale of the 2019 Second Series Bonds may be postponed at the discretion of the Treasurer in response to market conditions. The method of sale, the size and maturities of any of the bonds may be adjusted by the Treasurer to respond to prevailing market conditions.

______* Preliminary, subject to change

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

19 BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA July 24, 2019

Contact: Geoff McCammon 410.767.4225 [email protected] Carla Thompson (410) 697-9667 [email protected]

17. RECORD CORRECTION

Recommendation: That the Board of Public Works record reflect the following corrections:

1. Correcting Agency: Department of General Services Contract: Library for the Blind and Physically Disabled, COI09457 Approved: DGS Item 5-M-MOD (5/18/2019) Original Agenda Amount: $62,210.07 Corrected Amount: $65,942.67

2. Correcting Agency: Department of Information Technology Contract: Local Telecommunication 060B3490013, 060B9400116 Approved: DoIT Item 6-IT-OPT (5/8/2019) Original ADPICS No.: 060B9400116 Correct ADPICS No.: 060B9400142

3. Correcting Agency: Department of Information Technology Contract: Health Risk Screen Tool #15-14298, MOOB9400456 Approved: DoIT Item 4-IT-OPT (5/22/2019) Original ADPICS No.: M00B9400456 New ADPICS No.: M00B9400481

4. Correcting Agency: Department of Information Technology Contract: MIEMSS Resource Sharing Agreement Approved: DoIT Item 1-GM (6/5/2019) Original Agenda Amount: $434,100.56 (option 2) $491,144.94 (option 3) Correct Amount: $$383,681.64 (option 2) $434,100.56 (option 3) $491,144.94 (option 4)

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

20

BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA APPENDIX July 24, 2019

APP 1

Contact: Eric Lomboy 410-767- 7522 [email protected]

A1. DEPARTMENT OF GENERAL SERVICES

Contract ID: HVAC Chiller System Silver Spring District Court/Multi-Service Center ADPICS No.: 001B9400492, Project No.: BC-725-200-001

Contract Type: Construction

Contract Description: Provide labor, materials, supervision, rigging, equipment, insurance, services, testing to replace HVAC chiller system at the Silver Spring District Court / Multi-Service Center in Montgomery County.

Procurement Method: Emergency

Emergency Declared: May 14, 2019

Bid: Daikin Applied, Bowie $650,000

Award: Daikin Applied

Award Date: May 14, 2019

Contract Amount: $650,000

Term: 45 calendar days

MBE Participation: 0%

Fund Source: MCCBL 2019 Item 103

Remarks: Nature of Emergency: The chiller system ran on two chillers: when chiller no. 1 failed, 50% of chilling capacity was lost. Chiller No. 2 – in failure mode – required extensive repairs. The associated system controls have constant issues that negatively impact functional equipment operation. The noise emitted by the failing roof equipment exceeded the local noise ordinances resulting in numerous complaints from local residents. Loss of cooling capacity for the building would have impacted occupants’ health and disrupted business operations likely enough to lead to a building closure.

21

BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA APPENDIX July 24, 2019

APP 2

A1. DEPARTMENT OF GENERAL SERVICES (cont’d)

Remarks: (cont’d)

Basis for Selection: DGS solicited competitive bids from three companies and received one bid. Daikin Applied confirmed its bid, verified availability of new energy efficient equipment, was available immediately, and was determined a responsive and responsible bidder.

Tax Compliance No.: 41-0404230

Resident Business: Yes

BOARD OF PUBLIC WORKS ACTION: THIS REPORT WAS:

ACCEPTED REMANDED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

22

BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA APPENDIX July 24, 2019

APP 3

Contact: Joseph Sedtal 410-767-3351 [email protected]

A2. DEPARTMENT OF TRANSPORTATION Maryland Transit Administration

Contract ID: MARC PTC Back Office Server MRC-18-001-IT ADPICS No.: CO363367

Contract Reported: Secretary Appendix Item A8 (6/20/2018)

Contractor: Wabtec Railway Electronics, Inc., Germantown, MD

Original Procurement Method: Emergency

Contract Description: Install Back-Office server and subsequent maintenance services to support Positive Train Control equipment on MARC trains.

Emergency Modification Description: Add cellular data service for MARC locomotives and cab cars to allow them to communicate with the back-office server.

Original Emergency Declared: 11/17/2017 Modification Emergency Declared: 10/18/2018 Emergency Modification Date: 12/27/2018

Original Contract Term: 3/16/2018 - 12/23/2023 Modification Term: 12/27/2018 - 12/23/2023

Original Contract Amount: $1,696,296

This Modification Amount: $ 693,000

Revised Contract Amount: $2,389,296

Percent +/- Change: 41%

Overall Percent +/-: 41%

23

BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA APPENDIX July 24, 2019

APP 4

A2. DEPARTMENT OF TRANSPORTATION (cont’d) Maryland Transit Administration

TBU Remarks: Nature of Emergency: Federal regulations mandated that all trains have a Positive Train Control (PTC) system operational by December 31, 2018 or operations would have to cease. The back- office server is required to support and safeguard the operation of a PTC system.

The Board of Public Works accepted MDOT MTA’s report of an emergency contract awarded to Wabtec Railway Electronics to install the back officer server to support PTC equipment on MARC trains. Sec. Appx. A8 (6/20/2018). In August 2018, Wabtec informed MARC that cellular subscriptions are necessary to ensure a secure connection and the proper configuration and function between the cellular modems and the back office server. Each MARC locomotive and cab car is equipped with a Verizon and AT&T cellular modem. Cellular data service allows the modems to communicate with the back office server.

Daily ridership on MARC trains throughout Maryland, DC, and West Virginia is approximately 35,000 passengers. Without an operable back officer server system, MARC is unable to operate in compliance with Federal Railroad Administration standards. Any interruption of this service would have a harmful and injurious impact on the commuters.

Once MDOT MTA learned of the need to add cellular service, the agency began working with the vendor to complete an amendment; the modification was finalized December 17, 2018. Because the Federal Railroad Administration required approval of this modification before the end of 2018, MDOT MTA had to modify the emergency contract on an emergency basis.

Fund Source: 100% Special Funds (Transportation Trust Fund)

Approp. Code: J05H0105

Resident Business: Yes

MD Tax Clearance: 18-3244-1111

This Item was withdrawn as Item A2 on the 5/22/19 Secretary’s Agenda.

BOARD OF PUBLIC WORKS ACTION: THIS REPORT WAS:

ACCEPTED REMANDED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

24

BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA APPENDIX July 24, 2019

APP 5

Contact: Joseph Sedtal 410.767.3351 [email protected]

A3. DEPARTMENT OF TRANSPORTATION Maryland Transit Administration

Contract ID: Interoperable Electronic Train Management System Software and Hardware Support; ADPICS No. MRC19004MT

Contract Type: Maintenance

Contract Description: Software and hardware support and updates to MDOT MTA Interoperable Electronic Train Management System, the Positive Train Control system MARC uses.

Procurement Method: Emergency

Emergency Declared: December 4, 2018

Award: Wabtec Railway Electronics, Inc., Germantown, MD

Award Date: December 14, 2018

Amount: $2,763,613

Term: 12/14/2018 – 12/13/2023 (w/ one 1-year renewal option)

MBE Participation: 0%

Fund Source: 100% Special (Transportation Trust Fund)

TBU Remarks:

Nature of Emergency: Federal regulations mandated that all passenger and freight trains have a Positive Train Control (PTC) system operational by December 31, 2018 or operations would have to cease. MARC diesel locomotives and cab cars use the interoperable electronic train management system (I-ETMS) as its standard PTC system; MARC rights-of-way are equipped with wayside base stations for I-ETMS.

MARC operates over two host railroads networks: Amtrak and CSX. Trains that operate on Class 1 freight railroads such as these must have bi-annual and emergency PTC system software and hardware updates to continue operating. MARC’s host railroads require these software and hardware updates to the I-ETMS to operate on their rights-of-way.

25

BOARD OF PUBLIC WORKS SECRETARY'S ACTION AGENDA APPENDIX July 24, 2019

APP 6

A3. DEPARTMENT OF TRANSPORTATION (cont’d)

TBU Remarks: (cont’d)

Without MARC’s PTC system receiving appropriate software and hardware updates, MARC will be unable to operate by Federal Railroad Administration standards. Daily ridership on MARC trains throughout Maryland, DC, and West Virginia is approximately 35,000 passengers. Any interruption of this service would have a harmful and injurious impact on the commuters. It was imperative that an emergency procurement be initiated.

MDOT MTA awarded this emergency contract to Wabtec Railway Electronics, Inc. for software and hardware support services to mitigate serious damage to public health, safety, and welfare. MARC’s I-ETMS requires on-going and reliable hardware and software support to remain fully operational and functional.

Basis for Selection: MARC’s I-ETMS hardware and software is proprietary technology of Wabtec Railway Electronics, Inc. Wabtec Railway Electronics, Inc. is the sole provider of support and updates to the system’s licensed software and hardware. Negotiations between MDOT MTA and Wabtec took longer than anticipated. Once it became evident that a sole source contract could not be awarded in time to meet the federal mandate deadline of December 31, 2018, an emergency procurement was completed to award the contract.

Tax Compliance No.: 18-3012-1111

Resident Business: Yes

This Item was withdrawn as Item A3 on the 5/22/19 Secretary’s Agenda.

BOARD OF PUBLIC WORKS ACTION: THIS REPORT WAS:

ACCEPTED REMANDED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

26

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 1

Contact: Emily Wilson (410) 260-8436 [email protected]

1A. COMMUNITY PARKS AND PLAYGROUNDS PROGRAM Allegany County

Recommendation: Approval to commit $200,000 for the following development project.

Town of Luke Inclusive Nature Playground – $200,000 Town of Luke, Allegany County CPP #6956-1-321 MD20190514-0378

Background: Construct nature-based inclusive playground with climbing equipment and hillsides.

Fund Source: Maryland Consolidated Capital Bond Loan 2019, Chapter 14, Acts of 2019 Community Parks and Playgrounds Program $200,000

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

27

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 2

Contact: Emily Wilson (410) 260-8436 [email protected]

2A. COMMUNITY PARKS AND PLAYGROUNDS PROGRAM Anne Arundel County

Recommendation: Approval to commit $101,739 for the following development project.

Ellen O. Moyer Park Improvement – $101,739 City of Annapolis, Anne Arundel County CPP #6957-2-327 MD20190514-0376

Background: Construct Park pavilion for outdoor environmental education and community events.

Fund Source: Maryland Consolidated Capital Bond Loan 2019, Chapter 14, Acts of 2019 Community Parks and Playgrounds Program $101,739

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

28

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 3

Contact: Emily Wilson (410) 260-8436 [email protected]

3A. PROGRAM OPEN SPACE LOCAL SHARE Baltimore County

Recommendation: Approval to commit $99,200 for the following acquisition project.

Windlass Woods Property Acquisition – $99,200 Baltimore County POS # 6975-3-492 MD20190514-0375

Background: Acquire 22.75 acres to preserve green space in the Middle River community. This acquisition will protect sensitive environmental areas including non-tidal wetlands and forest.

Appraised Value: Everett Benfield Advisors $600,000 S.H. Muller & Associates $120,000

Property Cost: $99,200

Fund Source: Outdoor Recreation Land Loan 2017, Chapter 143, Acts of 2016 Program Open Space Local Source Code: 17009 $99,200

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

29

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 4

Contact: Emily Wilson (410) 260-8436 [email protected]

4A. COMMUNITY PARKS AND PLAYGROUNDS PROGRAM Carroll County

Recommendation: Approval to commit $300,000 for the following development projects.

1. Bollinger Park – Nature Park Trails - $150,000 City of Taneytown, Carroll County, CPP #6961-6-382 MD20190501-0332

Background: Develop nature park including nature trails and interpretive signs.

Fund Source: Maryland Consolidated Capital Bond Loan 2019, Chapter 14, Acts of 2019 Community Parks and Playgrounds Program $150,000.00

2. Cooper Park – Splash Pad - $150,000 Town of Sykesville, Carroll County, CPP #6962-6-383 MD20190501-0331

Background: Construct approximately 2,500 square foot splash pad including holding tank, water play equipment, retaining wall, and border.

Fund Source: Maryland Consolidated Capital Bond Loan 2019, Chapter 14, Acts of 2019 Community Parks and Playgrounds Program $150,000

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

30

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 5

Contact: Emily Wilson (410) 260-8436 [email protected]

5A. COMMUNITY PARKS AND PLAYGROUNDS PROGRAM Cecil County

Recommendation: Approval to commit $113,451 for the following development project.

Fair Green Park – Playground Equipment - $113,451 Town of Charlestown, Cecil County CPP #6963-7-269 MD20190501-0330

Background: Replace 20+ year old playground equipment with equipment and safety surfacing consistent with National Playground Safety Standards and the Americans with Disabilities Act.

Fund Source: Maryland Consolidated Capital Bond Loan 2019, Chapter 14, Acts of 2019 Community Parks and Playgrounds Program $113,451

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

31

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 6

Contact: Emily Wilson (410) 260-8436 [email protected]

6A. COMMUNITY PARKS AND PLAYGROUNDS PROGRAM Garrett County

Recommendation: Approval to commit $158,815 for the following development project.

Leo Martin Memorial Park – $158,815 Town of Mountain Lake Park, Garrett County CPP #6966-11-258 MD20190514-0377

Background: Construct ADA-accessible park with walking trail, waterfall, fountain, plantings, site amenities and interpretive historical signage.

Fund Source: Maryland Consolidated Capital Bond Loan 2019, Chapter 14, Acts of 2019 Community Parks and Playgrounds Program $158,815

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

32

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 7

Contact: Emily Wilson (410) 260-8436 [email protected]

7A. COMMUNITY PARKS AND PLAYGROUNDS PROGRAM Harford County

Recommendation: Approval to commit $42,049 for the following development project.

Plumtree Park – Park Improvements - $42,049 Town of Bel Air, Harford County CPP #6967-12-298 MD20190501-0328

Background: Develop nature-themed play space including play equipment, educational panels including bilingual messaging. Plantings along the streambed will improve water quality and decrease nutrient load.

Fund Source: Maryland Consolidated Capital Bond Loan 2019, Chapter 14, Acts of 2019 Community Parks and Playgrounds Program $42,049

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

33

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 8

Contact: Emily Wilson (410) 260-8436 [email protected]

8A. PROGRAM OPEN SPACE LOCAL SHARE Montgomery County

Recommendation: Approval to commit $1,868,000 for the following acquisition and development projects.

1. Westbard Urban Recreation Park – Frederick Burrows Norris Property Acquisition $1,118,000 Montgomery County, POS #6955-15-709 MD20190425-0316

Background: Acquire additional 0.11 acres for new Westbard Urban Recreation Park. The park, when developed, will serve as a gateway between the Capital Crescent Trail and the Willett Branch Greenway and provide recreational amenities to the community. The purchase contract provides a reservation term of up to five years during which the property may be leased, with any rents going toward demolition of any improvements and site stabilization. DNR will hold Program Open Space Local reimbursement until the County has control of the property and all program requirements are met. This parcel is an in-holding to be added to the 1.51-acre River Road Associates LP parcel acquisition approved as DNR -RP Item 4A (4/3/2019).

Appraised Value: Sapperstein & Associates, LLC. $1,015,000 Lipman, Frizzell, & Mitchell, LLC. $ 925,000

Property Cost: $1,000,000 Incidental Costs: $ 118,000

Fund Source: MD Consolidated Capital Bond Loan 2013, Chapter 424, Acts of 2013 Program Open Space Local Source Code: 13080 $219,838.60

Outdoor Recreation Land Loan 2019, Chapter 570, Acts of 2019 Program Open Space Local Source Code: 19011 $898,161.40

2. Edith Throckmorton Neighborhood Park – $750,000 Maryland-National Capital Park and Planning Commission (Montgomery County) POS # 6978-15-710 MD20190508-0352

Background: Renovate Park to promote accessibility, environmental sustainability, and further meet the neighborhood recreational needs. Improvements include playgrounds for age groups 2 to 5 and 5 to 12, nature play area, community open space, terrace, site furnishing, accessible path and boardwalk, maintenance access, retaining walls, fencing and gate, interpretive signage, landscape improvements, safety lighting, forest conservation, and stormwater mitigation.

34

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 9

8A. PROGRAM OPEN SPACE LOCAL SHARE (cont’d) Montgomery County

2. Edith Throckmorton Neighborhood Park – $750,000 (cont’d)

Fund Source: Maryland Consolidated Capital Bond Loan 2015, Chapter 495, Acts of 2015 Program Open Space Local Source Code: 15162 $44,163.79

Outdoor Recreation Land Loan 2019, Chapter 570, Acts of 2019 Program Open Space Local Source Code: 19011 $705,836.21

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

35

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 10

Contact: Emily Wilson (410) 260-8436 [email protected]

9A. COMMUNITY PARKS AND PLAYGROUNDS PROGRAM Prince George’s County

Recommendation: Approval to commit $200,000 for the following development project.

Upper Marlboro Community Playground – $200,000 Town of Upper Marlboro, Prince George’s County CPP #6970-16-824 MD20190514-0371

Background: Design and construct park with playground equipment, amenities, and landscaping.

Fund Source: Maryland Consolidated Capital Bond Loan 2019, Chapter 14, Acts of 2019 Community Parks and Playgrounds Program $200,000.00

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

36

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 11

Contact: Emily Wilson (410) 260-8436 [email protected]

10A. PROGRAM OPEN SPACE STATE SHARE Queen Anne’s County (Dulin Property)

Recommendation: That the Board of Public Works approve DNR acquiring a conservation easement to protect 305 +/- acres in Queen Anne’s County.

Description: Conservation of this property, which comprises agricultural fields, mature forests, and a portion of Three Bridges Branch, will protect water quality for the Corsica River Watershed. Approximately 15 +/- acres is adjacent to Tall Oaks Wildlife Management Area and contains the ecologically significant Blank Woods. The property owner has agreed to limited public access in this area, which is an old growth forest.

POS Scoring System: 90 out of 100 Targeted Ecological Area: Yes

Grantor: John Scott Dulin and Kristy Lynn Dulin

Grantee: The State of Maryland to the use of the Department of Natural Resources

Property: 305 +/- acres, POS 5112

Price: $760,000

Appraisals: $763,000 (7/18/18) – William R. McCain $397,000 (7/23/18) – David E. Cadell All appraisals reviewed by Dave Wallenberg, Chief Review Appraiser

Remarks: This property is directly adjacent to Tall Oaks Wildlife Management Area, the former Poirier property that DNR acquired in 2017. DNR-RP Item 7A (9/9/17).

Fund Source: Outdoor Recreation Land Loan of 2018, Chapter 150, Acts of 2017 POS Stateside – Heritage Conservation Fund Source Code: 18010 $760,000

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

37

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 12

Contact: Emily Wilson (410) 260-8436 [email protected]

11A. PROGRAM OPEN SPACE STATE SHARE Somerset County (Somerset County owned parcels)

Recommendation: That the Board of Public Works approve the acquisition.

Description: These two mostly-forested parcels, approximately 1 +/- acre each, will provide improved access to the adjacent Chesapeake Forest Land tracts. The Maryland Forest Service manages working forest lands to produce sustainable forest products and provide for outdoor recreational opportunities, helping to maintain the local resource-based economy.

POS Scoring System: 90 out of 100 Targeted Ecological Area: Yes

Grantor: Board of County Commissioners for Somerset County, Maryland

Grantee: The State of Maryland to the use of the Department of Natural Resources

Property: 2 +/- acres, unimproved, POS No. 5354

Price: $26,000

Appraisals: Parcel 28 Parcel 317 Total Appraiser Date $1,700 $1,900 $3,600 David E. Cadell 5/20/18 $16,000 $16,800 $32,800 Melville E. Peters 4/28/18 All appraisals reviewed by Dave Wallenberg, Chief Review Appraiser

Remarks: Appraisals are older than a year as a survey of each parcel was required to obtain title insurance. The County provided the necessary surveys at their expense.

Fund Source: Outdoor Recreation Land Loan of 2018, Chapter 150, Acts of 2017 Program Open Space Stateside Source Code: 18010 $26,000

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

38

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 13

Contact: Emily Wilson (410) 260-8436 [email protected]

12A. PROGRAM OPEN SPACE STATE SHARE Somerset County (Sterling)

Recommendation: That the Board of Public Works approve the acquisition.

Description: This property comprises wooded wetlands and is an inholding within Fairmount Wildlife Management Area, managed by Wildlife & Heritage Service. Acquisition will eliminate significant management and safety issues related to hunting as access to the property crosses DNR lands.

POS Scoring System: 84 out of 100 Targeted Ecological Area: Yes

Grantor: Henry D. Sterling and George Sterling

Grantee: The State of Maryland to the use of the Department of Natural Resources

Property: 16 +/- acres, unimproved, POS No. 5402

Price: $9,750

Appraisals: $10,000 (9/22/18) – David E. Cadell $9,000 (9/7/18) – William R. McCain All appraisals reviewed by Dave Wallenberg, Chief Review Appraiser

Fund Source: Outdoor Recreation Land Loan of 2018, Chapter 150, Acts of 2017 Program Open Space Heritage Conservation Fund Source Code: 18010 $9,750

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

39

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 14

Contact: Emily Wilson (410) 260-8436 [email protected]

13A. PROGRAM OPEN SPACE STATE SHARE Caroline County (Sealman)

Recommendation: That the Board of Public Works approve the acquisition.

Description: This wooded lot is located directly on Smithville Lake Fish Management Area and will be managed by the Fisheries Service. Acquisition will provide additional lands for lake access, improve boundary management and provide a buffer from development.

POS Scoring System: 83 out of 100 Targeted Ecological Area: Yes

Grantor: Mary K. Sealman, Trustee of the Thomas F. and Mark K. Sealman Living Trust under agreement dated March 4, 2002

Grantee: The State of Maryland to the use of the Department of Natural Resources

Property: 1 +/- acre, improved, POS No. 5457

Price: $20,000

Appraisals: $20,000 (12/10/18) – Melville E. Peters $18,000 (12/5/18) – Thomas A. Weigand All appraisals reviewed by Dave Wallenberg, Chief Review Appraiser

Stabilization funds: $2,000 Stabilization funds are authorized remove existing improvements, consisting of a small abandoned cabin. DNR’s plan at the time of acquisition is to dispose of improvements. See Natural Resources Article §5-904(e).

Fund Source: Outdoor Recreation Land Loan of 2018, Chapter 150, Acts of 2017 Program Open Space Stateside Source Code: 18010 $22,000

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

40

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 15

Contact: Emily Wilson (410) 260-8436 [email protected]

14A. PROGRAM OPEN SPACE STATE SHARE Dorchester County (Dorchester County)

Recommendation: That the Board of Public Works approve the acquisition.

Description: This property is adjacent to the recent LeCompte Hunt Club acquisition and will be managed by Wildlife and Heritage Service as an addition to LeCompte Wildlife Management Area. Acquisition will improve boundary line management.

POS Scoring System: 82 out of 100 Targeted Ecological Area: Yes

Grantor: Dorchester County, Maryland

Grantee: The State of Maryland to the use of the Department of Natural Resources

Property: 2.3 +/- acres, improved, POS No. 5055

Price: $18,000

Appraisals: $20,000 (3/5/18) – William R. McCain $20,000 (3/3/18) – Melville E. Peters All appraisals reviewed by Dave Wallenberg, Chief Review Appraiser

Remarks: Appraisals are older than a year due to lengthy negotiations with the County.

Stabilization funds: $1,800 Stabilization funds are authorized to remove existing improvements, consisting of an abandoned residence and associated outbuildings. DNR’s plan at the time of acquisition is to dispose of improvements. See Natural Resources Article §5-904(e).

Fund Source: Outdoor Recreation Land Loan of 2018, Chapter 150, Acts of 2017 Program Open Space Stateside Source Code: 18010 $19,800.00

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

41

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 16

Contact: Emily Wilson (410) 260-8436 [email protected]

15A. PROGRAM OPEN SPACE STATE SHARE Washington County (Yeiser)

Recommendation: That the Board of Public Works approve the acquisition.

Description: These mostly-forested parcels will be managed by Maryland Park Service as an addition to South Mountain State Park. Acquisition will provide a buffer for the Appalachian Trail, support Forest Interior Dwelling Species habitat, and help protect the headwaters of Mount Aetna Creek. Recreational opportunities (hunting, fishing, birding and hiking) will be available to the public.

POS Scoring System: 95 out of 100 Targeted Ecological Area: Yes

Grantor: Linda P. Foreman and Gail P. Yeiser

Grantee: The State of Maryland to the use of the Department of Natural Resources

Property: 35.8 +/- acres, unimproved, POS No. 5411

Price: $78,000

Appraisals: Parcel 181: Parcel 183: Total: $40,000 (5/22/18) $45,000 (5/23/2018) $85,000 James L. Randall LouAnne Cline $40,000 (5/23/18) $33,000 (6/6/18) $73,000 LouAnne Cline Calvin V. Thomas All appraisals reviewed by Dave Wallenberg, Chief Review Appraiser

Remarks: Appraisals are older than a year due to addition of a third parcel (Parcel 180) that could not be included at this time due to title-related issue.

Fund Source: Outdoor Recreation Land Loan of 2018, Chapter 150, Acts of 2017 Program Open Space Stateside Source Code: 18010 $78,000

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

42

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 17

Contact: Emily Wilson (410) 260-8436 [email protected]

16A. PROGRAM OPEN SPACE STATE SHARE Washington County (Shepherd’s Spring Property)

Recommendation: That the Board of Public Works approve DNR acquiring a conservation easement to protect 220.5 +/- acres in Washington County.

Description: This substantially-forested property overlooks Shepherds Island, part of the Islands of the Potomac Wildlife Management Area, and is adjacent to the C & O Canal National Historic Park. A conservation easement will help protect the area’s significant historic character by adding to a block of conservation lands while also protecting a large block of mature forests that are prime habitat for numerous Forest Interior Dwelling Species. Forest habitat on the property supports diverse species of flora and fauna. This conservation easement will protect water quality in the Potomac River Watershed as well as protecting the view-shed from the Potomac River.

POS Scoring System: 75 out of 100 Targeted Ecological Area: Yes

Grantor: Shepherd’s Spring, Inc.

Grantee: The State of Maryland to the use of the Department of Natural Resources

Property: 220.5 +/- acres, unimproved, POS No. 5180

Price: $410,000

Appraisals: $419,000 (7/28/18) Thomas A. Weigand $403,000 (10/18/18) Terrence W. McPherson $199,000 (8/6/18) Georgia Nichols

Fund Source: Outdoor Recreation Land Loan of 2018, Chapter 150, Acts of 2017 POS Stateside – Heritage Conservation Fund Source Code: 18010 $410,000

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

43

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 18

Contact: Emily Wilson (410) 260-8436 [email protected]

17A. RURAL LEGACY PROGRAM FUNDS Talbot County

Recommendation: Approval to grant $801,652.38 to the Eastern Shore Land Conservancy, Inc., from Rural Legacy Funds to acquire a 138.09-acre conservation easement.

Agricultural Security Corridor Rural Legacy Area/Tuckahoe Focus Area – Blizzard/Hutchison

Prior Approval: Rural Legacy Area Grant for easement acquisitions: DNR-RP Item 8A (10/19/2016) $1,125,543 for FY 2017 DNR-RP Item 13A 10/04/2017) $719,000 for FY 2018

Project Description: Acquisition of this conservation easement will protect tillable ground with soils that are classified as farmland of Statewide importance and forest land that provide a buffer to Jadwins Creek, a tributary to the Tuckahoe Creek in the Choptank River watershed. Preserving this land from development provides additional resiliency to climate change on the Eastern Shore. Additionally, this easement acquisition will serve as a partial match for North American Wetlands Conservation Act funds required by the grant agreement between the U.S. Fish and Wildlife Services and Ducks Unlimited, Inc. (Chesapeake Rivers Conservation Phase II) (9/7/2017). This Rural Legacy easement, RL No. 5628, will be held by the Department of Natural Resources and the Eastern Shore Land Conservancy, Inc.

Easement Value: $758,086.97 ($5,489.80 per acre)

Total Other DNR Costs: Administrative: $ 22,742.61 Incidental: $ 9,451.50 Compliance: $ 11,371.30 $ 43,565.41

Amount Requested: $ 801,652.38

Fund Sources: Outdoor Recreation Land Loan 2018, Chapter 150, Acts of 2017 Rural Legacy Program Source Code: 18012 $801,652.38

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

44

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 19

Contact: Emily Wilson (410) 260-8436 [email protected]

18A. RURAL LEGACY PROGRAM FUNDS Baltimore County

Recommendation: Approval to grant $438,931 to the Gunpowder Valley Conservancy, Inc. from Rural Legacy Funds to acquire a 58.93-acre conservation easement.

Gunpowder Valley Rural Legacy Area – Lang Property

Prior Approval: Gunpowder Valley Rural Legacy Area Grant for easement acquisitions: DNR-RP Item 9A (9/03/2014) $179,000 for FY2015 DNR-RP Item 10A (8/22/2018) $720,000 for FY2019

Project Description: Acquisition of this conservation easement will protect productive agricultural and forestlands, as well as protect forested stream buffers along 4,700 linear feet of Gunpowder Falls and associated tributaries. In addition, the easement will provide permanent viewshed protection to the Torrey C. Brown Rail Trail. This Rural Legacy easement, RL No. 5618, will be held by the Department of Natural Resources and the Gunpowder Valley Conservancy, Inc.

Easement Value: $420,413.75 ($7,134.12 per acre)

Purchase Price: $415,000 ($7,042.25 per acre)

Total Other DNR Costs: Administrative: $12,450 Incidental: $ 5,256 Compliance: $ 6,225 $23,931

Amount Requested: $438,931

Fund Sources: Outdoor Recreation Land Loan 2018, Chapter 150, Acts of 2017 Rural Legacy Program Source Code: 18012 $438,931

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

45

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 20

Contact: Emily Wilson (410) 260-8436 [email protected]

19A. RURAL LEGACY PROGRAM FUNDS Harford County

Recommendation: Approval to grant $966,760.50 to the Manor Conservancy, Inc., from Rural Legacy Funds to acquire a 122.29-acre conservation easement.

Manor Rural Legacy Area – Rose Family Farm, LLC

Prior Approval: Manor Rural Legacy Area Grant for easement acquisitions: DNR-RP Item 8A (10/19/2016) $1,424,674 for FY 2017 DNR-RP Item 13A 10/04/2017) $1,949,000 for FY 2018

Project Description: Acquisition of this conservation easement will protect productive tillable farmland and provide forested stream buffers to approximately 6,000 linear feet along unnamed tributaries of Little Deer Creek. This Rural Legacy easement, RL No. 5606, will be held by the Department of Natural Resources and the Manor Conservancy, Inc.

Easement Value: $1,024,800 ($8,380.08 per acre)

Purchase Price: $920,000 ($7,523.10 per acre)

Total Other DNR Costs: Administrative: $ 27,400.00 Incidental: $ 5,560.50 Compliance: $ 13,800.00 $ 46,760.50

Amount Requested: $ 966,760.50

Fund Sources: Outdoor Recreation Land Loan 2018, Chapter 150, Acts of 2017 Rural Legacy Program Source Code: 18012 $966,760.50

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

46

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 21

Contact: Emily Wilson (410) 260-8436 [email protected]

20A. RURAL LEGACY PROGRAM FUNDS Frederick County

Recommendation: Approval to grant $625,103.50 to Frederick County from Rural Legacy Funds to acquire a 134.15-acre conservation easement.

Mid-Maryland Frederick Rural Legacy Area – East Mountain, LLC Property

Prior Approval: Mid-Maryland Frederick Rural Legacy Area Grant for easement acquisitions: DNR-RP Item 13A (10/4/2017) $2,000,000 for FY2018

Project Description: Acquisition of this conservation easement will protect productive agricultural and forestlands, and provide forested and vegetative stream buffers to 5,685 linear feet of Knoxville Branch, a tributary to the Potomac River. This Rural Legacy easement, RL No. 5625, will be held by Frederick County.

Easement Value: $622,148 ($4,637.70 per acre)

Total Other DNR Costs: Incidental: $ 2,955.50

Amount Requested: $625,103.50

Fund Sources: Outdoor Recreation Land Loan 2018, Chapter 150, Acts of 2017 Rural Legacy Program Source Code: 18012 $625,103.50

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

47

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 22

Contact: Emily Wilson (410) 260-8436 [email protected]

21A. RURAL LEGACY PROGRAM FUNDS Washington County

Recommendation: Approval to grant $57,016.55 to Washington County from Rural Legacy Funds to acquire a 19.81-acre conservation easement.

Mid-Maryland Washington Rural Legacy Area – Hoffman Property

Prior Approval: Mid-Maryland Washington Rural Legacy Area Grant for easement acquisitions: DNR-RP Item 10A (8/22/2018) $2,301,545 for FY2019

Project Description: Acquisition of this conservation easement will protect productive agricultural and forestlands. This Rural Legacy easement, RL No. 5623, will be held by the County Commissioners of Washington County.

Easement Value: $53,430 ($2,697.12 per acre)

Total Other DNR Costs: Administrative: $ 1,602.90 Incidental: $ 1,182.20 Compliance: $ 801.45 $ 3,586.55

Amount Requested: $57,016.55

Fund Sources: Outdoor Recreation Land Loan 2018, Chapter 150, Acts of 2017 Rural Legacy Program Source Code: 18012 $57,016.55

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

48

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 23

Contact: Emily Wilson (410) 260-8436 [email protected]

22A. RURAL LEGACY PROGRAM FUNDS Washington County

Recommendation: Approval to grant $143,264.40 to Washington County from Rural Legacy Funds to acquire a 46.16-acre conservation easement.

Mid-Maryland Washington Rural Legacy Area – Kemp Property

Prior Approval: Mid-Maryland Washington Rural Legacy Area Grant for easement acquisitions: DNR-RP Item 10A (8/22/2018) $2,301,545 for FY2019

Project Description: Acquisition of this conservation easement will protect productive agricultural and forestlands, as well as stream buffers along tributaries Little Antietam Creek. This Rural Legacy easement, RL No. 5622, will be held by the County Commissioners of Washington County.

Easement Value: $135,843.89 (2,942.89 per acre)

Purchase Price: $135,480.00 ($2,935.01 per acre)

Total Other DNR Costs: Administrative: $ 4,064.40 Incidental: $ 1,687.80 Compliance: $ 2,032.20 $ 7,784.40

Amount Requested: $143,264.40

Fund Sources: Outdoor Recreation Land Loan 2018, Chapter 150, Acts of 2017 Rural Legacy Program Source Code: 18012 $143,264.40

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

49

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019 DNR 24

Contact: Emily Wilson (410) 260-8436 [email protected]

23A. RURAL LEGACY PROGRAM FUNDS Washington County

Recommendation: Approval to grant $88,918.20 to Washington County from Rural Legacy Funds to acquire a 32.37-acre conservation easement.

Mid-Maryland Washington Rural Legacy Area – Long and Perkins Property

Prior Approval: Mid-Maryland Washington Rural Legacy Area Grant for easement acquisitions: DNR-RP Item 10A (8/22/2018) $2,301,545 for FY2019

Project Description: Acquisition of this conservation easement will protect productive agricultural and forestlands and provide forested and vegetative stream buffers along 344 linear feet of Sharman’s Branch, a tributary to Antietam Creek. This Rural Legacy easement, RL No. 5624, will be held by the County Commissioners of Washington County.

Easement Value: $84,000 ($2,594 per acre)

Total Other DNR Costs: Administrative: $2,520.00 Incidental: $1,138.20 Compliance: $1,260.00 $4,918.20

Amount Requested: $88,918.20

Fund Sources: Outdoor Recreation Land Loan 2018, Chapter 150, Acts of 2017 Rural Legacy Program Source Code: 18012 $88,918.20

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

50

DNR 25

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019

Contact: Marian Honeczy (410) 260-8511 [email protected] Emily Wilson (410) 260-8436 [email protected]

24A. FOREST CONSERVATION ACT EASEMENT

Recommendation: That the Board of Public Works approve the Department of Natural Resources accepting an amendment to a permanent forest conservation easement from PSEG Keys Energy Center LLC located in Brandywine, Prince George’s County. This second amendment will release a total of approximately 0.12 acres and add approximately 0.36 acres as replacement onsite to comply with county sediment and erosion control requirements.

The PSEG Keys Energy Center LLC had donated the original easement in accordance with the Forest Conservation Plan that has been prepared in connection to the proposed project on its property. (File #S15-02)

The first amendment to the original forest conservation easement was approved by the BPW on January 25, 2017 (DNR Agenda Item #7A).

This easement is consistent with DNR forest conservation practices.

Authority: Forest Conservation Act, Sections 5-1601 through 5-1613 of the Natural Resources Article, Maryland Code.

Grantor: PSEG Keys Energy Center LLC

Grantee: State of Maryland to the use of the Department of Natural Resources

Property: release or abandon 0.12 acres in Brandywine, Prince George’s County add approximately 0.36 acres in Brandywine, Prince George’s County

Price: $-0-

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION DNR 26

Supplement A Department of Natural Resources ACTION AGENDA July 24, 2019

Contact: John Turgeon (410) 697-9525 [email protected]

25A. MARYLAND ENVIRONMENTAL TRUST

Recommendation: That the Board of Public Works ratify the following acquisitions of perpetual conservation easements.

State Income Tax Credit: Section 10-723, Tax General Article, Annotated Code of Maryland provides: • “An individual or a member of a pass-through entity may claim a credit against the State income tax . . . for an easement conveyed to the Maryland Environmental Trust . . . if the [perpetual] easement is accepted and approved by the Board of Public Works.” • “For pass through entities the Board of Public Works shall approve credits for conveyance under this section on a first-come first-served basis.”

1. Property: 191.688 acres, Kent County, Hopewell-Worton Road, Chestertown; Kent County Tax Map 28 Parcel 36 Legislative District 36

Grantor: Fry Cooper Farm, LLC

Grantees: Maryland Environmental Trust and Eastern Shore Land Conservancy, Inc.

Purchase Price: $752,400.00

Fund Source: 100% Federal funds - The United States Department of Defense, United States Army, Aberdeen Proving Ground’s Army Compatible Use Buffer Program

2. Property: 221.0326 acres, Worcester County, 10527 Calvin Lane, Tax Map 15, Parcel 124 Legislative District 38C

Grantor: Nichols Family Limited Partnership

Grantee: Maryland Environmental Trust and Lower Shore Land Trust, Inc. (Maryland Environmental Trust is being added as a grantee to the easement granted to the Lower Shore Land Trust, Inc. in 2016.)

Purchase Price: Donation

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

Supplement B Department of Budget and Management ACTION AGENDA July 24, 2019 DBM 1B

Contact: Michael Halpin 410-767-8733 [email protected]

1-S. MARYLAND SUPPLEMENTAL RETIREMENT PLANS

Contract ID: Plan Administrator for Supplemental Retirement Plans; ADPICS # G50B8400004

Contract Description: Perform administrative, accounting, enrollment, and other participant services to carry out the day-to-day operations of all four State-sponsored Supplemental Retirement Plans.

Award: Nationwide Retirement Solutions, Inc. Columbus, OH (Local Office in Hunt Valley, MD)

Term: 8/15/2019 (or earlier upon BPW approval) – 7/31/2024 (w/1 one-year renewal option)

Amount: $23,587,885 Est. (5 Years; Base Contract) $ 5,553,553 Est. (1 Year; Renewal Option) $29,141,438 Est. Total (6 Years)

Procurement Method: Competitive Sealed Proposals

Proposals:

Technical Financial Proposal / Overall Offerors Ranking Ranking Ranking * Nationwide Retirement Solutions, Inc. Columbus, OH 1 $29,141,438 / 2 1 (Local Office in Hunt Valley, MD) Voya Financial 2 $27,634,524 / 1 2 Braintree, MA Note: * Technical factors had greater weight than financial factors in the overall award determination.

MBE/VSBE Participation: 15% / 0%

Performance Security: Commercial General Liability Insurance Policy (issued annually)

Incumbent: Same

Requesting Agency Remarks: A notice of the availability of the Request for Proposals (RFP) was advertised on eMaryland Marketplace, which electronically distributed the RFP to 552 certified minority businesses. The RFP notice was directly provided to 13 potential prime vendors recommended by the Maryland Teachers and State Employees Supplemental Retirement Plans (MSRP) investment consultant and three MBEs on the interested vendor list. The RFP was also available for review and download from the MSRP Board of Trustee’s website.

51

Supplement B Department of Budget and Management ACTION AGENDA July 24, 2019 DBM 2B

1-S. MARYLAND SUPPLEMENTAL RETIREMENT PLANS (cont’d)

The RFP was prepared with the intent to increase competition from known experienced and sizeable potential vendors. Proposal requirements were composed to meet current requirements but offer no unusual or nonessential conditions. The deadline for proposals was extended to 12 weeks from RFP publication in order to provide ample time for potential vendors to make timely and compliant offers. Two potential prime vendors known to administer public deferred compensation plans similar to Maryland’s declined to submit proposals; however, only one shared its reason for not responding stating that it declined due to other commitments.

Two proposals were received in response to the RFP; both were determined to be reasonably susceptible of being selected for award. A third proposal was received after the closing date and was rejected for being late. The proposal from Nationwide Retirement Solutions, Inc. (Nationwide) was ranked overall #1 with the higher ranked technical offer and the higher price. The technical differences between the two offerors’ proposals were determined to greatly outweigh the difference in price. Even though the six-year financial proposal from Voya Financial was 5.5% lower than Nationwide’s financial proposal, the proposed asset fee was only 0.0075% less, which equates to only $0.75 more per year per $10,000 account balance for the Participants’ cost. Therefore, Nationwide Retirement Solutions, Inc.’s proposal was determined to be the best value for the State and is recommended for contract award by the MSRP Board of Trustees.

By law, all costs for the Maryland supplemental retirement plans must be paid from the participant contributions or their earnings. No State funds may be used to pay the expenses for these plans. In addition to the participant fee proposed for this Plan Administrator contract, other fees may be collected from participant accounts to support the operations of the Board of Trustees and several related financial service and advisor contracts. Investments offered to MSRP participants bear their own, individual management fees that are published in participant statements and in the MSRP Board’s annual reports.

A 15% MBE participation goal was established for this contract based upon the limited subcontracting opportunities available and the MBE compliance for these services on previous contracts. No VSBE participation goal was established based upon the limited veteran-owned businesses available within the limited subcontracting opportunities.

Fund Source: 100% Non-Budgeted (Fees collected directly from participant accounts) Appropriation Code: G50L00 Resident Business: Yes MD Tax Clearance: 19-2004-0101

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

52

Supplement B Department of Budget and Management ACTION AGENDA July 24, 2019 DBM 3B

Contact: Mark Leeds 410-767-1443 [email protected]

2-S. MARYLAND DEPARTMENT OF HEALTH Office of Health Services

Contract ID: InterRAI [Resident Assessment Instrument] Home Care (HC) & Pediatric Home Care (PEDS-HC) Trainings; MDH-OPASS-20-18424; ADPICS # M00B0600076

Contract Description: Develop and administer training by the InterRAI Organization to provide InterRAI Home Care and Pediatric Home Care Trainings.

Award: Dr. Mary Lewis James Pinckney, MI

Term: 8/15/2019 – 2/14/2020

Amount: $102,700 (6 Months)

Procurement Method: Sole Source

Proposals: N/A

MBE/VSBE Participation: None

Incumbent: N/A

Requesting Agency Remarks: Request for approval of a Sole Source contract to provide training on the usage of the InterRAI-Home Care (HC) and the InterRAI Pediatric Home Care (PEDS-HC) proprietary standardized assessment tools for the Maryland Medicaid Program to determine eligibility for long-term services and supports. The InterRAI-HC is intended for adults aged 14 years and older, and the InterRAI PEDS-HC is intended for children aged 13 years and younger. These InterRAI assessment tools are the only validated, standardized assessment tools that meet all Balancing Incentive Program federal requirements, as well as the programs’ needs for restructuring the long-term care eligibility process.

The tools were developed by the InterRAI Organization which is a collaborative network of researchers and practitioners committed to improving care for persons who are disabled or medically complex. The consortium consists of 95 members from 35 countries, including the United States of America, that work in an array of areas: research, academia, clinical and public health. It strives to promote evidence-informed clinical practice and policy decision making through the collection and interpretation of high-quality data about the characteristics and outcomes of persons served across a variety of health and social services settings.

53

Supplement B Department of Budget and Management ACTION AGENDA July 24, 2019 DBM 4B

2-S. MARYLAND DEPARTMENT OF HEALTH (cont’d)

This training is vital and needed due to staff attrition, the recent implementation of interRAI PEDS- HC, and staff development to effectively perform their responsibilities and accurately determine program eligibility.

The trainers will provide eight trainings in total, although not all are the same training type. The contractor will provide one interRAI-HC “Train the Trainer” two-day course and one interRAI PEDS-HC “Train the Trainer” two-day course with 30 participants each. Both “Train the Trainer” courses are targeting assessors who will become responsible for providing ongoing training to new staff that will either become trainers themselves or will administer the HC or PEDS-HC tools. Prior to training, the contractor will develop PEDS-HC materials and revise the existing the HC materials.

Following the “Train the Trainer” courses, the contractor will administer six PEDS-HC assessment and coding courses. Each course is two days with 30 participants per course. These courses are targeting staff who will administer the PEDS-HC tool to program participants/applicants. Two courses will be administered exclusively by the contractor with the remaining four being administered jointly by the contractor and one of the new staff trainers to allow the contractor to observe and advise the new trainer in the teaching techniques or any tool specific questions that may come up.

Both tools were developed by the InterRAI Organization; however, the two tools are very different, collect different information, and employ different interview/assessment techniques; and therefore, require separate training courses. Both tools provide various decision supports for determining long-term supports and services and assist in determining two different types of Levels of Care that include:

• Clinical Action Protocols for nurses/social workers that facilitate care plan development; • Resource Utilization Grouping that assist in determining recommended Long Term Supports services for each applicant; • Community Personal Assistance Services Program Level of Care; and, • The Nursing Facility Level of Care.

Since the tools’ implementation, the Medicaid program has developed technology, processes, and policies that work with the tools and their ability to determine Level of Care and Resource Utilization Groups. The Medicaid program has expanded the tools use into various programs, such as Medical Adult Day Care Waiver, Nursing Home eligibility determinations, the Community First Choice program, and the Community Options Waiver program. The CMS determined that the InterRAI tools are statistically valid in their ability to accurately determine Nursing Facility Level of Care; however, this is only if the tools are administered in a way consent with their development.

54

Supplement B Department of Budget and Management ACTION AGENDA July 24, 2019 DBM 5B

2-S. MARYLAND DEPARTMENT OF HEALTH (cont’d)

For the reasons stated above, the Department believes this Sole Source contract is in the best interest of the State to continue InterRAI-HC training with an updated curriculum, develop InterRAI-PEDS-HC training, and enhance its internal training capabilities with the “Train the Trainer” courses.

Fund Source: 50% Federal; 50% General

Appropriation Code: M00Q0103

Resident Business: No

MD Tax Clearance: 19-0972-0000

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

55

Supplement B Department of Budget and Management ACTION AGENDA July 24, 2019 DBM 6B

Contact: Rebecca Frechard 410-767-1750 [email protected]

3-S. MARYLAND DEPARTMENT OF HEALTH Medicaid Behavioral Health Division

Contract ID: Administrative Services Organization (ASO) for Maryland’s Public Behavioral Health System (PBHS); MDH/OPASS 20-18319; ADPICS #: M00B06000078

Contract Description: Obtain an Administrative Services Organization (ASO) to provide support services for the Public Behavioral Health System that cover a wide array of mental health services and are reimbursed through the ASO.

Award: United Behavioral Health, Inc. (Optum) Eden Prairie, MN

Term: 9/1/2019 – 12/31/2019 (Transition/Implantation) 1/1/2020 – 12/31/2024 (w/1 two-year Renewal Option)

Amount: $ 8,838,023 (4 Months; Implementation Period) $130,808,927 (5 Years; Base Contract) $ 58,521,129 (2 Years; Renewal Option) $198,168,079 Total (7 Years, 4 Months)

Procurement Method: Competitive Sealed Proposals

Proposals:

Technical Total Evaluated Price / Offerors Ranking Financial Ranking Overall Ranking United Behavioral Health, Inc. (Optum) 1 $188,398,055.49 / 1 1 Eden Prairie, MN Beacon Health Options 2 $260,504,761.69 / 2 2 Boston, MA

MBE/VSBE Participation: 18% / 2%

Performance Security: None

Incumbent: Beacon Health Options Boston, MA

56

Supplement B Department of Budget and Management ACTION AGENDA July 24, 2019 DBM 7B

3-S. MARYLAND DEPARTMENT OF HEALTH (cont’d)

Requesting Agency Remarks: A notice of the availability of the Request for Proposals (RFP) was advertised on eMaryland Marketplace and posted on the MDH websites. Copies of the solicitation notice were sent directly to 17 prospective vendors, four of which are Maryland firms, and included no MBEs.

Two proposals were received in response to the RFP; both were determined to be reasonably susceptible of being selected for award. The proposal from United Behavioral Health, Inc. (Optum) was ranked overall #1 with the higher ranked technical proposal and the lower price. United Behavioral Health, Inc. (Optum) demonstrated its experience in other states to provide the services required by the this RFP, including its success with provider enrollment, participant eligibility, funding stream determination, claims processing, data analytics, and the intuitiveness and searchability of its website. Therefore, award is recommended to United Behavioral Health, Inc. (Optum) as providing the best value for the State.

The Maryland Department of Health requires the assistance of an ASO in order to provide support services for the Public Behavioral Health System. The ASO manages behavioral health authorizations, utilization control, claims processing, provider education, training, compliance, and auditing functions. The ASO also provides reimbursement for recovery and support services, including mental health case management, mobile treatment/assertive community treatment, psychiatric rehabilitation, residential rehabilitation, supported employment, rehabilitation services, and specific substance use disorder services.

The Award Amount and Total Evaluated Price are different. The Total Evaluated Price was based upon a model for firm fixed prices for six different parts of the contract: Implementation, Medicaid Enrollees, Non-Medicaid Services, Cost Based Pool, Provider Quality Incentive Pool, and Optional Features or Services. For evaluation purposes, the Optional Features or Services were weighted at 20%. However, the Department has included the full amount of the Optional Features or Services in the Award Amount, based on the decision to accept these features and services into the contract.

An 18% MBE participation goal and a 2% VSBE participation goal were established for this contract based upon the determination that printing, mailing, supply services, live and automated outreach calls could be subcontracted.

Fund Source: 50% Federal; 50% General (90% Federal for Implementation) Appropriation Code: M00Q0110; Resident Business: No; MD Tax Clearance: 19-1947-0001

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

57

Supplement B Department of Budget and Management ACTION AGENDA July 24, 2019 DBM 8B

Contact: Debbie Thornton 410-230-3322 [email protected]

4-S. DEPARTMENT OF JUVENILE SERVICES Community Conferencing

Contract ID: Community Conferencing for Youth residing in the Baltimore Metropolitan Area; 19-CS-001; ADPICS # V00B0600005

Contract Description: Provide restorative response services to include community conferencing, dialogue circles, mediation, conflict resolution, family group conferences, peace-making circles, and restorative conferences for juvenile justice involved youth referred by the Department.

Award: Restorative Response Baltimore, Inc. Baltimore, MD

Term: 8/15/2019 (or earlier upon BPW approval) – 7/31/2022

Amount: $400,000 (3 Years)

Procurement Method: Sole Source

Bids/Proposals: N/A

MB/VSBE Participation: None (see Requesting Agency Remarks below)

Performance Security: None

Incumbent: None

Requesting Agency Remarks: Request for approval of a sole source contract with Restorative Response Baltimore, Inc. to provide training and support services through its research-based intervention program that has been proven to effectively hold juvenile offenders accountable for any harm they have caused while increasing both victim and community participation.

Restorative Response Baltimore, Inc. is a Maryland community-based diversion program for juvenile misdemeanor offenses and first time felony crimes. The program provides the juvenile offenders with immediate community response to their actions by connecting them to supportive adults and services within the community. The program involves the community and victim affected by the crime to strengthen the community and school. Underlying causes of harmful behaviors are addressed to prevent future problems. The program will allow for a more adaptive learning for all affected by the crime.

58

Supplement B Department of Budget and Management ACTION AGENDA July 24, 2019 DBM 9B

4-S. DEPARTMENT OF JUVENILE SERVICES (cont’d)

No MBE or VSBE participation goals were established for this contract based upon the determination that there were no identified subcontracting opportunities for this specialized project.

Fund Source: 100% General

Appropriation Code: V00G0101

Resident Business: Yes

MD Tax Clearance: 19-2000-0110

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

59

Supplement B Department of Budget and Management ACTION AGENDA July 24, 2019 DBM 10B

Contact: John Bohns 410-767-1057 [email protected]

5-S-MOD. MARYLAND DEPARTMENT OF HEALTH Office of Enterprise Technology (OET)

Contract ID: Data Entry Services; MDH/OPASS-13-13439; ADPICS #COI22775

Contract Approved: DBM Item 5-S (8/21/2013)

Contractor: The Data Entry Company (TDEC) Bethesda, MD

Contract Description: Provide data entry and 100% document key verification for Medical Assistance, Breast and Cervical Cancer, Vital Records, and Financial Services programs.

Modification Description: Extend the term to complete the procurement and award a new contract.

Original Contract Term: 9/1/2013 – 8/31/2015 (w/3 one-year Renewal Options)

Modification Term: 9/1/2019 – 8/31/2020

Original Contract Amount: $1,242,316 (2 Years)

Modification Amount: $548,940 (1 Year)

Prior Modifications/Options: $2,231,524 [$631,027: Opt. #1: 9/1/2015 - 8/31/2016: DBM Item 7-S-OPT (4/15/2015); $0: Mod #1: Added CMS1450 and CMS1500 claims forms from the Children's Medical Services Program: 10/16/2015 – 8/31/2016: Approved by MDH; $525,828: Mod/Opt #2: 9/1/2016 – 8/31/2017: DBM Item 5-S-MOD (7/27/2016); $533,523: Mod/Opt #3: 9/1/2017 – 8/31/2018: DBM Item 13-S-MOD (7/26/2017); $541,146: Mod #2: Extend term: 9/1/2018 - 8/31/2019: DOIT Item 3-IT-MOD (8/1/2018)]

Revised Total Contract Amount: $4,022,780

Percent +/- (This Modification): +44.19%

Overall Percent +/-: +173.02%

Original Procurement Method: Competitive Sealed Bidding

MBE/VSBE Participation: 21.6% / 0%

MBE Compliance: 22.8% 60

Supplement B Department of Budget and Management ACTION AGENDA July 24, 2019 DBM 11B

5-S-MOD. MARYLAND DEPARTMENT OF HEALTH (cont’d)

Requesting Agency Remarks: Request for approval to modify the Data Entry Services contract to extend the term by one year to allow additional time to complete the procurement for these services. The Maryland Department of Health (MDH) originally conducted a preferred provider procurement and developed a scope of work to obtain a preferred provider for these services through Maryland Works; however, Maryland Works was unable to obtain a preferred provider and declined the services; thus, permitting a waiver for MDH to conduct a competitive procurement. MDH is conducting a competitive sealed bidding procurement and has advertised the solicitation for 65 days in order to give potential bidders enough time to respond. If the competitive procurement results in multiple bids and MDH awards a new contract, MDH has the ability to terminate this contract prior to the end of the one-year modification. Otherwise, this modification extension will allow MDH time to amend the solicitation to conduct another procurement, if needed.

These data entry services provide claims processing for MDH health care providers and is essential to ensure timely payment of claims. Termination of these data entry services would result in delays in processing claims and making payment due to providers.

The contractor is a Maryland company and all services are provided in the State. The contractor has provided excellent service and has proven to be an exceptional partner with MDH, supporting MDH goals and demonstrating cooperation and flexibility in responding to unexpected issues. It is in the State's best interests to approve this extension to ensure no interruption of the critical services provided by the contractor.

Fund Source: 61.7% General; 30.7% Federal; 7.6% Special

Appropriation Codes: M00A0102 & M00Q0103

Resident Business: Yes

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

61

Supplement B Department of Budget and Management ACTION AGENDA July 24, 2019 DBM 12B

Contact: Kristi Pier 410-767-5780 [email protected]

6-S-MOD. MARYLAND DEPARTMENT OF HEALTH Prevention and Health Promotion Administration

Contract ID: Computer-Assisted Telephone Interviewing Data Collection for the Maryland Behavioral Risk Factor Surveillance System (BRFSS); OPASS-15-14097 (Opt 2); ADPICS # COI16307

Contract Approved: DBM Item 2-S (12/3/2014)

Contractor: ICF International, LLC Fairfax, VA

Contract Description: Perform computer-assisted telephone interviews to include data collection, interviewer monitoring, quality control, and data processing activities for the Maryland Behavioral Risk Factor Surveillance System (BRFSS) survey.

Modification Description: Remove the asthma callback survey, add a third survey version, and change the total number of landline and cell phone surveys to be collected for CY 2019.

Original Contract Term: 1/1/2015 – 12/31/2017 (w/2 one-year renewal options)

Modification Term: 8/15/2019 – 12/31/2019

Original Contract Amount: $1,549,005 (3 Years)

Modification Amount: $512,082 (4 ½ Months)

Prior Modifications/Options: $2,242,592 [$571,981: Mod #1: Changed MBE subcontractor & added funds: 5/15/2016 - 12/31/2017: DBM Item 3-S-MOD (4/27/2016); $51,533: Mod #2: Added funds & revised services to include Zika call-back surveys for FY2017 & FY2018: 4/10/2017 - 12/31/2017: DBM Item 4-S-MOD (3/22/2017); $542,505: Opt #1: 1/1/2018 – 12/31/2018: DBM Item 7-S-OPT (12/20/2017); $514,241: Mod #3: Added a third survey version and a Zika call- back survey and changed the number of landline and cell phone surveys collected: 5/1/2018 – 12/31/2018: DBM Item 3-S-MOD (4/18/2018); $562,332: Opt #2: 1/1/2019 – 12/31/2019: DBM Item 9-S-OPT (12/5/2018)].

Revised Total Contract Amount: $4,303,679

Percent +/- (This Modification): +33.06%

Overall Percent +/-: +106.51%

62

Supplement B Department of Budget and Management ACTION AGENDA July 24, 2019 DBM 13B

6-S-MOD. MARYLAND DEPARTMENT OF HEALTH (cont’d)

Original Procurement Method: Competitive Sealed Proposals

MBE Participation: 20%

MBE Compliance: 20%

Requesting Agency Remarks: Request for approval to modify the contract to increase the total number of surveys collected to improve data availability for local jurisdictions; increase the cell phone survey allocation from 10% to 50% to improve representation of racial/ethnic minorities, Spanish-speakers, adults age 18 to 34, and men in the survey sample; and remove the asthma callback survey. This modification will:

1. Include three survey splits in CY 2019 $ 2,180 2. Remove 2,000 landline survey for CY 2019 $ 8,880 3. Add 7,800 cell phone surveys for CY 2019 $609,960 4. Remove asthma callback survey for CY 2019 $ 18,178 TOTAL MODIFICATION AMOUNT $512,082

This modification will ensure that reliable data is available for many Maryland Department of Health (MDH) programs and initiatives, such as the All-Payer Medicare Model, the local health departments, and other public health organizations. The All-Payer Model identified BRFSS as a main data source to meet Centers for Medicare and Medicaid Services (CMS) data requirements. The local health departments and public health organizations rely on BRFSS for data to apply for grant funding, plan programs, evaluate programs, assess needs at the local level, and identify health disparities.

This modification is determined to be in the best interest of the State because the contractor, ICF International, has collected the Maryland BRFSS data since January 2015 and is contracted to complete the CY 2019 Maryland BRFSS survey collection. The contractor is responsive, has maintained data collection above expectations, communicated in a timely and accurate manner, and met all federal Centers for Disease Control and Prevention (CDC) requirements for BRFSS data collection. The Prevention and Health Promotion Administration is satisfied with ICF International’s performance on the contract.

Conducting a separate procurement for these additional CY 2019 surveys and possibly collecting data with a second contractor could compromise the data quality and ability to compare data collection results in addition to increasing the costs in survey programming.

63

Supplement B Department of Budget and Management ACTION AGENDA July 24, 2019 DBM 14B

6-S-MOD. MARYLAND DEPARTMENT OF HEALTH (cont’d)

Fund Source: 37.7% General; 31.1% Federal; 31.2% Special

Appropriation Code: M00F0304

Resident Business: No

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

64

Supplement B Department of Budget and Management ACTION AGENDA July 24, 2019 DBM 15B

Contact: Debbie Thornton 410-230-3322 [email protected]

7-S-MOD. DEPARTMENT OF JUVENILE SERVICES Somatic Health

Contract ID: Physician Services at nine Selected DJS Facilities; 13-JS-019; ADPICS # COI22923

Contract Approved: DBM Item 3-S (4/16/2014)

Contractor: Jay A. Bernstein, M.D., P.A Rockville, MD

Contract Description: Provide physician services to approximately 500 male and female youth between the ages of 6 and 21, who have been placed into the care of any of the nine DJS facilities.

Modification Description: Extend the contract term to complete the new procurement and award a new contract.

Original Contract Term: 5/1/2014 – 4/30/2017 (w/2 one-year renewal options)

Modification Term: 8/1/2019 – 7/31/2020

Original Contract Amount: $4,162,812 (3 Years)

Modification Amount: $1,231,745 (1 Year)

Prior Modifications/Options: $2,881,550 [$1,425,099: Opt # 1: 5/1/2017 - 4/30/18: DBM Item 9-S-OPT (4/5/2017); $1,456,451: Opt # 2: 5/1/2018 - 4/30/2019: DBM Item 3-S-OPT (4/4/2018) $0: Mod #1: Extend term: 5/1/2019 - 7/31/2019: Approved by DJS]

Revised Total Contract Amount: $8,276,107

Overall Percent +/- (This Mod): +29.59%

Original Procurement Method: Competitive Sealed Proposals

MBE/VSBE Participation: None

65

Supplement B Department of Budget and Management ACTION AGENDA July 24, 2019 DBM 16B

7-S-MOD. DEPARTMENT OF JUVENILE SERVICES (cont’d)

Requesting Agency Remarks: Request for approval to extend the contract by one year in order to complete the procurement and award a new contract. The new contract award recommendation is anticipated to be presented to the Board of Public Works for approval prior to the end of the extension period. The modification allows time for a smooth transition to the new contract, if needed, to ensure physician services to the youth are not interrupted.

Physician services are critical to the State in order to protect the health of youth in the care and custody of DJS. The youth receive timely physical examinations and routine medical care, including prescription medication, as needed. The youth are often diagnosed with unmet and complicated health needs including infectious diseases, orthopedic problems, abnormal conditions resulting from gunshot wounds, pregnancy, asthma, diabetes, substance abuse and psychiatric problems. Youth receive a full range of medical services that includes on-site health care 24 hours per day, seven days per week, and on-call consultations with the nursing staff. Youth also receive preventative, acute and chronic care with sick calls, physicals and follow-up visits, as needed.

It is in the State’s best interest to approve this extension for services based on the Department’s continued satisfaction with the contractor’s performance of these services. The care provided by the contractor has been consistent with best practices in pediatrics, and the services have been extremely dependable for onsite and 24-hour on-call care.

Fund Source: 100% General

Appropriation Codes: Various

Resident Business: Yes

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

66

Supplement B Department of Budget and Management ACTION AGENDA July 24, 2019 DBM 17B

Contact: Christopher B. Lord 410-576-6559 [email protected]

8-GM. UNIVERSITY OF MARYLAND

Fund Source: University Funds

Appropriation Code: R30B22

Request Amount: $185,000

Description: Pursuant to State Government Article §§12-404 and 12-501, the University of Maryland, College Park and the Office of Attorney General request approval for the payment of $185,000 in full settlement of all claims made by Dr. Saira Khan against the University.

Requesting Agency Remarks: If this payment is approved, the payment will be processed by the University. The payment should be payable to Saira Khan and delivered c/o Colleen Coveney, Esq., Katz, Marshall & Banks, LLP, 1718 Connecticut Avenue, NW, Sixth Floor, Washington, D.C. 20009. All necessary documentation and releases have been completed.

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

67

Supplement B Department of Budget and Management ACTION AGENDA July 24, 2019 DBM 18B

Contact: Christopher B. Lord 410-576-6559 [email protected]

9-GM. BOWIE STATE UNIVERSITY

Fund Source: University Funds

Appropriation Code: R23

Request Amount: $150,000

Description: Pursuant to State Government Article §§ 122-404 and 12-501, Bowie State University and the Office of Attorney General request approval for the payment of $150,000 in full settlement of all claims, including attorneys’ fees and costs, arising from the case Kesslyn Brade Stennis v. Bowie State University, United States District Court for the District of Maryland, Civil Action No. PX-16-1362.

Requesting Agency Remarks: If this settlement is approved, a check should be made payable to Dr. Kesslyn Brade Stennis in the amount of $150,000, which shall reference Stennis v. Bowie State University. The check should be delivered to counsel for Dr. Stennis, The Law Office of Nathaniel Johnson, 3261 Old Washington Road, Suite #2020, Waldorf, Maryland 20602. All necessary settlement documents have been executed.

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

68

Supplement B Department of Budget and Management ACTION AGENDA July 24, 2019 DBM 19B

Contact: Carl N. Zacarias 410-260-6139 [email protected]

10-GM. BALTIMORE CITY SHERIFF’S OFFICE

Fund Source: State Insurance Trust Fund

Appropriation Code: B0244

Request Amount: $34,000

Description: Pursuant to State Government Article §§ 12-404 and 12-501, the Office of the Attorney General and the Baltimore City Sheriff’s Office request approval for payment of $34,000 in full settlement of damages and attorneys’ fees which will resolve all issues and claims made in the case Juanita Gaines v. John W. Anderson, Sheriff of Baltimore City, U.S. District Court for the District of Maryland, Case No. 1:17-cv-02755-JMC.

Requesting Agency Remarks: If this settlement is approved, the Sheriff requests a check to be issued from the State Insurance Trust Fund made payable to Juanita Gaines in the amount of $34,000 and shall reference Juanita Gaines v. John W. Anderson. The check should be sent to Carl N. Zacarias, Assistant Attorney General, Louis Goldstein Treasury Building, 80 Calvert Street, Room 414, Annapolis, Maryland 21401, who will deliver the check and ensure that all of the necessary documentation and releases are complete.

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

69 Supplement C University System of Maryland ACTION AGENDA July 24, 2019 USM 1C

Contact: Thomas Hickey 410-576-5736 [email protected] USM Rep: Joe Evans

1-GM. GENERAL MISCELLANEOUS General Obligation Bond Proceeds

Recommendation: That the Board of Public Works approve use of general obligation bond proceeds for the following contracts totaling $1,036,528. Authority: State Finance and Procurement Article, Annotated Code of Maryland, § 8-301

University of Maryland, College Park Biology-Psychology Building

Description: ADA renovations to restrooms Procurement Method: Task order under on-call general construction contract (competitive) Award: A. R. Marani, Baltimore, Maryland Amount: $192,771 Fund Source: MCCBL 2014/2015: Provide funds to complete construction at Biology-Psychology Bldg. Item #14-011 $11,598 Item #15-101 $181,173 Resident Business: Yes MD Tax Clearance: 19-1615-1111

University of Maryland, College Park A James Clark Hall Fund Source: MCCBL 2017: Provide funds to continue construction of and begin equipping new bioengineering 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# 17-176

1. Description: Furnish, install Axio Observer 3 microscope, accessories. Procurement Method: Master contract (Vendor Contract No. 12326) Award: Carl Zeiss Microscopy, LLC, Thornwood NY Amount: $45,313 Resident Business: No MD Tax Clearance: 19-1697-1100

70 Supplement C University System of Maryland ACTION AGENDA July 24, 2019 USM 2C

1-GM. GENERAL MISCELLANEOUS (cont’d) General Obligation Bond Proceeds

University of Maryland, College Park (cont’d) A James Clark Hall

2. Description: Furnish, install Multiview 2000 TS, a scanning electrochemical microscopy (SECM) integrated with various techniques including Raman spectroscopy, Near-field Scanning Optical Microscope (NSOM), and fluorescence microscopy. Procurement Method: Sole Source Award: Nanonics Imaging, Ltd., Jerusalem, Israel Amount: $248,656 Resident Business: No MD Tax Clearance: 19-1980-0000

3. Description: Furnish, install Vevo 3100 Imaging System with instrumentation hardware, analytic software, system specifications, and preventive maintenance service. Procurement Method: Sole Source Award: Fujifilm Visualsonics Corporation, Bothell, WA Amount: $503,088 Resident Business: No MD Tax Clearance: 19-1574-1000

4. Description: Furnish Lock-in Amplifier with Boxcar Averager Option. Procurement Method: Sole Source Award: Zurich Instruments USA, Inc., Cambridge, MA 02140 Amount: $46,700 Resident Business: No MD Tax Clearance: 19-2002-0000

BOARD OF PUBLIC WORKS ACTION THIS REPORT WAS:

ACCEPTED REMANDED

WITH DISCUSSION WITHOUT DISCUSSION

71 Supplement C University System of Maryland ACTION AGENDA July 24, 2019 USM 3C

Contact: Thomas Hickey 410-576-5736 [email protected] USM Rep: Joe Evans

2-C. UNIVERSITY OF MARYLAND, COLLEGE PARK A. James Clark Hall MRI Suite

Contract ID: Construction Management at Risk Services for A. James Clark Hall First Floor MRI Suite RFP# 84966-B

On Call Contract Approved: USM Item 1-C (12/07/16) USM 2-C-Opt (12/19/18) (first option term)

Procurement Method: Task Order under on-call contract

Recommendation: Award pre-construction services contract

Contractor: DPR Construction, Columbia, MD

Project: The project is to complete the fit-out of the first floor MRI Suite at A.J. Clark Hall. The contractor will coordinate construction work in the 2,000 GSF/952 NASF space designated for the MRI and associated equipment. Work includes all architectural, mechanical, electrical, structural and other construction work associated with installing a Bruker BioSpec 94/30 USR MRI.

The University anticipates the final value of this contract will be approximately $1.2 million. The overall project estimate is $5.3 million (including design, construction and equipment)

Amount: $25,500 (pre-construction services) Contract Term: 36 months from notice to proceed (including warranty period). Proposals:

Company Technically Acceptable Price DPR Construction, Columbia, MD $241,000 Coakley-Williams, Inc., Bethesda, MD $256,250 Plano-Coudon, LLC, Baltimore, MD Yes $344,151 J. Vinton Schafer, Abington, MD $344,212 Kinsley Construction, Herndon, VA $258,132

Fund Source: Institutional Funds

MBE Participation: 10%

Performance Security: 100% performance bond is required.

72 Supplement C University System of Maryland ACTION AGENDA July 24, 2019 USM 4C

2-C. UNIVERSITY OF MARYLAND, COLLEGE PARK (cont’d) A. James Clark Hall MRI Suite

Requesting Institution Remarks: This solicitation was advertised through the University’s On-Call construction managers contract. Five firms responded. The University deems all firms technically acceptable to be awarded the contract. Award is recommended to DPR Construction as the lowest priced technically-acceptable firm.

This contract award is for pre-construction services. As design progresses and construction documents are completed, the contractor will sequentially and competitively bid the construction bid packages.

Resident Business: Yes

MD Tax Clearance: 19-1941-1111

BOARD OF PUBLIC WORKS ACTION THIS REPORT WAS:

ACCEPTED REMANDED

WITH DISCUSSION WITHOUT DISCUSSION

73 Supplement C University System of Maryland ACTION AGENDA July 24, 2019 USM 5C

Contact: Thomas Hickey 410-576-5736 [email protected] USM Rep: Joe Evans

3-C. UNIVERSITY OF MARYLAND, COLLEGE PARK for SALISBURY UNIVERSITY 3D Arts Center Renovation

Contract ID: 3D Arts Center Renovation, Design-Build Construction Contract RFP No. 79392-T

Recommendation: Award pre-construction and design services

Contractor: Delmarva Veteran Builders, LLC, Salisbury, MD

Project Description: The Salisbury University 3D Arts Center is planned as a relocation and expansion of the existing Ceramics, Wood and Metals 3D Arts program now housed in the Fulton School of Liberal Arts. The scope of work includes renovating an industrial building (previously used as a metal fabrications machine shop) in the southwest corner of the East Campus. The 12,000 GSF single story masonry building will have to be selectively demolished; systems renewal will include mechanical, electrical, plumbing fire protection, telecommunications, and data and security systems; new bathrooms and a shower room will be added. A 2,000 GSF addition will create a space for ceramics kilns and glazing. The program includes planning for future additions for glassworks, a foundry and classroom. Both the site and building will be ADA compliant.

The estimated total contract is approximately $4 million.

Contract Term: 39 months from notice to proceed (including warranty period)

Amount: $343,027 (design and pre-construction services)

Procurement Method: Competitive Sealed Proposals

Proposals: Technically Qualified Proposers Price Delmarva Veteran Builders, LLC, Salisbury, MD $783,180 Bancroft Construction Co., Wilmington, DE $855,421 Whiting Turner Contracting Co., Salisbury, MD $946,900

Funding Source: Institutional Funds

MBE Participation: 12%

74 Supplement C University System of Maryland ACTION AGENDA July 24, 2019 USM 6C

3-C. UNIVERSITY OF MARYLAND, COLLEGE PARK for SALISBURY UNIVERSITY 3D Arts Center Renovation

Performance Security: Equal to contract amount

Requesting Institution Remarks: This solicitation was advertised on eMaryland Marketplace. Four technical proposals were received and evaluated by a University evaluation committee. All four proposers were deemed technically acceptable and reasonably susceptible of award. These four firms were invited to submit a price proposal. All firms submitted price proposals; at that point, one firm did not follow RFP instructions resulting in its proposal being deemed not susceptible for award. Award is recommended to Delmarva Veteran Builders, LLC.

The University will initially award pre-construction services. As design progresses and construction documents are completed, the contractor will sequentially and competitively bid the construction packages.

Resident Business: Yes

MD Tax Clearance: 19-2045-1001

BOARD OF PUBLIC WORKS ACTION THIS REPORT WAS:

ACCEPTED REMANDED

WITH DISCUSSION WITHOUT DISCUSSION

75 Supplement C University System of Maryland ACTION AGENDA July 24, 2019 USM 7C

Contact: Thomas Hickey 410-576-5736 [email protected] USM Rep: Joe Evans

4-GM. UNIVERSITY OF MARYLAND, COLLEGE PARK for FROSTBURG STATE UNIVERSITY Education and Health Sciences Center

Contract ID: Education and Health Sciences Center, RFP# 54764-F

Contract Approved: USM Item 2-AE (5/2/2018)

Recommendation: Authorize $2 million from 2018 MCCBL and $1.2 million of design funds appropriated in the 2019 MCCBL to previously-approved professional design services contract

Contractor: Ayers Saint Gross, Baltimore, MD

Project: The project is to construct a 109,000 GSF, 57,010 NASF Education & Health Sciences Center at Frostburg State University. The Education & Health Sciences Center will house the College of Education (including the new Doctorate in Educational Leadership), the College of Liberal Arts & Sciences Professional Health programs, several pre-professional health programs, the Center for Rural Health, and student health and wellness health services.

Background: The Board of Public Works approved the award of the design contract to Ayers Saint Gross for the full amount of $7,542,821, with the understanding that the University would only initially authorize work to cover schematic design and design development with the then- available funds of $2,997,829.

This request is to secure approval for authorization of planning funds that have become available since the original approval.

Funding: MCCBL 2018 Item #18-243 $2,000,000 MCCBL 2019 Item # 19-313 $1,200,000

BOARD OF PUBLIC WORKS ACTION THIS REPORT WAS:

ACCEPTED REMANDED

WITH DISCUSSION WITHOUT DISCUSSION

76 Supplement C University System of Maryland ACTION AGENDA July 24, 2019 USM 8C

Contact: Thomas Hickey 410-576-5736 [email protected] USM Rep: Joe Evans

5-C-OPT. UNIVERSITY OF MARYLAND, COLLEGE PARK On-Call Mechanical, Electrical and Plumbing Engineering Design Services

Contract ID: On-Call Mechanical, Electrical and Plumbing Design Engineering Services Indefinite Delivery Contract: RFP #84989-C

Contract Approved: USM Item 4-A/E (8/16/2017)

Contractors: Gipe Associates Easton, MD Mueller Associates, Inc. Linthicum, MD Weigand Associates Germantown, MD Kibart Towson, MD

Contract Description: Multiple award contract for Mechanical, Electrical and Plumbing Engineering Design Services to support minor construction and renovation projects at Salisbury University, University of Maryland, Eastern Shore, University of Maryland Center for Environmental Science, and other institutions of the University System of Maryland on as needed basis.

Option Description: Exercise first of three 1-year renewal options

Original Term: 8/17/2017 – 8/16/2019 (w/three 1-year renewal options)

Option Term: 8/17/2019 – 8/16/2020 (first renewal)

Original Amount: Task orders limited to cumulative annual total of $100,000 NOTE: USM Item 4-AE (8/16/17) erroneously stated $100,000; correct amount is $200,000 per firm.

Option Amount: Task orders limited to cumulative annual total of $200,000 per firm

Procurement Method: USM Procurement Policies and Procedures for Architecture and Engineering Services

MBE Participation: None

Performance Security: None

77 Supplement C University System of Maryland ACTION AGENDA July 24, 2019 USM 9C

5-C-OPT. UNIVERSITY OF MARYLAND, COLLEGE PARK (cont’d) On-Call Mechanical, Electrical and Plumbing Engineering Design Services

Requesting Institution Remarks: Renewal is recommended for the four firms based on satisfactory job performance. Implementation will be on a task order basis with no guarantee of award to any of the firms. The firms must use the fixed hourly rates as negotiated at renewal.

Fund Source: Various Institutional Funds

Resident Business/MD Tax Clearance:

Company Name Resident Business MD Tax Clearance Gipe Associates 19-1893-1111 Mueller Associates 19-1895-1111 Weigand Associates, Inc, Yes 19-1896-0111 Kibart, Inc. 19-1894-1111

BOARD OF PUBLIC WORKS ACTION THIS REPORT WAS:

ACCEPTED REMANDED

WITH DISCUSSION WITHOUT DISCUSSION

78 Supplement C University System of Maryland ACTION AGENDA July 24, 2019 USM 10C

Contact: Thomas Hickey 410-576-5736 [email protected] USM Rep: Joe Evans

6-C-OPT. UNIVERSITY OF MARYLAND, BALTIMORE On-Call Design Build Contracting Services

Contract ID: On-Call Design Build Contracting Services RFP # 88041 MT

Contract Approved: USM Item 1-C (07/27/16) USM Item 1-C-OPT (07/05/17) (first renewal option) USM Item 5-C-OPT (06/20/18) (second renewal option)

Award: Barton Malow Company Baltimore, MD Brawner Builders, Inc. Hunt Valley, MD North Point Builders, Inc. Baltimore, MD Plano-Coudon, LLC Baltimore, MD

Contract Description: Provide design/build contracting services for construction projects for the institutions of University System of Maryland Institutions, primarily in the Baltimore region, on an on-call basis.

Option Description: Exercise third 1-year renewal option

Original Contract Term: 7/27/16 – 7/26/17 (w/four 1-year renewal options)

Renewal Term: 7/27/19 – 7/26/20

Original Contract Amount: $6,000,000

Option Amount: $3,000,000

Original Procurement Method: Competitive Sealed Proposals

MBE Participation: Construction: 30% per task order on task orders over $50,000 Subgoals (on task orders over $200,000): 7% African American 4% Asian American Design: 10% (on task orders over $50,000)

79 Supplement C University System of Maryland ACTION AGENDA July 24, 2019 USM 11C

6-C-OPT. UNIVERSITY OF MARYLAND, BALTIMORE (cont’d) On-Call Design Build Contracting Services

MBE Compliance: No MBE is reported because no awards were made during the second renewal option year.

Performance Security: 100% performance bond for projects $100,000 or greater

Requesting Institution Remarks: The University seeks to exercise its third renewal option for On-Call Design Build Contracting Services due to the anticipation of upcoming renovation projects that require meeting short lead-times and quick responses. Hourly rates may increase in renewal option terms based upon minimum wage increases or increases in the Consumer Price Index. The hourly rates for the option period remain unchanged from the initial contract rates.

Fund Source: Various Institutional Funds

MD Tax Clearance Resident Business Plano- Coudon, LLC 19-1901-1110 North Point Builders, Inc. 19-1898-1111 Brawner Builders, Inc. 19-1900-1111 Yes Barton Malow, Inc. 19-1899-1111

BOARD OF PUBLIC WORKS ACTION THIS REPORT WAS:

ACCEPTED REMANDED

WITH DISCUSSION WITHOUT DISCUSSION

80 Supplement C University System of Maryland ACTION AGENDA July 24, 2019 USM 12C

Contact: Thomas Hickey 410-576-5736 [email protected] USM Rep: Joe Evans

7-C-OPT. UNIVERSITY OF MARYLAND BALTIMORE On-Call Minor General Contracting Services

Contract ID: On-Call Minor General Contracting Services Small Business Reserve Procurement, BID #88514 AA

Contract Approved: USM Item 3-C (7/26/2017) USM Item 8-C-OPT (06/20/2018) 1st Renewal Option

Contractors: Garcete Construction Co., Inc. Bladensburg, MD Hayes Construction Company Phoenix, MD M&S Enterprises, Inc. Crofton, MD MODCO Specialty Contracting Corp. Columbia, MD Total Site Contractors, Inc. Baltimore, MD

Contract Description: Labor, materials, equipment and supervision for minor renovation projects on an on call basis for Facilities & Operations Management Offices of University System of Maryland Institutions in the Baltimore region.

Option Description: Exercise second 1-year renewal option

Original Contract Term: 7/27/17 – 7/26/18 (w/ four 1-year renewal options)

Renewal Term: 7/27/19 – 7/26/20

Original Amount: $1,000,000 (with no single project anticipated to exceed $200,000)

Option Amount: $1,000,000 (with no single project anticipated to exceed $200,000)

Original Procurement Method: Multi-Step Bid (Small Business Reserve)

MBE Participation: 10% per task order on task orders $15,000-$50,000 30% per task order on task orders greater than $50,000

MBE Compliance: No MBE is reported because no awards were made during the first renewal option year.

Performance Security: 100% performance bond required for projects $100,000 or greater

81 Supplement C University System of Maryland ACTION AGENDA July 24, 2019 USM 13C

7-C-OPT. UNIVERSITY OF MARYLAND BALTIMORE (cont’d) On-Call Minor General Contracting Services

Requesting Institution Remarks: Renewal is recommended for all five firms based on satisfactory job performance during the original contract term. As projects arise, the University will compete each project greater than $25,000 among the five on-call minor general contracting firms. These firms will be required to use the fixed hourly rates as well as material mark-up, sub-contractor mark-up, and equipment rental mark-up quoted in their original bids. Hourly rates may increase in renewal option terms based upon minimum wage increases or increases in the Consumer Price Index. The hourly rates for the option period remain unchanged from the initial contract rates. The percentage mark-up for material, sub-contractors, and equipment rental will remain the same for all renewal options.

Fund Source: Various Institutional Funds

MD Tax Clearance Resident Business Garcete Construction Co., Inc. 19-1836-0101 Hayes Construction Company 19-1837-1111 MODCO Specialty Contracting Corp. 19-2038-0111 Yes M&S Enterprises, Inc. 19-1838-0111 Total Site Contractors, Inc. 19-1839-1111

BOARD OF PUBLIC WORKS ACTION THIS REPORT WAS:

ACCEPTED REMANDED

WITH DISCUSSION WITHOUT DISCUSSION

82 Supplement C University System of Maryland ACTION AGENDA July 24, 2019 USM 14C

Contact: Thomas Hickey 410-576-5736 [email protected] USM Rep: Joe Evans

8-RP. UNIVERSITY OF MARYLAND EASTERN SHORE Demolition of Former Radio Station Building

Institution: University of Maryland Eastern Shore

Recommendation: Approve demolition of former Radio Station Building

Property: Radio Station, 12049 Marion Drive, Princess Anne, MD 20853

Explanation: The brick structure is a 1,400 SF one-story former radio station constructed in 1962. The radio station has been abandoned for several years now (its services were moved to the new Engineering and Aviation Sciences Complex). The building is on the site of the proposed new School of Pharmacy and Health Professions. Construction of the new Pharmacy building is scheduled to start in December 2019 with a completion date of early 2021.

State Clearinghouse: The Clearinghouse conducted an intergovernmental review of the project under MD20190318-0134. It has recommended to change the use and demolish the Radio Station on the campus of University of Maryland Eastern Shore.

BOARD OF PUBLIC WORKS ACTION THIS REPORT WAS:

ACCEPTED REMANDED

WITH DISCUSSION WITHOUT DISCUSSION

83 Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 1D

Contact: Matthew Dryer (410) 697-9687 [email protected] Carla Thompson (410) 697-9667 [email protected]

1-GM. DEPARTMENT OF INFORMATION TECHNOLOGY Resource Sharing Agreement

Recommendation: That the Board of Public Works approve the State entering into a resource sharing agreement.

Authority: Sec. 3A-307, State Finance & Procurement Article, Annotated Code of Maryland

Award: Cellco Partnership d/b/a Verizon Wireless

Term: 8/1/2019* – 7/23/2044 (25-years) *or earlier upon Board approval

Amount: $831,271 (25-years)

Property: Department of Natural Resources property in Berlin, Worcester County

Remarks: This revenue generating transaction results from a resource sharing agreement between Department of Natural Resources and Verizon Wireless. The benefit to the State is continuing compensation for leasing tower space to Verizon Wireless which supports telecommunications antennas in Berlin.

Because the monetary value of the lease over the 25-year term exceeds $100,000, this transaction was submitted to the Legislative Policy Committee for comment and was posted on eMarylandMarketplace.

Fund Source: Revenue Generating – MITDP

MD Tax Clearance: 19-1777-1101

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

84

Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 2D

Contact: Tara L. Gray (410) 767-1194 [email protected] Carla Thompson (410) 697-9667 [email protected]

2-IT. STATE DEPARTMENT OF ASSESSMENT AND TAXATION Real Property Valuation

Contract ID: Square Footage Evaluation Data ADPCS BPO No.: E50B9400063

Contract Description: RETROACTIVE. Provide commercial square-foot software data that assists in preparation of building cost estimates for assessment purposes.

Contractor: Marshall & Swift, a subsidiary of Core Logic, Irvine, CA

Contract Term: 4/1/2019 – 3/31/2020

Contract Amount: $75,122 (one year)

Procurement Method: Sole Source

MBE Participation: None

Incumbent: Marshall & Swift

Remarks: The State Department of Assessments and Taxation has integrated the building cost estimate data provided by the contractor into its Computer Assisted Mass Appraisal System (now known as AAVS). The SDAT appraisal process has been fully automated since 2002. At that time, the Real Property Commercial Property Assessors identified the Marshall cost data as a system requirement because the Marshall cost estimating system had become the standard for the insurance industry, professional appraisers, and assessment cost estimators. There are no alternative sources for this type of specialized data.

The contractor’s source rates are the foundation for the Maryland commercial cost valuation process. Marshall Swift provides building cost rates data that is entered directly into SDAT cost tables. The Marshall cost rates are extremely reliable and authoritative on a national level, providing a high degree of validity and confidence in support of the commercial valuation process. The Marshall process recognizes the appropriate adjustments for heat type, floor area multipliers, height adjustments as well as other local and current multipliers. SDAT in the assessment appeal process must rely on methods that challenge the past historical cost results. Multipliers must be developed, tested, and applied annually to bring historic cost estimates into line with current building cost levels.

85

Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 3D

2-IT. STATE DEPARTMENT OF ASSESSMENT AND TAXATION (cont’d) Real Property Valuation

Remarks: (cont’d)

SDAT has more than 100 different commercial building types identified in the current Computer Assisted Mass Appraisal system; the integration of the Marshall Swift software allows this data to be easily accessible. If another source for building cost data were procured, it would require a significant amount of re-programming the Computer Assisted Mass Appraisal system as well as extensive staff training. Both of these factors would cause major delay in the annual assessment schedules.

SDAT did not renew the contract in a timely manner due to vendor personnel who believed that amending the prior year contract to extend the term would be acceptable to the State; however the State sought to complete a new contract and submitted documentation via email to the vendor in early March 2019. Vendor personnel changes resulted in it returning required documents after the prior contract period expired (3/31/2019).

Accordingly, SDAT must request retroactive approval of this contract effective April 1, 2019.

DoIT Remarks: Pursuant to Section §11-204(c), State Finance & Procurement Article, Annotated Code of Maryland, DoIT requests this be approved as a voidable contract, rather than void, as it has been determined that: (1) all parties have acted in good faith, (2) ratification of the procurement contract would not undermine the purposes of procurement law; and (3) the violation, or series of violations, was insignificant or otherwise did not prevent substantial compliance with procurement law.

Fund Source: 50% Special (Local County Cost Reimbursement) 50% General Fund

Approp. Code: E50.C00.02

Resident Business: No

MD Tax Clearance: 19-0514-1000

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

86

Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 4D

Contact: Michael Leahy (410) 697-9401 [email protected] Carla Thompson (410) 697-9667 [email protected]

3-IT-MOD. DEPARTMENT OF INFORMATION TECHNOLOGY Data Center Co-location

Contract ID: TierPoint Maryland Data Center ADPICS BPO No.: F50B5400007, COI21184

Contract Approved: DoIT Item 4-IT (9/17/2014)

Contractor: TierPoint Maryland, LLC, Baltimore

Contract Description: Data center colocation

Modification Description: Extend contract five years

Original Contract Term: 9/18/2014 – 9/17/2019 (five years)

Modification Term: 8/1/2019* – 9/17/2024 (five years) *or earlier upon Board approval

Original Contract Amount: $1,500,000 (5 years)

Modification Amount: $3,000,000

Revised Total Contract Amount: $4,500,000

Percent +/- (This Modifications): +200%

Original Procurement Method: Sole Source

Remarks: TierPoint Maryland, LLC is the only known vendor capable of providing data center colocation where significant State fiber resources already exist and where a significant number of networkMaryland customers are already located. The State is currently co-located with TierPoint at its Baltimore location. DoIT seeks to expand this contract to include TierPoint’s newest data center and to expand services to include a data backup service between the locations.

TierPoint’s Baltimore data center provides colocation services to the Maryland Department of Health, the Department of Human Services, the Maryland Health Benefits Exchange, and the City of Baltimore and currently hosts DoIT’s primary data center. Most recently the Comptroller of Maryland began migrating mainframe services to this location.

87

Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 5D

3-IT-MOD. DEPARTMENT OF INFORMATION TECHNOLOGY (cont’d) Data Center Co-location

Remarks: (cont’d)

In July 2018 TierPoint opened TierPoint BWI, a new, purpose built data center in Linthicum. Like the Baltimore location, this location was recently connected to State fiber resources and will be providing colocation services to a number of networkMaryland customers, including initially the Maryland Automobile Insurance Fund as well as Anne Arundel County. DoIT plans to leverage this location to begin migrating critical infrastructure and services, including backup services, from the secondary data center at College Park. The College Park data center, which has served as the secondary data center for the last five years, lacks the necessary power, cooling, and fiber facilities to support our long-term requirements.

The State has a need for a second purpose built data center to replace College Park. Currently there is limited ability to grow colocation space in the current facility. There is a need for geographic diversity at a second site already State fiber connected.

Fund Source: 100% Reimbursable

Approp. Code: F50B0402

Resident Business: Yes

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

88

Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 6D

Contact: Michael Leahy (410) 697-9401 [email protected] Carla Thompson (410) 697-9667 [email protected]

4-IT-MOD. DEPARTMENT OF INFORMATION TECHNOLOGY CATS+

Contract ID: Consulting and Technical Services Plus (CATS+) ADPICS BPO No.: 060B2490023

Contract Approved: DoIT Item 3-IT (4/3/2013)

Contract Description: Multiple-award, indefinite-quantity, task order-based Master Contract to provide Statewide Information Technology technical and consulting services in 17 functional areas.

Modification Description: Add 28 master contractors

Contractors: See page 8D

Original Contract Term: 4/22/2013 – 4/21/2028 (15 years) NOTE: On an ongoing basis, DoIT allows new vendors to submit offers to be added as Master Contractors and allows existing Master Contractors to add functional areas.

Original Contract Amount: $150 million

Prior Modifications/Options: $ 60 million (DoIT Item 7-IT-MOD [8/17/2016]) $240 million (DoIT Item 1-IT-MOD [1/25/2017]) $300 million (DoIT Item 4-IT-MOD [3/20/2019]) Total Contract Amount: $750 million

Original Procurement Method: Competitive Sealed Proposals

MBE Participation: 20% MBE Compliance: 18%

Remarks: DoIT seeks to add 28 new vendors to the CATS+ Master Contract.

DoIT received 186 proposals during this expansion window. Of the 28 recommended offerors: 13 are Maryland businesses, seven are small businesses and eight are MBEs.

89

Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 7D

4-IT-MOD. DEPARTMENT OF INFORMATION TECHNOLOGY (cont’d) CATS+

Remarks: (cont’d)

This Master Contract comprises the following functional areas:

(1) Enterprise Service Provider (2) Web and Internet Services (3) Electronic Document Management (4) Geographical Information Systems (5) Software Engineering (6) Systems/Facilities Management and Maintenance (7) Information System Security (8) Application Service Provider (9) IT and Telecommunications Financial and Auditing Consulting Services (10) IT Management Consulting Services (11) Business Process Consulting Services (12) Tower Site Preparation (13) Tower Installation (14) Tower Equipment Installation and Services (15) Electronic Benefits Transfer (16) Media and Training Center Support (17) Documentation/Technical Writing

DoIT expects to return to the Board to add new master contractors being considered under the current expansion window.

Fund Source: Various

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

90

Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 8D

4-IT-MOD. DEPARTMENT OF INFORMATION TECHNOLOGY (cont’d) CATS+

Awards # Contractor State Resident MBE SBR VSBE MD Tax Business Clearance 1 Ace Applications LLC FL X X 19-1760-0110 2 Ace Info Solutions, Inc. VA 19-1815-0111 (Aceinfo) 3 Acro Services Corporation MI 19-1618-0110 4 Alphident Technology MD Yes X 19-1748-0110 5 Blended Ventures (BV) MD Yes 19-1816-0111 6 Booker DiMaio MD Yes X X 19-1883-1111 7 Cambria Solutions, Inc. CA 19-1920-0001 (Cambria) 8 Cambridge International VA 19-1891-0111 9 Clear Shark LLC MD Yes X 19-1824-1110 10 Davis Unlimited Info MD Yes X X 19-1826-1111 Tech 11 Enterprise Architecture & Information Management, VA 19-1991-0001 Inc. (E-AIM, Inc.) 12 Electronic Systems Inc. 19-1876-1111 13 En-Net Services LLC MD Yes X 19-1930-1111 14 Engineering Software & VA 19-1761-0100 Network Solutions 15 Epitome Technology MD Yes X 19-1762-0111 16 Expert Consultants Inc. MD Yes 19-1877-0111 17 Garud Technology MD Yes 19-1763-1111 18 iCloud Solutions VA 19-1828-0110 19 iCollaboration Inc. MD Yes X X 19-1931-0111 20 Ignition 72 MD Yes X 19-1875-0111 21 Prime Source DC 19-2021-0001 Technologies, LLC 22 Random Bit LLC NC 19-2042-0000 23 Recogniti LLP MD Yes 19-1805-0110 24 Samiti Technology Inc. NJ 19-2015-0111 25 Staffactory formerly CA 19-1846-0000 known as Perfecta 26 Telecommunications DC X 19-1879-1100 Development Corp 27 Weegham & Briggs MD Yes 19-1830-0011 28 WITS Solutions Inc. VA X 19-1829-0001

91

Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 9D

Contact: Linda Lamone (410) 269-2840 [email protected] Carla Thompson (410) 697-9667 [email protected] 5-IT. STATE BOARD OF ELECTIONS

Contract ID: 2019 ExpressPoll 5000 ADPICS BPO No.: D38B9400015

Description: Purchase additional EP 5000 electronic pollbooks for the 2020 Presidential Election cycle and future elections. Includes: 400 additional pollbook units; 150 loaned units; EP5000 batteries; EZ Roster license; and custom development hours.

Award: Elections Systems and Software, LLC, Chicago, IL

Contract Term: 9/1/2019 – 11/30/2020 Contract Amount: $1,020,845 Procurement Method: Sole Source MBE Participation: None Incumbent: Elections Systems and Software, LLC

Remarks: Electronic pollbooks are the networked tablet devices that election judges use to check in voters during early voting and on Election Day. These devices have been used in Maryland since 2006. Additional pollbooks are needed because voter registration is anticipated to increase in 2020; moreover, same-day Election Day registration will be allowed which will require electronic pollbooks. Additional batteries are necessary because approximately 2½% of current battery inventory does not meet the two-hour life requirement.

This procurement is a sole source due to the proprietary nature of the equipment and software. ES&S is the only manufacturer of this product; the accompanying software is proprietary. ES&S does not permit any other company to distribute the pollbook or license the software. Electronic pollbooks in 2011, 2013, and 2015 were also procured through the sole source method.

Fund Source: Special Funds Approp. Code: I0102

Resident Business: Yes, local office in Bowie MD Tax Clearance: 19-1758-0110

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

92

Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 10D

Contact: Simone Chambers (410) 767-1742 [email protected] Carla Thompson (410) 697-9667 [email protected]

6-IT-MOD. MARYLAND DEPARTMENT OF HEALTH Medicaid Utilization Review

Contract ID: Surveillance Utilization Review Subsystem MDH/OPASS 14-13986 ADPICS BPO No.: M00B8400027, COI13049

Contract Approved: DoIT Item 8-IT (8/13/2014)

Contractor: IBM Watson Health, formerly Truven Health Analytics, Inc. Ann Arbor, MI

Contract Description: License, maintain, enhance, modify, and repair Client-Server Surveillance Utilization Review Subsystem.

Modification Description: Extend term for 15 months to allow additional time for re- procurement

Original Contract Term: 8/20/2014 – 8/19/2016 (with two 1-year options)

Modification Term: 8/20/2019 – 11/19/2020

Original Contract Amount: $648,000

Modification Amount: $405,000

Prior Modifications/Options: $324,000 (DoIT Item 5-IT-OPT [6/8/2016]) $324,000 (DoIT Item 1-IT-OPT [6/7/2017]) $324,000 (DoIT Item 4-IT-MOD [8/1/2018])

Revised Total Contract Amount: $2,025,000

Percent +/- (This Modifications): +62.5%

Overall Percent +/-: +212.5%

Original Procurement Method: Sole Source

MBE Participation: None

93

Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 11D

6-IT-MOD. MARYLAND DEPARTMENT OF HEALTH (cont’d) Medicaid Utilization Review

Remarks: MDH seeks to extend the current contract with IBM Watson Health so that its Office of Inspector General’s Data Analysis Unit can continue to generate ad hoc reports of Medicaid claims data that reveal outliers and unusual patterns of behavior. To ensure compliance with federal requirements, it is imperative that the IBM service continue until the new contractor is determined and fully implemented. The SURS (Surveillance and Utilization Review System) reports are a valuable tool for MDH to identify potentially fraudulent or abusive practices by Medicaid providers and recipients.

Maryland’s Health Choice federal and State administrative and management review reporting functions are required to meet MDH due diligence standards. The contractor consistently provides excellent response time as well as the required training.

Fund Source: 75% Federal, 25% General

Approp. Code: M00Q0102

Resident Business: No

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION 94

Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 12D

Contact: Anna Lansaw (410) 339-5015 [email protected] Carla Thompson (410) 697-9667 [email protected]

7-IT. DEPARTMENT OF PUBLIC SAFETY AND CORRECTIONAL SERVICES Telecommunications

Contract ID: Inmate Telecommunications and Other Technology Services ADPCS BPO No.: Q00B9400038

Contract Description: Provide telecommunication system and information technology services to inmates throughout DPSCS institutions and facilities.

Award: Global Tel Link Corporation, Reston, VA

Term: 8/1/2019 – 12/31/2022 (w/ five 1-year renewal options)

Amount: Cost to the State: $ 0

Estimated Cost $22,035,000 to Inmate Population (3 years, 5 months)

Procurement Method: Intergovernmental Cooperative Purchase Prince William County, VA

MBE Participation: 20%

Incumbent: Global Tel Link Corporation

Remarks: DPSCS seeks to enter into an Intergovernmental Cooperative Purchasing agreement through Prince William County (Virginia) to provide an inmate telecommunication system and other information technology services. This contract is no cost to DPSCS and the State.

Inmates pay directly for the services from their inmate accounts. DPSCS has negotiated flat rates for each service provided; the contractor is not allowed any additional charges nor does DPSCS receive any revenue from this contract.

DPSCS determined the most beneficial procurement method to be Intergovernmental Cooperative Purchasing due to the variety of services which has been procured competitively through existing cooperatives. DPSCS considered similar contracts recently procured by other states and found that this cooperative agreement provided DPSCS the flexibility to renegotiate rates based on the volume and capacity of the inmate population.

95

Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 13D

7-IT. PUBLIC SAFETY AND CORRECTIONAL SERVICES (cont’d) Telecommunications

Remarks: (cont’d)

DPSCS negotiated the domestic-call rate to 3.4¢ with no additional costs charged. This is one of the lowest rates in the country.

Moreover, the only telecommunication services currently provided to DPSCS inmates are the phone system. Through this new contract, inmates will be able to access other technology services such as electronic mailing, video conferences, kiosks, and tablets; this will allow DPSCS to provide expanded services with respect to education, communications, and safety at specific flat rates.

The contractor, Global Tel Link Corporation (GTL), is required to provide equipment, hardware, labor, and other associated peripherals to set up these services in each designated institution or facility. GTL will also be responsible for setting up the infrastructure at each location to ensure successful implementation and operations.

GTL is expected to receive about approximately $4.5 million annually from inmates using the telecommunications system; the actual amount is contingent on the usage. DPSCS has not projected the revenue expected to be generated for the other technology services.

Each rate has been negotiated to a fixed cost with no additional costs (like hidden taxes, transaction fees, or connection fees). GTL receives payments only for actual use by the inmate and their families. The phone rate is one of the lowest rates in the nation; it compares favorably with the current contract and with the NASPO contract in. The average phone rate is 11¢ per minute on domestic calls versus DPSCS’s negotiated rate of 3.4¢ per minute. Although other states receive revenue from the vendor, DPSCS chose to forego that opportunity to obtain the lowest rates possible to better serve inmates and families.

Fund Source: Non-budgeted Account

Resident Business: No MD Tax Clearance: 19-1989-1111

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

96

Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 14D

Contact: Joseph Sedtal (410) 767-3351 [email protected] Carla Thompson (410) 697-9667 [email protected]

8-IT. MARYLAND DEPARTMENT OF TRANSPORTATION Maryland Transit Administration Light Rail Link

Contract ID: Light RailLink Advanced Information Management Software Upgrades ADPICS BPO No.: J05B0600002

Contract Description: Upgrade Light RailLink’s Advanced Information Management system software at 21 Light RailLink workstations.

Award: ARINC Incorporated, Annapolis, MD

Term: 8/15/2019* – 8/14/2020 *or earlier upon Board approval

Amount: $1,243,702

Procurement Method: Sole Source MBE Participation: None

Remarks: MDOT MTA seeks to upgrade its Light RailLink Advanced Information Management systems (AIM) software. This system enables train traffic management for Light Rail operations. The current Light RailLink AIM software has surpassed its useful life. This system upgrade is essential to eliminating recurring failures due to age-related problems that have made train monitoring difficult for controllers.

This contract will provide the following:

• MDOT MTA personnel will be able to monitor the Light RailLink system remotely • The latest AIM software will be installed on MDOT MTA’s servers • The contractor will be able to perform maintenance and troubleshooting remotely

The current Light RailLink Advanced Information Management software is a proprietary product of ARINC Incorporated, a wholly owned subsidiary of Rockwell Collins Inc. ARINC developed, owns, and is the sole distributor of the AIM software. The software is critical to the efficient operation of the Light RailLink and must be maintained and supported. ARINC does not authorize other distributors to provide its products or services, making ARINC the sole proprietor for Advanced Information Management software.

MDOT MTA has determined, based on market price, that the price offered is fair and reasonable.

97

Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 15D

8-IT. MARYLAND DEPARTMENT OF TRANSPORTATION (cont’d) Maryland Transit Administration Light Rail Link

Fund Source: 100% Special Funds (Transportation Trust Fund)

Approp. Code: J05H0105

Resident Business: No

MD Tax Clearances: 19-1613-1111

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

98

Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 16D

Contact: Joseph Sedtal (410) 767-3351 [email protected] Carla Thompson (410) 697-9667 [email protected]

9-IT. MARYLAND DEPARTMENT OF TRANSPORTATION Maryland Transit Administration

Contract ID: Bus Fleet Intelligent Transit System and Bus Tools Stop Inventory Database Maintenance with Technical Support ADPICS BPO No.: J05B7400002

Contract Approved: DoIT Item 4-IT (1/25/17)

Contractor: Clever Devices, Ltd., Woodbury, NY

Contract Description: Hardware and software maintenance and technical support for the bus fleet Intelligent Transit System (ITS), and BusTools Bus Stop Inventory (BSI) database installed on MDOT MTA’s bus fleet.

Option Description: Exercise sole 1-year renewal option

Original Contract Term: 2/9/2017 - 8/8/2019 (2-year base w/ one 1-year option)

Option Term: 8/15/2019* – 8/14/2020 *or earlier upon Board approval

Prior Modifications: None

Original Contract Amount: $2,945,082

Option Amount: $1,287,992

Total Contract Amount: $4,233,074

Original Procurement Method: Sole Source

MBE Participation: None

99

Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 17D

9-IT-OPT. MARYLAND DEPARTMENT OF TRANSPORTATION (cont’d) Maryland Transit Administration

Remarks: Bus Fleet ITS and BSI database provides MDOT MTA the following services:

• automated passenger counting • automated vehicle health monitoring • automated voice announcements • data transfers • route mapping • documentation management • reporting

For MDOT MTA to maintain systems integrity and comply with the Americans with Disabilities Act, regular hardware and software maintenance and support must continue. This contract allows for the Bus Fleet ITS and BSI database to receive inspections; preventive maintenance; on-site services; system delivery; and technical support.

Once Bus Unified System Architecture (BUS USA) is implemented on the MDOT MTA bus fleet, Bus Fleet ITS and BSI database will no longer be used. MDOT MTA anticipates that Bus USA will be fully implemented before this renewal option expires.

Fund Source: 100% Special Funds (Transportation Trust Fund)

Approp. Code: J05H0102

Resident Business: No

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

100

Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 18D

Contact: Carla Thompson (410) 697-9667 [email protected]

10-IT. DEPARTMENT OF INFORMATION TECHNOLOGY

Recommendation: That the Board of Public Works approve the award of the following nine Task Orders/Purchase Orders 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. Master Contract: Consulting and Technical Services Plus (CATS+) Contract No.: 060B2490023 Approved: DoIT Item 3-IT (4/3/2013) Term: 4/22/2013 – 4/21/2028 Fund Source: Various Functional Areas: 17 Procurement Method: Task Order Request for Proposals (Best Value)

1.1. Using Agency: Comptroller of Maryland E00B9400036 Description: Help Desk, Application and system support Award: iDox Solutions, Inc., Bethesda, MD Number of Qualified Master Contractors: 8 (Functional Area 5) Number of Bids: 8 Amount: $9,995,500 Term: 9/1/2019* - 8/31/2024 *or earlier upon Board approval MBE/VSBE Participation: 21% Resident Business: Yes

1.2. Using Agency: Maryland Insurance Administration COI24814 Award: International Software Systems, Inc. Greenbelt, MD Description: Enterprise Complaint Tracking System Option Description: Exercise third (final) option Original Amount: $ 959,954 Option Amount: $ 498,101 Prior Options: $ 787,319 Prior Modifications: $ 33,780 Revised Total Cost: $2,279,154 Original Term: 7/1/2015 – 6/30/2017 with three 1-year renewal options Prior Option Terms: 7/1/2017 – 8/31/2019 (options 1 and 2 prior MOD) This Option Term: 9/1/2019 – 7/1/2020 MBE Participation: 27% MBE Compliance: 25% Resident Business: Yes

101

Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 19D

10-IT. DEPARTMENT OF INFORMATION TECHNOLOGY (cont’d)

1. Master Contract: Consulting and Technical Services Plus (CATS+) (cont’d)

1.3. Using Agency: Maryland Department of Health M00B0600073 Description: Medicaid Management Information System (MMIS) Resources Option Description: Exercise first 1-year option to provide MMIS support and maintenance. Add six resources: one senior systems engineer; five database management specialists. Award: Gantech, Inc., Columbia, MD Original Amount: $ 8,950,011 Modification Amount: $ 4,253,517 Prior Modifications: $ 1,238,286 Revised Total Amount: $14,441,814 Original Term: 8/8/2016 – 8/7/2019 Modification Term: 8/8/2019 – 8/7/2020 MBE Participation: 30% MBE Compliance: 30% Resident Business: Yes

1.4. Using Agency: MDOT State Highway Administration J02B6400002 Description: Provide 16 highly qualified resources for GIS Program support to include project management, business analysis, system administration, database administration, geospatial data support, training, analysis and technician resources for Data Services Engineering Division. Renewal Option Description: Exercise second 1-year option Award: KCI Technologies, Sparks MD Original Amount: $ 8,059,809 Prior Option 1 Amount: $ 2,849,619 This Option 2 Amount: $ 2,933,907 Total Contract Amount: $13,843,336 Original Term: 9/15/2015 – 9/14/2018 (3-yr base w/ two 1-year options) Prior Option 1 Term: 9/15/2018 – 9/14/2019 This Option 2 Term: 9/15/2019 – 9/15/2020 MBE Participation: 30% MBE Compliance: 31% Resident Business: Yes

102

Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 20D

10-IT. DEPARTMENT OF INFORMATION TECHNOLOGY (cont’d)

2. Master Contract: Commercial Off- the-Shelf Software (COTS 2012) Contract No.: 060B2490021 Approved: DoIT Item 2-IT (8/22/2012) Term: 10/1/2012 TO 9/30/2027 Fund Source: Various Functional Areas: 3 Procurement Method: PORFPs under Master Contract (Low Bid)

2.1. Using Agency: Department of Human Services 060B9400171 Description: Provide Enterprise DB PostgreSQL, a data management platform based on open with flexible deployment options, complemented by tool kits for management, integration, and migrations with standard warranty support. Award: Victory Global Solutions, Columbia, MD Number of Qualified Master Contractors: 4 (Functional Areas 1 & 3) Number of Bids: 1 Only one proposal with fair and reasonable price lower than MSRP Amount: $207,851 Term: 7/24/2019 – 7/23/2020 MBE Participation: None Resident Business: Yes

2.2. Using Agency: Maryland Transportation Authority J01B0600002 Description: Provide Rubrik, an enterprise data management product for backup, disaster recovery, and data archiving; monitoring file sharing activity; and building immunity against ransomware attacks. Award: CAS Severn, Laurel, MD Number of Qualified Master Contractors: 4 (Functional Area 1) Number of Bids: 3 Amount: $1,347,732 Term: 9/10/2019* – 9/9/2022 *or earlier upon BPW approval MBE Participation: None Resident Business: Yes

103

Supplement D Department of Information Technology ACTION AGENDA July 24, 2019 DoIT 21D

10-IT. DEPARTMENT OF INFORMATION TECHNOLOGY (cont’d)

3. Master Contract: PBX III – Telecommunications Equipment and Services Contract No.: 060B1400048 Approved: DoIT Item 3-IT (3/23/2011) Term: 3/23/2011 – 6/30/2020 Fund Source: Various Functional Areas: 3 Procurement Method: PORFP under Master Contract (Low Bid)

3.1. Using Agency: MDOT Maryland Aviation Administration J00B9400006 Description: Provide gold service level maintenance services, time and materials labor for Interactive Voice Response server and peripheral equipment. Award: MS Technologies Corporation, Rockville, MD Number of Qualified Master Contractors: 5 (Functional Areas 2 & 3) Number of Bids: 2 Amount: $436,162 Term: 8/15/2019* – 6/30/2020 *or earlier upon BPW approval MBE Participation: 25% Resident Business: Yes

3.2. Using Agency: MDOT Maryland Aviation Administration J00B9400007 Description: Provide maintenance services and time and materials labor for PBX/SV 9500, NEC Univerge UM8700, NEC OW-5000 server, NEC UG 50 gateway severs and peripheral equipment at 8 MDOT MAA facilities. Award: NEC Corporation of America, Fulton, MD Number of Qualified Master Contractors: 6 (Functional Areas 2 and 3) Number of Bids: 1 NEC is the only master contractor with the personnel to perform the labor and provide the equipment for this effort at a reasonable cost. Amount: $1,072,088 Term: 8/15/2019 – 6/30/2020 *or earlier upon BPW approval MBE Participation: 25% Resident Business: Yes

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

104 Larry J. Hogan Governor

Boyd K. Rutherford Lt. Governor

Pete K. Rahn Secretary

BOARD OF PUBLIC WORKS ACTION AGENDA July 24, 2019

Pages

Maryland Aviation Administration (MAA) 1 – 22

Maryland Transportation Authority (MDTA) 23 – 24

Maryland Port Administration (MPA) 25 – 26

Maryland Transit Administration (MTA) 27 – 37

State Highway Administration (SHA) 38 – 52

The Secretary’s Office (TSO) 53 – 54

MDOT Task Order Agreements 55 – 57

105 MDOT 1 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Linda D. Dangerfield 410-859-7097 [email protected] 1-AE. MARYLAND AVIATION ADMINISTRATION Architectural/Engineering Services Contract

Contract ID: Program Management of Architectural and Engineering Design Services at Baltimore/Washington International Thurgood Marshall (BWI Marshall) and Martin State (MTN) Airports; MAA-AE-18-002 & MAA-AE-18-012. ADPICS No.: MAAAE18002 & MAAAE18012

Contract Description: These two work-order contracts will provide for the oversight of design and construction of BWI Marshall and MTN airports Consolidated Transportation Program.

Awards: Jacobs Engineering Group Inc. MAA-AE-18-002 Baltimore, MD

Airport Design Consultants, Inc. MAA-AE-18-012 Ellicott City, MD

Contract Term: 08/15/2019* – 08/14/2024 (*or earlier upon BPW approval)

Amount: $ 6,250,000 (MAA-AE-18-002) $ 5,750,000 (MAA-AE-18-012) $12,000,000 Aggregate Total

Procurement Method: Qualification Based Selection

Proposals: Offeror Technical Proposal Technical Price (Ranking) Max 1,750 Ranking Jacobs Engineering Group Inc. 1,419 1 $6,250,000 (1) Baltimore, MD Airport Design Consultants, Inc. 1,340 2 $5,750,000 (2) Ellicott City, MD

DBE Participation: Jacobs Engineering Group Inc. 19.0% Airport Design Consultants, Inc. 19.5%

Incumbent: Johnson, Mirmiran, and Thompson, Inc.

106 MDOT 2 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

1-AE. MARYLAND AVIATION ADMINISTRATION (cont’d)

Requesting Agency Remarks: The Solicitation was advertised on eMaryland Marketplace, in The Daily Record and on the Maryland Department of Transportation Maryland Aviation Administration’s (MDOT MAA) website. A total of two consultant firms submitted Technical Proposals for this project, both are Maryland firms.

The services may include: Program Management for MDOT MAA initiatives; supervision and management of project planning, environmental, design, procurement, and construction phases for airside/airfield projects and building and landside projects.

The consultant will also support MDOT MAA in monitoring Capital Improvement Projects cost estimates and schedules; development of program budget, finance, and cash flow analysis and reports; conduct value engineering/peer reviews, constructability reviews; setting up project/ program website; provide cost estimating and scheduling services; program phasing and funding analysis; provide surveying and geotechnical investigations; provide graphic design and CAD support; prepare and conduct presentations; and perform miscellaneous studies and investigations.

Airport Design Consultants, Inc. is a MDOT-certified MBE/DBE firm and is exceeding the DBE goal by .5%.

Fund Source: 100% Special Funds (Transportation Trust Funds)

Approp. Code: J06I0003

Resident Business: Jacobs Engineering Group, Inc. - No Airport Design Consultants, Inc. - Yes

MD Tax Clearance: Jacobs Engineering Group, Inc. 19-1950-1101 Airport Design Consultants, Inc. 19-1952-1111

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

107 MDOT 3 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Linda D. Dangerfield 410-859-7097 [email protected]

2-C. MARYLAND AVIATION ADMINISTRATION Construction Contract

Contract ID: Comprehensive Paving Improvements 2019 at Baltimore/Washington International Thurgood Marshall (BWI Marshall) and Martin State (MTN) Airports; MAA-CO-19-004 A, B, C & D ADPICS No.: MAACO19004

Contract Description: This multiple award task-order based contract provides for on-call airside and landside paving at BWI Marshall and MTN Airports. The work includes: asphalt and concrete paving, joint repairs and sealing; excavation and grading; reconstruction of manholes and inlets; maintenance of traffic, and sediment and erosion control.

Awards: LANDSIDE Allan Myers MD, Inc. Contract A - Landside Fallston, MD

P. Flanigan & Sons, Inc. Contract B - Landside Baltimore, MD

Image Asphalt Maintenance, Inc. Contract C - Landside Pasadena, MD

Gray & Son, Inc. Contract D - Landside Timonium, MD

AIRSIDE Allan Myers MD, Inc. Contract A - Airside Fallston, MD

P. Flanigan & Sons, Inc. Contract B - Airside Baltimore, MD

Contract Term: 08/15/2019* – 08/14/2022 (*or earlier upon BPW approval)

Amount: $40,000,000 NTE

Procurement Method: Competitive Sealed Bidding (Multi-Step, Master Contracting)

108 MDOT 4 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

2-C. MARYLAND AVIATION ADMINISTRATION (cont’d)

Bids: LANDSIDE Technical Representative Bids

Allan Myers MD, Inc. N/A $2,609,000 Fallston, MD

P. Flanigan & Sons, Inc. N/A $2,396,673 Baltimore, MD

Image Asphalt Maintenance, Inc. N/A $2,775,024 Pasadena, MD

Gray & Son, Inc. N/A $3,041,294 Timonium, MD

AIRSIDE Technical Representative Bids

Allan Myers MD, Inc. Acceptable $2,698,432 Fallston, MD

P. Flanigan & Sons, Inc. Acceptable $2,316,721 Baltimore, MD

MBE Participation: 20% (Contracts A, B and D) 21.20% (Contract C)

VSBE Participation: 1% each

Performance Security: A Performance and Payment Bond at 100% will be required for each Project Task above $100,000.

Incumbents: Allan Myers MD, Inc. ; P. Flanigan & Sons, Inc.; Image Asphalt Maintenance, Inc.; Gray & Son, Inc.; The American Asphalt Paving Co., LLC

Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace (eMM) and the Maryland Department of Transportation Maryland Aviation Administration’s (MDOT MAA) website. eMM notified 15,993 firms, including 1,681 small business firms and 895 minority business firms. Four bids were received on April 25, 2019.

109 MDOT 5 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

2-C. MARYLAND AVIATION ADMINISTRATION (cont’d)

Agency Remarks: (cont’d)

Two bids were received and evaluated for the airside projects. Both bidders were found to be technically acceptable for airside work and are being recommended for award. Four bids were received for the landside projects. All four bidders are being recommended for landside work. Five of the six tasks are also being recommended for award.

In an effort to promote competition and control cost, after award contractors will be required to compete on specific individual tasks. Each task will be assigned on a low bid basis. MDOT MAA reserves that right to award any task to one of the successful contractors when a specific expertise is required or when the continuation of a prior task is required. Each task over $200,000 will be presented to the Board of Public Works for approval prior to award.

The MBE goal established for this contract is 20%. All firms have committed to the goal and Image Asphalt Maintenance, Inc. (Contract C – Landside) has committed to exceeding the goal by 1.2%.

The contract amount is based on the final budget amount. None of the contractors have been guaranteed a minimum or maximum amount; however, all have been notified of the overall budget limitation. The total awards under this contract will not exceed $40,000,000.

MDOT MAA is seeking approval to award five tasks under this procurement.

Task 1 – Taxiway Tango Pavement Repairs at BWI Marshall Airport provides for milling and paving of the distressed areas along Taxiway Tango and repairing the asphalt around the existing manholes and structures. 50-day duration

Bids: Allan Myers MD, Inc. $342,595 P. Flanigan & Sons, Inc. $513,820

Award: Allan Myers MD, Inc. not to exceed $342,595

Task 2 –BC Alleyway Pavement Repairs consists of the partial depth removal and replacement of the existing asphalt pavement in the BC Alleyway between Concourse B and Concourse C at BWI Marshall Airport. 36-day duration

Task 2 is still under review and will be presented to the Board of Public Works for approval at a later date, if MDOT MAA decides to award the task.

110 MDOT 6 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

2-C. MARYLAND AVIATION ADMINISTRATION (cont’d)

Agency Remarks: (cont’d)

Task 3 – BWI Marshall Aircraft Rescue and Fire Fighting (ARFF) Road Pavement Repairs consists of the removal of the existing asphalt pavement surface course and full depth reclamation of the existing base course roadway and parking lot areas adjacent to the ARFF Building at BWI Airport. 68-day duration

Bids: P. Flanigan & Sons, Inc. $ 896,058 Allan Myers MD, Inc. $1,326,077

Award: P. Flanigan & Sons, Inc. not to exceed $896,058

Task 4 – Customer Service Building Bus Loading Lane Replacement consists of the removal of the asphalt pavement in the bus loading lane adjacent to the sidewalk and replace with Portland Cement Concrete (PCC) pavement. 92-day duration

Bids: Image Asphalt Maintenance, Inc. $134,400 P. Flanigan & Sons, Inc. $218,813 Gray & Son, Inc. $275,990 Allan Myers MD, Inc. $510,800

Award: Image Asphalt Maintenance, Inc. not to exceed $134,400. Task 4 will be awarded upon Master Contract approval.

Task 5 – Mathison Way Resurfacing consists of milling the existing asphalt pavement surface along Mathison Way and replacing it with new asphalt pavement. The work also consists of grading the shoulders along the Fire Training Facility driveway and placing and compacting milled asphalt removed from Mathison Way along the shoulders on both sides of the driveway. 80-day duration

Bids: Allan Myers MD, Inc. $1,571,000 P. Flanigan & Sons, Inc. $1,754,222 Gray & Son, Inc. $2,120,154 Image Asphalt Maintenance, Inc. $2,267,925

Award: Allan Myers MD, Inc. not to exceed $1,571,000

111 MDOT 7 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

2-C. MARYLAND AVIATION ADMINISTRATION (cont’d)

Agency Remarks: (cont’d)

Task 6 – Strawberry Point Road Rehabilitation consists of performing work at three locations at MTN; along Strawberry Point Road; at the entrance to the Fuel Farm; and at the Secondary Containment Area adjacent to the Terminal Building. The work along Strawberry Point Road consists of removal and replacement of the existing asphalt pavement surface with new asphalt pavement along the entire road. The work at the Fuel Farm Entrance includes removal of the existing asphalt pavement and replacing with full depth PCC pavement. The work at the Fuel Containment Area consists of the removal of the densiphalt pavement and replacing it with PCC pavement. 61-day duration

Bids: Image Asphalt Maintenance, Inc. $371,699 P. Flanigan & Sons, Inc. $423,638 Allan Myers MD, Inc. $527,200 Gray & Son, Inc. $645,150

Award: Image Asphalt Maintenance, Inc. not to exceed $371,699

Fund Source: 100% Special Funds (Transportation Trust Funds)

Approp. Code: J06I00003

Resident Business: Yes

MD Tax Clearance: Allan Myers MD, Inc. 19-1953-1000 P. Flanigan & Sons, Inc. 19-1954-1110 Image Asphalt Maintenance, Inc. 19-1956-0111 Gray & Son, Inc. 19-1955-1111

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

112 MDOT 8 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Linda Dangerfield 410-859-7097 [email protected]

3-M. MARYLAND AVIATION ADMINISTRATION Maintenance Contract

Contract ID: Common Use System Maintenance and Repair at Baltimore/Washington International Thurgood Marshall Airport; MAA-MC-20-009 ADPICS No.: MAAMC20009

Contract Description: This contract provides for all necessary labor, supervision, equipment, tools, insurance, and expertise for the maintenance, service, repair, adjusting and testing of the United Technologies/ARINC Systems, VMUSE System, Common Use Systems (CUS), or Passenger Processing Systems (PPS) for the Baltimore/Washington International Thurgood Marshall Airport. Award: ARINC Incorporated Annapolis, MD

Contract Term: 08/15/2019* - 08/14/2024 (*or earlier upon BPW approval)

Amount: $12,587,488 NTE

Procurement Method: Sole Source

Bids: ARINC Incorporated Annapolis, MD

Living Wage Eligible: Yes

MBE Participation: 0% (see remarks)

Performance Security: Annualized Performance Bond at 50% of the contract amount

Incumbent: ARINC Incorporated

Requesting Agency Remarks: The Common Use System is a proprietary application used by all International and Domestic Carriers to process airline passengers. The system has a robust Service Level Agreement including on-site support personnel to support Air Carrier passenger processing.

The Maryland Department of Transportation Maryland Aviation Administration (MDOT MAA) attempted to create competition by directly soliciting firms, posting the solicitation on eMaryland Marketplace and MDOT MAA’s website. However, it was discovered that ARINC acquired the two previous system authorized maintenance providers.

113 MDOT 9 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

3-M. MARYLAND AVIATION ADMINISTRATION (cont’d)

Agency Remarks: (cont’d)

Therefore, ARINC is the only authorized service provider that can maintain this system.

In accordance with COMAR 21.05.05.02(A) (1), MDOT MAA determined a sole source procurement is necessary as only one source exists that can properly maintain, support and ensure system operational continuity on this proprietary system. Future procurements will be conducted as a sole source.

There is no MBE Goal on this contract due to the single element and proprietary nature of work.

Fund Source: 100% Special Funds (Transportation Trust Funds)

Approp. Code: J06I0002, J06I0003

Resident Business: Yes

MD Tax Clearance: 19-2070-1111

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

114 MDOT 10 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Linda Dangerfield 410-859-7097 [email protected]

4-E. MARYLAND AVIATION ADMINISTRATION Equipment Contract

Contract ID: M-B Companies, Inc., MB5 Mid-Mount Compact Multi-Tasking Snow Removal Vehicle for Baltimore/Washington International Thurgood Marshall (BWI Thurgood Marshall) Airport; MAP6906689 ADPICS No.: MAP6906689

Contract Description: This contract provides for the purchase and delivery of one MB5 Mid- Mount Compact Multi-Tasking Snow Removal Vehicle for BWI Thurgood Marshall Airport.

Award: M-B Companies, Inc. Chilton, WI

Contract Term: 08/15/2019* - 08/14/2020 (*or earlier upon BPW Approval)

Amount: $748,384

Procurement Method: Intergovernmental Cooperative Purchase

Requesting Agency Remarks: The Maryland Department of Transportation Maryland Aviation Administration (MDOT MAA) is requesting to replace a 1999 Oshkosh P-series Plow Truck with a MB5 Mid-Mount Compact Multi-Tasking Snow Removal Vehicle (MB5). The current 1999 Oshkosh P-Series Plow Truck has surpassed its useful life. This vehicle has charging, hydraulic, and electrical issues and is a challenge to maintain as parts are no longer available to complete repairs. The replacement of this vehicle is essential to the safe and efficient operation of BWI Thurgood Marshall during winter weather. Failure to replace this vehicle may cause severe inefficiencies in performing snow and ice removal by the Office of Grounds Maintenance. The MB5 vehicle will provide the ability to clean the taxiway down to dry pavement without additional equipment.

Contract No. 080114-MBC between the Sourcewell and M-B Companies, Inc., is effective October 21, 2014 through October 21, 2019. The contract provides the MB5 at a base price of $686,441 with necessary options of $75,331, less a 3% discount of $22,853 and delivery of $9,465 for a total configured price of $748,384. The lead time of this equipment is 270 days after receipt of order. Pricing for this equipment will be honored if the order is placed before contract expiration.

115 MDOT 11 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

4-E. MARYLAND AVIATION ADMINISTRATION (cont’d)

Agency Remarks: (cont’d)

Through market research MDOT MAA found an invitation for bids from the County of Monroe, State of New York, opened on May 4, 2018 for similar equipment which MB Companies, Inc. bid was $826,084.00. MDOT MAA also compared the base price of an MB5 Mid Mount Compact Multi- Tasking Snow Removal Vehicle, with all options and delivery for a total price of $775,105.87 from a State of Minnesota contract compared to the total price of $748,383.71.

The cost of the MB5 on the Sourcewell contract is lower than the market research price. Therefore, the Procurement Officer considers the Sourcewell intergovernmental contract price fair and reasonable. The contract with M-B Companies, Inc., has been negotiated per COMAR 21.05.09, Intergovernmental Cooperative Purchasing. Utilizing this procurement method will allow MDOT MAA to realize savings in time and money in obtaining the MB5.

Fund Source: 100% Special Funds (Capital Budget)

Approp. Code: J06I0003

Resident Business: No

MD Tax Clearance: 19-1397-0001

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

116 MDOT 12 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Linda Dangerfield 410-859-7097 [email protected]

5-RP. MARYLAND AVIATION ADMINISTRATION Real Property – Acquisition

Recommendation: That the Board of Public Works approve the Maryland Department of Transportation Maryland Aviation Administration (MDOT MAA) acquiring real property.

Authority: Transportation Article, §5-405; Annotated Code of Maryland

Property: 1910 Park 100 Drive (Perpetual easement - 279 square feet +/-), located in Glen Burnie, MD

Grantor: Knickerbocker Properties, Inc. XI Grantee: State of Maryland, MDOT MAA

Consideration: $3,000 Appraised Value: $ 300 – George Peabody, Appraiser (Selected) $ 600 – Melville E. Peters, Appraiser (Approved) William Caffrey, Jr, Review Appraiser

Special Conditions: None Legislative Notice: N/A

State Clearinghouse: N/A Fund Source: 80% Federal and 20% Special Funds

Requesting Agency Remarks: The subject property is required for Runway 33L Protection Zone Project. The property is currently developed with an 187,200 +/- square foot office and distribution warehouse used by Mohawk Industries. The benefit of the perpetual easement acquisition is to ensure public safety by preventing obstructions from being erected within the runway protection zone area. Subject property is zoned W-1 (Industrial Park District) and the total perpetual easement area is 279 square feet. Knickerbocker Properties attorney rejected MAA’s offer of $300 and presented a counteroffer of $3,000, which represents 100% of the fee value for the perpetual easement, as opposed to 10% of fee value used by the MAA’s appraisers. The counteroffer of $3,000 is far less than the cost of proceeding to condemnation to acquire this easement. Thus, this administrative settlement is in the best interest of the State of Maryland, its citizens and BWI Thurgood Marshall Airport.

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

117 MDOT 13 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Linda Dangerfield 410-859-7097 [email protected]

6-RP. MRYLAND AVIATION ADMINSTRATION Real Property – Demolition

Recommendation: That the Board of Public Works approve Maryland Department of Transportation Maryland Aviation Administration (MDOT MAA) demolishing real property.

Authority: State Finance and Procurement, §10-305 Annotated Code of Maryland

Property: MC# 18-3038 Former Convention of the Protestant Episcopal Church of the Diocese of Maryland (1.83 acres +/-), located at 1313 Wilson Point Road, Middle River, MD (Baltimore County)

Grantor: State of Maryland, MDOT MAA Grantee: N/A

Consideration: N/A Appraised Value: The estimated cost of the demolition is $75,000

Special Conditions: None Legislative Notice: N/A

State Clearinghouse: The Clearinghouse conducted an intergovernmental review of the project under MD20190204-0065. It is recommended to approve the demolition/substantial change-in- use of the on-site improvements consisting of the vacant former Church of the Ascension building and a single-family Cape-Cod-style home on Parcel 356 in Baltimore County (Tax Map 91, Grid 19) (MC 18-3038) contingent upon compliance with the Maryland Department of the Environment’s (MDE)requirements.

Requesting Agency Remarks: The MDOT MAA acquired the site in 2017 for Environmental Mitigation. MDOT MAA has conducted an internal clearance and has determined it prudent to raze the structures. This property will be planted and remain unimproved. The Maryland Department of Natural Resources: Baltimore County; and the Maryland Department of Planning, including the Maryland Historical Trust found this project to be consistent with their plans, programs and objectives.

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

118 MDOT 14 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Jaimini M. Erskine 410-859-7071 [email protected]

7-GM-MOD. MARYLAND AVIATION ADMINISTRATION Modification: Lease and Concession Contract

Contract ID: Lease and Concessions Contract for A Contractor to Lease, Develop and Manage Food Service, Retail and Services Concessions at Baltimore/Washington International Thurgood Marshall (BWI Marshall) Airport; MAA-LC-04-001

Contractor: Fraport Maryland, Inc. (formerly AIRMALL Maryland) BWI Airport, MD

Contract Description: A Lease and Concession Contract at BWI Marshall to provide high-quality retail, news & gifts, food & beverage, and service concessions to meet passenger demands and expectations and enhance the passenger experience.

Original Contract Term: As approved on 03/10/2004, the term of the Contract was approximated to be 12 years and 2 months, which included a 2-month Pre-Occupancy Phase, a 2-year Interim Phase and a 10-year Operational Phase.

Modification Term(s): 08/15/2019 – 03/31/2025 (Modification No. 6, this agenda item)

Modification Description: To allow Fraport Maryland, Inc. (Fraport), under the Lease and Concession Contract, to enter into three new subleases and to extend three existing subleases with term that extends beyond the Contract termination date of 03/31/2022, but not to go beyond 12/31/2025 (3 years and 9 months beyond 03/31/2022). (See Attachment I).

Original Contract Amount: The Maryland Department of Transportation Maryland Aviation Administration (MDOT MAA) receives 70% of the subtenant rents collected by Fraport. Statistics reflect that new concepts, rebranding, and the opening of additional stores at BWI Marshall have increased rent revenues paid to MDOT MAA since the Lease and Concession Contract began in 2004. The percentage increase in Sales per Enplaned Passenger since FY 2004 is 99.5%; from $5.79 in 2004 to $11.55 in FY 2019.

Prior Modifications:

• DOT Agenda 02/01/2006; Item 10-GM had no modification of term.

• DOT Agenda 12/06/2006; Item 16-GM provided for a Commencement Date for the Operational Phase of the Contract to be on April 1, 2007 and extended the Term of the Operational Phase of the Contract from 10 years to 15 years, subject to the Administration’s right to terminate as provided for in the Contract.

119 MDOT 15 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

7-GM-MOD. MARYLAND AVIATION ADMINISTRATION (cont’d)

Agency Remarks: (cont’d)

• DOT Agenda 03/07/2012; Item 18-GM-MOD had no modification of term.

• DOT Agenda 11/18/2015; Item 5-GM allowed Fraport, under the Lease and Concession Contract, to enter into nine new subleases and extend two existing subleases with term that extends beyond the Contract termination date of 03/31/2022, but not to go beyond 12/31/2025 (3 years and 9 months beyond 03/31/2022).

• DOT Agenda 09/21/2016; Item 22-GM-MOD to allow Fraport, under the Lease and Concession Contract, to enter into seven new subleases with term that extends beyond the Contract termination date of 03/31/2022, but not to go beyond 12/31/2024 (2 years and 9 months beyond 03/31/2022).

• DOT Agenda 11/15/2017; Item 15-GM-MOD to allow Fraport, under the Lease and Concession Contract, to enter into seven new subleases and to extend three existing subleases with term that extends beyond the Contract termination date of 03/31/2022, but not to go beyond 12/31/2025 (3 years and 9 months beyond 03/31/2022).

Requesting Agency Remarks: MDOT MAA Lease and Concession Contract with Fraport expires 03/31/2022. The Contract provides that any sublease that Fraport enters into may not extend beyond the term of Fraport’s contract without prior written approval. MDOT MAA requests the Board to approve sublease terms that would go beyond Fraport’s current lease expiration of 03/31/2022, but not to exceed 12/31/2025.

MDOT MAA seeks to continue to meet passenger demand by providing and maintaining a high- quality concession program at BWI Marshall. Reaching this goal requires subtenants, who make the commitment, to have sublease terms long enough to enable them to: (1) amortize their capital investment; and (2) obtain commercial financing.

BWI Marshall is undergoing terminal developments which provide new opportunities for concession spaces. With the new Concourse A extension in progress, the extension will enable three new concession spaces at the end of the concourse. In addition, three existing locations require a full seven years to amortize their respective investments.

With fewer than five years remaining under the Lease and Concession Contract, Fraport currently cannot enter into subleases long enough to accommodate these subtenants. Board approval of this request will allow the identified subleases to extend beyond the expiration of Fraport’s contract.

120 MDOT 16 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

7-GM-MOD. MARYLAND AVIATION ADMINISTRATION (cont’d)

Agency Remarks: (cont’d)

MDOT MAA will execute a Direct Recognition Agreement with each subtenant. When Fraport’s contract expires, the subleases will continue as direct leases with the MDOT MAA, or subleases with the succeeding contractor (whichever applies). This ensures that there is no interruption in the concessions operations at BWI Marshall.

This type of revenue-producing contract at a transportation facility is outside the scope of the State Procurement Law (State Finance and Procurement Article §11-202(3); COMAR 21.01.03.03.B(1)(d). However, the Contract and any modifications must be approved by the Board of Public Works because the Contract constitutes a use of State Property under State Finance and Procurement Article, §10-305.

Fund Source: N/A

Resident Business: Yes

MD Tax Clearance: 19-1970-0001

______BOARD OF PUBLIC WORKS ACTION– THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

121 MDOT 17 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

7-GM-MOD. MARYLAND AVIATION ADMINISTRATION (cont’d)

ATTACHMENT I

SUBLEASES/TERMS:

Term Concourse/ Sq. Subtenant† Store Name/Concept Expiration Extension Ft. Date Air Ventures, LLC* Miss Shirley’s A (new) 12/31/2025 CRC Restaurants, Inc* R&R Seafood Bar A (new) 12/31/2025 Marshall Retail Group, LLC District Market A (new) 12/31/2025

Air Ventures, LLC* Martini Bar A 06/30/2025 Creative Food Group BWI, LLC Sir Veza’s Taco Garage D 06/30/2025 Creative Food Group BWI, LLC Phillips Seafood D 06/30/2025

* Indicates that subtenant is currently certified as an Airport Concession Disadvantaged Business Enterprise (ACDBE). † All subtenants have been verified as being in Good Standing with the State of Maryland and the State of Maryland Comptroller’s Office.

122 MDOT 18 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Jaimini M. Erskine 410-859-7071 [email protected]

8-GM. MARYLAND AVIATION ADMINISTRATION Concession Contract

Contract ID: Concession Contract for Self Fueling Rights at Martin State Airport; MAA-LC-19-030

Contract Description: Concession contract allows for Contractor to fuel its own aircraft from the fixed base operator fueling facility at Martin State (MTN) Airport.

Contractor: Maryland Department of State Police

Contract Term: 08/15/2019 – 06/30/2024 (*or earlier upon BPW approval)

Amount: $0.85 per gallon above MDOT MAA cost of fuel (The $0.85 is a fixed amount)

Procurement Method: Non-Exclusive Concession Contract

Requesting Agency Remarks: The Maryland Department of Transportation Maryland Aviation Administration (MDOT MAA) supplies fuel (at a per gallon rate) to the Maryland Department of State Police for its helicopters. The Maryland Department of State Police then self-fuels their own aircrafts. Maryland State Police recently notified MDOT MAA that a recent audit discovered that no contract was found between the two agencies regarding this specific activity and asked MDOT MAA to prepare a contract. MDOT MAA has now prepared a five-year self-fueling contract to be effective August 15, 2019. MDOT MAA currently has a Lease Agreement (MAA-LC-12-026) with the Maryland State Police for the lease of land and facilities to operate and maintain a corporate hangar. This lease was approved by BPW in 2013 (22-GM; 11/20/2013) and expires June 30, 2033.

This revenue-producing contract at a transportation facility is outside the scope of the State Procurement Law. See State Finance and Procurement Article, § 11-202(3); COMAR 21.01.03.03.B(1)(d). Board of Public Works approval is required because the transaction is a use and lease of State property under State Finance and Procurement Article, § 10-305.

Resident Business: N/A MD Tax Clearance: 19-1252-0000

______BOARD OF PUBLIC WORKS ACTION– THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

123 MDOT 19 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Jaimini M. Erskine 410-859-7071 [email protected]

9-GM. MARYLAND AVIATION ADMINISTRATION General/Miscellaneous: Concession Contract

Contract ID: Concession Contract for Pre-Arranged Commercial Ground Transportation Service at Baltimore/Washington International Thurgood Marshall (BWI Marshall) Airport; MAA-LC-20-017

Contract Description: Concession Contract granting the non-exclusive right to operate a pre- arranged commercial ground transportation service at BWI Marshall.

Contractor: American Limousine Baltimore, MD

Contract Term: 09/01/2019* - 08/30/2022 (*or earlier upon BPW approval)

Amount: Contractor shall pay a Per Trip Fee of $2.50 for each trip in accordance with the Maryland Department of Transportation Maryland Aviation Administration’s (MDOT MAA) published standard rates and fees at BWI Marshall.

Procurement Method: Non-Exclusive Concession Contract

Requesting Agency Remarks: This contract grants non-exclusive rights to operate a pre-arranged commercial ground transportation service to the travelling public to and from BWI Marshall.

This type of revenue-producing contract at a transportation facility is outside the scope of the State Procurement Law (State Finance and Procurement Article §11-202(3); COMAR 21.01.03.03.B(1)(d). However, the Contract and any modifications must be approved by the Board of Public Works because the Contract constitutes a use of State Property under State Finance and Procurement Article, §10-305.

Resident Business: Yes

MD Tax Clearance: 19-1330-0111

BOARD OF PUBLIC WORKS ACTION– THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

124 MDOT 20 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Jaimini M. Erskine 410-859-7071 [email protected]

10-GM. MARYLAND AVIATION ADMINISTRATION General/Miscellaneous Contract: Lease Contract

Contract ID: Lease Contract for the Airline Joint Use Club (Chesapeake Club) at Baltimore/Washington International Thurgood Marshall (BWI Marshall) Airport; MAA-LC-20- 024

Contract Description: Lease Contract assigning the Airline Joint Use Club space in the International Concourse of BWI Marshall to Contractor and granting Contractor the right to operate and manage the Joint Use Club on behalf of itself and other airline users.

Contractor: British Airways, Plc Middlesex, United Kingdom

Contract Term: 08/15/2019 – 07/31/2021

Amount: Contractor shall pay the Maryland Department of Transportation Maryland Aviation Administration (MDOT MAA) a rental fee of $182.10 per square foot per annum for 4,321 square feet of terminal building space. The rental rate is in accordance with BWI Marshall’s Tenant Directive 401.1 Standard Rates and Fees.

Requesting Agency Remarks: The format of this Lease Contract was approved by the Board of Public Works in 2003 (MDOT Agenda Item 18-GM, 5/21/2003 BPW). MDOT MAA is requesting specific approval for this Lease Contract because it also includes a negotiated arrangement whereby Contractor operates and manages the joint use Chesapeake Club on behalf of itself and other airline users. Contractor shall pay Chesapeake Club rentals to MDOT MAA to the extent that revenues collected from other airlines for use of the Club exceed Contractor’s direct expenses for personnel, management and supplies necessary to operate the joint use club.

This type of revenue-producing contract at a transportation facility is outside the scope of the State Procurement Law (State Finance and Procurement Article §11-202(3); COMAR 21.01.03.03.B(1)(d). However, the Contract and any modifications must be approved by the Board of Public Works because the Contract constitutes a use of State Property under State Finance and Procurement Article, §10-305.

Resident Business: Yes MD Tax Clearance: 19-1340-1111 ______BOARD OF PUBLIC WORKS ACTION– THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

125 MDOT 21 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Jaimini M. Erskine 410-859-7071 [email protected]

11-GM. MARYLAND AVIATION ADMINISTRATION Lease and Concession Contract

Contract ID: Lease and Concession Contract to Establish and Operate a Quiet Haven concession in the terminal building at Baltimore/Washington International Thurgood Marshall (BWI Marshall) Airport; MAA-LC-20-029

Contractor: Minute Suites BWI, LLC d/b/a Minute Suites; Lake Forest, IL

Contract Description: Lease and Concession Contract granting the non-exclusive right to establish and operate a “quiet haven” concession within the terminal building at BWI Marshall, that provides staffed and secure individual workstation rooms, which have accommodations for short term relaxation and sleeping.

Contract Term: 08/15/2019 – 07/31/2026

Amount: Contractor shall pay the Maryland Department of Transportation Maryland Aviation Administration (MDOT MAA) the greater of a minimum monthly guarantee in the amount of $2,083.33 or 10% of the aggregate amount of gross revenues for its rooms and limited retail products.

Requesting Agency Remarks: MDOT MAA seeks to continue to meet passenger demand by offering high-quality unique concession concepts at BWI Marshall. Our leisure and frequent business passengers need a comfortable setting away from the stress of travel. MDOT MAA desires to provide a quiet location (quiet haven) within BWI Marshall that gives passengers a quiet place to work and/or rest before their flight. MDOT MAA issued a Request for Expressions of Interest (MAA-REOI-17-002) in March 2017 for such a concept and received only one response. During the past year, MDOT MAA has been evaluating the proper spaces within the terminal to designate the Minute Suites area that would not be impacted by various terminal developments underway throughout the airport. MDOT MAA has identified an appropriate space that allows for a 7-year contract term for Minute Suites to recoup its investment. Minute Suites has locations at Atlanta Hartsfield-Jackson International; Philadelphia International; Dallas-Fort Worth International and Charlotte-Douglas International airports. MDOT MAA believes this concept will add another element of customer satisfaction that will make BWI Marshall the customer’s first choice airport in the region.

This type of revenue-producing contract at a transportation facility is outside the scope of the State Procurement Law (State Finance and Procurement Article §11-202 (3); COMAR 21.01.03.03.B(1)(d). However, the Contract and any modifications must be approved by the Board of Public Works because the Contract constitutes a use of State Property under State Finance and Procurement Article, §10-305.

126 MDOT 22 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

11-GM. MARYLAND AVIATION ADMINISTRATION (cont’d)

Resident Business: Yes

MD Tax Clearance: 19-1971-0000

______BOARD OF PUBLIC WORKS ACTION– THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

127 MDOT 23 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Donna DiCerbo 410-537-7814 [email protected]

12-M. MARYLAND TRANSPORTATION AUTHORITY Maintenance Contract

Contract ID: Unarmed Security Guard Services at Point Breeze Facilities; MT-3106-0000

Contract Description: This Small Business Reserve (SBR) contract provides all labor, materials, specialized equipment, services and transportation necessary for Security Guard Services for the Point Breeze Facilities located at Maryland Transportation Authority (MDTA).

Awards: Universal Security, LLC Rockville, MD

Contract Term: 09/01/2019–08/31/2022 (3-year base with one 2-year renewal option)

Amounts: $239,492 NTE (3 Years, Base Contract) $164,912 NTE (2 Years, Renewal Option 1) $404,404 NTE Total (5 Years)

Procurement Method: Competitive Sealed Bidding (Small Business Reserve)

Bids: Base Term Renewal Option Renewal Option Total Company (Years 1-3) (Year 4) (Year 5) Evaluated Cost Universal Security, LLC $239,492 $81,928 $82,984 $404,404 Amazing Security & $236,804 $83,620 $85,880 $406,304 Investigations, LLC Protocol Security Agency $238,964 $82,896 $84,524 $406,384 BTI Security, Inc. $251,328 $83,776 $83,776 $418,880 All Secure Security Company $250,800 $84,700 $84,700 $420,200 Alpha Security, Inc. $250,504 $83,864 $88,000 $422,368 Ranger Security Services, Inc. $252,120 $86,152 $86,152 $424,424 Stay Alert Security Services, $261,032 $90,400 $90,400 $441,832 LLC CSI Corporation of DC $282,612 $95,128 $95,128 $472,868

Living Wage Eligible: Yes

MBE Participation: 0% (See Remarks)

Performance Security: None

128 MDOT 24 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

12-M. MARYLAND TRANSPORTATION AUTHORITY (cont’d)

Incumbent: None

Requesting Agency Remarks: This contract MT-3106-0000 was advertised on e-Maryland Marketplace on December 5, 2018. This solicitation was advertised as an Invitation for Bids (IFB), designated as a Small Business Reserve (SBR) procurement with no MBE or VSBE goals. Bids were opened on January 25, 2019, and MDTA received eleven (11) bids.

Universal Security, LLC (Universal), was determined to be the lowest responsive and responsible bidder, with a bid $404,404; after the two original apparent low bids were rejected for reasons that included their inability to obtain increased funding from their lending source; an assumption by the apparent 2nd lowest bidder that they did not win, which resulted in their reallocation of funding and resources to other projects.

The MBE goal was established at 0% due to the scope of work and regional nature of work.

100% of the work will be performed by State-certified small businesses.

Fund Source: 100% Special (Toll Revenue)

Approp. Code: J00J00.41

Resident Businesses: Yes

MD Tax Clearances: 19-1404-0111

BOARD OF PUBLIC WORKS ACTION– THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

129 MDOT 25 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: John Thornton 410-385-4850 [email protected]

13-C. MARYLAND PORT ADMINISTRATION Construction Contract

Contract ID: Comprehensive Paving – Agency Wide; 519802 ADPICS No: P519802

Contract Description: This contract provides for comprehensive paving for the Maryland Department of Transportation Maryland Port Administration (MDOT MPA) on an as-needed, work order basis.

Award: P. Flanigan & Sons, Inc. Baltimore, MD

Contract Term: 08/15/2019* - 08/14/2022 (*or earlier upon BPW approval)

Amount: $8,000,000 NTE

Procurement Method: Competitive Sealed Bidding

Bids: P. Flanigan & Sons, Inc. $6,662,321 Baltimore, MD

Gray & Son, Inc. $7,289,164 Timonium, MD

Allan Myers, MD, Inc. $7,426,690 Fallston, MD

Manuel Luis Construction Co., Inc. $7,499,788 Curtis Bay, MD

MBE Participation: 20.01%

VSBE Participation: 1%

Performance Security: 100% Performance Bond

Incumbent: Manuel Luis Construction Co., Inc. Curtis Bay, MD

130 MDOT 26 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

13-C. MARYLAND PORT ADMINISTRATION (cont’d)

Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace and was shared with the Maryland Minority Contractors Association, the Md. Washington Minority Companies Association, and the Governor’s Office of Small, Minority and Women Business Affairs. Four bids were received.

The work under this contract includes: - asphalt and concrete paving, removal, and patching; - pavement milling; - joint and crack sealing; - bituminous asphalt overlays; - slurry seal coating; - adjustment and reconstruction of manholes and inlets; - removal of concrete curbs, gutters, and sidewalks; - pavement markings and maintenance of traffic; and - sediment and erosion control, trenching, excavation, and grading.

Bidders submitted firm unit prices for estimated quantities of various components of the paving work required by the contract. The sum of those unit prices multiplied by the bid-form quantities resulted in the evaluated prices. MDOT MPA will pay at the unit prices bid for services provided under work orders approved by MDOT MPA, within the not-to-exceed value of $8,000,000.

Although the MBE goal established for this contract was 20%, the contractor has committed to exceed the goal by 0.01%

The Maryland Port Commission approved the award of this contract on July 2, 2019.

Fund Source: 100% Special Funds (Transportation Trust Fund)

Approp. Code: J03D0002

Resident Business: Yes

MD Tax Clearance: 19-1753-1110

______BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

131 MDOT 27 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Joseph Sedtal 410-767-3351 [email protected]

14-AE. MARYLAND TRANSIT ADMINISTRATION Architecture/Engineering Contract

Contract ID: Project Controls Services for Schedule and Claims Review; AE-17-002-A&C ADPICS Nos: AE17002A & AE17002C

Contract Description: These contracts are two of three open-ended contracts to provide project controls services for Maryland Department of Transportation Maryland Transit Administration’s (MDOT MTA) multiple modes.

Awards: Rummel, Klepper & Kahl, LLP Contract A Baltimore, MD

Wallace, Montgomery & Associates, LLP/ Contract C STV Incorporated (JV) Hunt Valley, MD

Contract Term: 08/15/2019* – 08/14/2024 (*or earlier upon BPW approval)

Amount: $ 5,000,000 NTE – Contract A $ 5,000,000 NTE – Contract C $10,000,000 NTE – Total

Procurement Method: Qualification Based Selection

Proposals: Technical Proposal Technical NTE Rating (Max 1200) Ranking Price Rummel, Klepper & Kahl, LLP $5,000,000 1,075 1 Baltimore, MD (Contract A) Johnson, Mirmiran & Thompson, Inc./ Contract B AECOM Technical Services, Inc. (JV) 940 2 BPW Approved Hunt Valley, MD 07/03/2019 Wallace, Montgomery & Associates, LLP/ $5,000,000 STV Incorporated (JV) 895 3 (Contract C) Hunt Valley, MD Whitman, Requardt & Associates, Inc. 815 4 N/A Baltimore, MD

132 MDOT 28 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

14-AE. MARYLAND TRANSIT ADMINISTRATION (cont’d)

Proposals: (cont’d)

Technical Proposal Technical NTE Rating (Max 1200) Ranking Price Alpha Corporation/ Urban Engineering, Inc. (JV) 800 5 N/A Baltimore, MD ATCS, P.L.C./ WSP USA, Inc. (JV) 755 6 N/A Timonium, MD

DBE Participation: 10%

Incumbents: Rummel, Klepper & Kahl, LLP; Johnson, Mirmiran & Thompson/AECOM Technical Services, Inc. (JV); Alpha Construction and Engineering Corporation/Urban Engineers, Inc. (JV)

Requesting Agency Remarks: This solicitation was published on eMaryland Marketplace and in the Daily Record on March 16, 2018. A total of 201 firms were notified via eMaryland Marketplace, of which 73 were certified DBEs. A total of six engineering consultant firms submitted technical proposals in response to the solicitation.

MDOT MTA’s Office of Project Controls division requires consultants that will perform project controls services for schedule and claims reviews on an as-needed basis for the MDOT MTA’s transit projects. The consultants will provide technical services throughout every phase of contract development including project scope development, design, construction, testing, commissioning, and turnover.

These services may include the following types of tasks:

• review of construction baseline schedules; • review of monthly schedule updates for accuracy and contract compliance; • preparation of claims review; • preparation of confidential positions on delay claims and assistance in preparing proof of cost and other documents; • preparation and review of documents and estimates regarding change orders; • estimating services may be required in connection with negotiation and analysis of contractor claims and changed work; • inspection and audit of consultants and/or subconsultants record in connection with all matters including performance and compliance related to MDOT MTA’s contract;

133 MDOT 29 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

14-AE. MARYLAND TRANSIT ADMINISTRATION (cont’d)

Agency Remarks: (cont’d) • provide audits of consultants and/or subconsultants record in order to establish Field Office and Home Office rates in connection with settlement discussion or litigation involving delay claims; and • provide training to various MDOT MTA departments on changes & claims, scheduling & time impacts, inspections, and estimating procedures on construction related projects.

The DBE goal established for this contract is 10%. The prospective awardees have committed to the DBE goal.

This contract includes a provision authorizing an extension for a total period no longer than one- third of the base term to spend funds remaining on the contract as provided in Board Advisory 1995-1.

Fund Source: 80% Federal; 20% Special Funds (Transportation Trust Fund)

Approp. Code: J05H0105

Resident Business: Yes

MD Tax Clearances: Rummel, Klepper & Kahl, LLP 19-0021-1111 Wallace, Montgomery & Associates, LLP/ 19-1413-1111 STV Incorporated (JV)

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

134 MDOT 30 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Joseph W. Sedtal 410-767-3351 [email protected]

15-M. MARYLAND TRANSIT ADMINISTRATION Maintenance Contract

Contract ID: MARC Elevator Inspection, Maintenance, and Repairs; MRC-19-005-MT ADPICS No: MRC19005MT

Contract Description: This contract provides for elevator inspections, maintenance, and emergency repairs located at the Maryland Department of Transportation Maryland Transit Administration’s (MDOT MTA) MARC stations.

Award: Admiral Elevator Co., Inc. Baltimore, MD

Contract Term: 08/15/2019* – 08/14/2022 (*or earlier upon BPW approval) (with two, 1-year options)

Amount: $ 927,302 NTE (3 Years, Base Contract) $ 326,311 NTE (Renewal Option 1, Year 4) $ 335,421 NTE (Renewal Option 2, Year 5) $1,589,034 NTE Total (5 Years)

Procurement Method: Competitive Sealed Bidding (Small Business Reserve) (Single Bid received)

Living Wage Eligible: Yes

MBE Participation: 0%

Incumbent: None

Requesting Agency Remarks: MDOT MTA currently has one contract that provides for essential preventative maintenance of its elevators and elevators used at Metro SubwayLink, Light RailLink, & MARC stations and various MDOT MTA facilities. MDOT MTA has attempted to replace the present contract on two separate occasions. Each time the procurement resulted in a Rejection of All Bids and was canceled. After receiving feedback from the elevator and escalator maintenance contract model.

In an effort to encourage small business development, this solicitation to provide elevator maintenance service for MARC stations only, was designated as a Small Business Reserve (SBR).

135 MDOT 31 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

15-M. MARYLAND TRANSIT ADMINISTRATION (cont’d)

Agency Remarks: (cont’d)

This solicitation was published on eMaryland Marketplace on April 25, 2019 with MDOT MTA directly soliciting eight State-certified Small Businesses. Two vendors attended both the pre-bid conference & site visit and expressed an interest in bidding. A single bid was received, and the bid opening was conducted on May 31, 2019. MDOT MTA contacted the non-bidding firms to ascertain the reason. Two vendors responded to MDOT MTA’s inquiries stating:

- the contract was beyond the firm’s capacity to perform; and - the vendor felt it no longer has sufficient presence in the Baltimore region to conduct business to the standards they uphold.

Despite calls and e-mails, the remaining five non-bidding firms did not respond to MDOT MTA’s requests for explanation.

The contract provides for a qualified contractor to provide personnel, equipment, and material to perform inspections and preventive, corrective, and emergency maintenance on 12 elevators located at various MARC stations across the State of Maryland.

Each elevator will receive preventative maintenance on a monthly, quarterly, semi-annual, and annual basis. In addition, each elevator will receive a variety of safety inspections and tests that are performed every half-year, year, and demi-decade.

MDOT MTA has confirmed Admiral Elevator Co., Inc.’s bid price for the scope of work required under this contract. Admiral is a State-certified Small Business.

MDOT MTA has determined that the price offered is fair and reasonable for the services to be provided, based on historical prices and prior competition. This contract provides savings to the State when compared to MDOT MTA’s previous contract for the same services.

Fund Source: 100% Special Funds (Transportation Trust Fund)

Approp. Code: J05H0104

Resident Business: Yes

MD Tax Clearance: 19-1844-1111

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION 136 MDOT 32 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Joseph Sedtal 410-767-3351 [email protected]

16-M-MOD. MARYLAND TRANSIT ADMINISTRATION Modification: Maintenance Contract

Contract ID: Light Rail Vehicle Car Cleaning; LR-16-005-MT ADPICS No.: CO367990

Contract Approved: 07/27/2016; MDOT Item 10-M

Contractor: Alliance, Inc. Baltimore, MD

Contract Description: This contract is for cleaning the Maryland Department of Transportation Maryland Transit Administration’s (MDOT MTA) Light RailLink vehicles. The contractor shall provide all labor, tools, equipment, chemicals, supplies & materials, and staff supervision required to clean a minimum of 36 Light Rail Vehicle cars per day, seven days a week, including holidays.

Modification Description: Modification No. 1 increases the contract authority and extends the contract for six months to continue these essential services, while a new procurement is completed.

Original Contract Term: 09/01/2016 - 08/31/2019

Modification Term(s): 09/01/2019 – 02/29/2020

Original Contract Amount: $5,799,115

Modification Amount: $ 969,363

Prior Mods/Options: None

Revised Contract Total: $6,768,478

Percent +/- Change: 16.8%

Overall Percent +/-: 16.8%

Original Procurement Method: Preferred Provider

MBE Participation: 0%

MBE Compliance: 0%

137 MDOT 33 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

16-M-MOD. MARYLAND TRANSIT ADMINISTRATION (cont’d)

Requesting Agency Remarks: This contract currently provides for the cleaning of a minimum of 36 Light Rail Vehicle cars on a daily basis, 365 days per year. The contract provides for the following janitorial services:

- pick up and removal of trash in the passenger areas; - wiping front and back of all seats; - wiping handrails and stanchions; - wet mopping floors to remove soil and stains; - removal of graffiti inside and outside of the vehicle; - sweeping and cleaning the operator’s cab at both ends of the vehicle; and - cleaning interior and exterior of operator’s cab windows and exterior mirrors.

In addition, services include trash removal, replacement of trash can liners, and sweeping of parking lot areas at the BWI Airport and Cromwell LightRail Link stations.

In order for MDOT MTA to ensure that these essential services continue while a new procurement is completed, six additional months and contract authority is required.

Fund Source: 100% Special Funds (Transportation Trust Fund)

Approp. Code: J05H0105

Resident Business: Yes

MD Tax Clearance: 19-1817-0110

______BOARD OF PUBLIC WORKS ACTION– THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

138 MDOT 34 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Joseph Sedtal 410-767-3351 [email protected]

17-M-MOD. MARYLAND TRANSIT ADMINISTRATION Modification: Maintenance Contract

Contract ID: Light Rail Division Landscaping Maintenance Services; T-8000-0443 ADPICS No.: CO367997

Contract Approved: 08/13/2014; MDOT Item 11-M

Contractor: The ARC Baltimore, Inc. Baltimore, MD

Contract Description: This contract provides for ground maintenance, the planting or replacing of trees & shrubs, and trash removal services at the Maryland Department of Transportation Maryland Transit Administration’s (MDOT MTA) Light RailLink Division. The contractor shall provide all labor, tools, materials, equipment, and supervision as needed to perform these services.

Modification Description: Modification No. 1 increases the contract authority and extends the contract for six months to continue these essential services, while a new procurement is completed.

Original Contract Term: 09/01/2014 - 08/31/2019

Modification Term(s): 09/01/2019 – 02/29/2020

Original Contract Amount: $2,726,798

Modification Amount: $ 272,680

Prior Mods/Options: None

Revised Contract Total: $2,999,478

Percent +/- Change: 10%

Overall Percent +/-: 10%

Original Procurement Method: Preferred Provider

MBE Participation: 0%

MBE Compliance: 0%

139 MDOT 35 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

17-M-MOD. MARYLAND TRANSIT ADMINISTRATION (cont’d)

Requesting Agency Remarks: This contract currently provides for three crews to provide landscaping maintenance services between the months of March and November for MDOT MTA’s Light RailLink Division.

The contractor will provide the following services:

- grass mowing; - edging of all sidewalks around buildings, curbs, and other paved areas; - trimming, pruning, and shearing of trees and shrubs; - mulching; - leaf removal; - trash/litter removal; - weed control; and - insect and plant disease control.

This contractor will perform these services at 44 locations including MDOT MTA’s Light RailLink stations, surrounding areas, and rights-of-way.

In order for MDOT MTA to ensure that these essential services continue while a new procurement is completed, six additional months and contract authority is required.

Fund Source: 100% Special Funds (Transportation Trust Fund)

Approp. Code: J05H0104

Resident Business: Yes

MD Tax Clearance: 19-1685-1111

______BOARD OF PUBLIC WORKS ACTION– THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

140 MDOT 36 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Judy Freedman Breckon 443-278-7203 [email protected]

18-RP. MARYLAND TRANSIT ADMINISTRATION Real Property – Acquisition

Recommendation: That the Board of Public Works approve the Maryland Department of Transportation Maryland Transit Administration (MDOT MTA) acquiring real property.

Authority: Transportation Article, § 7-204(d)(1); Annotated Code of Maryland

Property: MTA# 01421 9015 Brookville Road, (±6,229 square feet), Silver Spring, MD

Grantor: Garfield Properties, LLC Grantee: State of Maryland, MDOT MTA

Consideration: $365,000 Appraised Value: $ 279,350 – Ryland Mitchell, (Selected) $ 244,400 – Mike Bowers, (Approved) Brendy Hantzes, Review Appraiser

Special Conditions: N/A

Fund Source: 80% Federal; 20% Special Funds

Requesting Agency Remarks: A portion of the subject property is required for the construction of MDOT MTA’s Project located in Montgomery County, Maryland. The property contains a total of 126,076 square feet of land that is improved with a facility currently in use as a hardware store and lumber yard and is zoned IM-2.5, Moderate Industrial. The acquisition consists of 6,229 square feet in fee simple and 3,499 square feet of temporary construction easement.

An offer of $279,350 was presented to Garfield Properties, LLC on April 05, 2017 but was rejected and countered with a demand of nearly $1,000,000. The owner’s main concern was the temporary easement that would have an impact on lumber yard operations. The Purple Line engineered an alternative design of a retaining wall that could accommodate Garfield Properties’ request to minimize the impact to operations by reducing the area of temporary construction easement. Condemnation was filed on January 26, 2018 and, in August of 2018, the owner signed a Right of Entry Agreement to allow construction to move forward. The parties then continued negotiations and have agreed on an administrative settlement of $365,000 based upon a higher unit value than appraised plus reimbursement of moving, engineering and survey costs.

141 MDOT 37 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

18-RP. MARYLAND TRANSIT ADMINISTRATION

Agency Remarks: (cont’d)

MDOT MTA requests BPW’s approval of the negotiated settlement amount of $365,000.00, which reflects an administrative adjustment of $85,650 over MDOT MTA’s approved fair market offer of $279,350. The Office of the Attorney General of Maryland has reviewed this proposed settlement and agrees that it is reasonable, prudent and in the public interest. MDOT MTA contends that the negotiated settlement, in lieu of litigation, is fair, equitable and in the best interest of all parties.

______BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

142 MDOT 38 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Jada Wright 410-545-0330 [email protected]

19-AE. STATE HIGHWAY ADMINISTRATION Architecture/Engineering Contract

Contract ID: Facility Design Services, Statewide; BCS 2018-07 A, BCS 2018-07 B ADPICS No. SBCS1807A, SBCS1807B

Contract Description: These contracts are two of three open-ended, work-order based contracts to provide design, rehabilitation, and renovation of existing and new state facilities and buildings statewide, primarily utilized by Maryland Department of Transportation State Highway Administration’s (MDOT SHA) Office of Highway Development.

Awards: Min Engineering, Inc./ (Contract A) ATI, Inc. (JV) Pikesville, MD

EBA Ernest Bland Associates, P.C. (Contract B) Silver Spring, MD

Contract Term: 08/15/2019* – 08/14/2024* (5 years) (*or earlier upon BPW approval)

Amount: $3,000,000 NTE each $6,000,000 NTE (Aggregate Total)

Procurement Method: Qualification Based Selection (Small Business Reserve)

Proposals: Technical Proposal Technical Award Rating (Max 100) Ranking Min Engineering, Inc./ Contract A ATI, Inc., (JV) 81.35 1 $3,000,000 NTE Pikesville, MD EBA Ernest Bland Associates, P.C. Contact B 76.84 2 Silver Spring, MD $3,000,000 NTE Mimar Architects & Engineers, Inc. 75.31 3 Contract C Baltimore, MD AB Consultants, Inc./ KPN Architects, LLP (JV) 55.58 4 N/A Lanham, MD Leuterio Thomas Architects & Engineers, LLC 39.98 5 N/A National Harbor, MD

143 MDOT 39 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

19-AE. STATE HIGHWAY ADMINISTRATION (cont’d)

MBE Participation: 0%

Incumbents: JMT/HORD Coplan Macht; URS Corporation, Inc.; Whitman, Requardt & Associates, LLP

Requesting Agency Remarks: On October 11, 2018, the solicitation was advertised in The Daily Record, MDOT SHA’s web page and eMaryland Marketplace. A total of 950 firms were notified via eMaryland Marketplace. An additional 557 were directly solicited.

The consultant shall perform review, planning, and design related to the following disciplines: architectural, structural, civil, landscape, mechanical, electrical, plumbing, fire protection, site utility, environmental assessments, testing services, commissioning agents, project management, construction management and inspection, and testing, adjusting and balancing services. The services also include preparing plans, specifications, and/or other construction documents for advertisement and construction documents and construction support for new projects, renovation projects, equipment replacements, facility system evaluations, testing, studies and reports.

Consultant staff may be asked to provide on-site assistance for all services previously listed.

Fund Source: 100% Special Funds (Transportation Trust Fund)

Approp. Code: J02B0101

Resident Business: Yes

MD Tax Clearance: Min Engineering, Inc./ATI, Inc. 19-1916-0111 EBA Ernest Bland Associates, Inc. 19-1915-0101

______BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

144 MDOT 40 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Jada Wright 410-545-0330 [email protected]

20-M. STATE HIGHWAY ADMINISTRATION Maintenance Contract

Contract ID: Highway Maintenance Contract Support at Various Locations for the Fairland Shop Area in Montgomery County; 54915F1422SB ADPICS No.: 54915F1422

Contract Description: This open-ended, on-call contract provides all labor, materials, and equipment necessary to perform the activities for highway maintenance contract support at various locations for the Fairland Shop Area in Montgomery County.

Award: Unique World Services, LLC (Small Business) Baltimore, MD

Contract Term: 08/15/2019 – 12/31/2022 (1,234 Calendar Days)

Amount: $725,793 NTE

Procurement Method: Competitive Sealed Bidding (Small Business Reserve)

Bids: Unique World Services, LLC $725,793 Baltimore, MD

Just Business, Inc. $725,793 Baltimore, MD

Superior Facilities Management $730,553 Services, LLC Bethesda, MD

Tri-State Solutions of Maryland, LLC $766,247 Upper Marlboro, MD

JVM Sports Management, LLC $780,525 d/b/a – JVM Consulting & Contracting Gwynn Oak, MD

C & C Management Group, Ltd. $782,905 Frederick, MD

145 MDOT 41 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

20-M. STATE HIGHWAY ADMINISTRATION (cont’d)

Bids (cont’d): All Mines, LLC $784,333 Owings Mills, MD

Colossal Contractors, Inc. $784.809 Burtonsville, MD

Earn Contractors $789,568 Gaithersburg, MD

P2 Cleaning Services $808,129 Laurel, MD

Merit Investment & Logistics, $808,129 Baltimore, MD

MCNA, LLC. $809,081 Rockville, MD

Adezia $818,124 Laurel, MD

Centropolis Property & Staffing $855,722 Management, LLC Baltimore, MD

Unified Solutions Services, LLC $904,267 Columbia, MD

Living Wage Eligible: Yes

MBE Participation: 0% (Limited Subcontracting Opportunities)

Performance Security: None

Incumbent: C & C Management Group, Ltd. Frederick, MD

146 MDOT 42 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

20-M. STATE HIGHWAY ADMINISTRATION (cont’d)

Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace on January 22, 2019, notifying 896 potential contractors, 104 of which were MDOT-certified Minority Business Enterprises. Bids were opened on February 21, 2019.

The contractors, Unique World Services and Just Business, Inc., submitted a tie bid. In accordance to COMAR 21.05.02.14(4), on March 22, 2019, under the direction of the Director, Office of Construction, Maryland Department of Transportation State Highway Administration (MDOT SHA), a tie-bid decision drawing took place. Unique World Services was the winner of the drawing.

On January 7, 2019, the Maryland Employment Works Program advised that they would not be pursuing this contract for completion by a Community Service Provider.

The Maryland Department of Transportation State Highway Administration has confirmed Unique World Services bid price and 100% of the work will be performed by a State-certified small business.

Fund Source: 100% Special Funds (Transportation Trust Fund)

Approp. Code: J02B0102

Resident Business: Yes

MD Tax Clearance: 19-0532-0000

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

147 MDOT 43 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Jada Wright 410-545-0330 [email protected]

21-M. STATE HIGHWAY ADMINISTRATION Maintenance Contract

Contract ID: Highway Maintenance Contract Support at Various Locations for the Gaithersburg Shop Area in Montgomery County; 54915G1422 ADPICS No.: 54915G1422

Contract Description: This open-ended, on-call contract provides all labor, materials, and equipment necessary to perform the activities for highway maintenance contract support at various locations for the Gaithersburg Shop Area in Montgomery County.

Award: Unique World Services, LLC (Small Business) Baltimore, MD

Contract Term: 08/15/2019 – 12/31/2022 (1,234 Calendar Days)

Amount: $836,498 NTE

Procurement Method: Competitive Sealed Bidding

Bids: Unique World Services, LLC $ 836,498 Baltimore, MD

Just Business, Inc. $ 849,776 Baltimore, MD

All Mines, LLC $ 859,336 Owings Mills, MD

JVM Sports Management, LLC $ 859,336 d/b/a – JVM Consulting & Contracting Gwynn Oak, MD

Superior Facilities Management $ 864,647 Services, LLC Bethesda, MD

P2 Cleaning Services $ 892,265 Laurel, MD

148 MDOT 44 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

21-M. STATE HIGHWAY ADMINISTRATION (cont’d)

Bids: (cont’d) Colossal Contractors, Inc. $ 894,920 Burtonsville, MD

MCNA, LLC $ 902,887 Rockville, MD

Industrial Commercial Cleaning $ 957,591 Group Camden, NJ

Merit Investment & Logistics, LLC $ 961,309 Baltimore, MD

Centropolis Property & Staffing $ 975,118 Management, LLC Baltimore, MD

C & C Management Group, Ltd. $ 998,487 Frederick, MD

Highway & Safety Services, Inc. $1,513,664 Gaithersburg, MD

Living Wage Eligible: Yes

MBE Participation: 0% (Limited Subcontracting Opportunities)

Performance Security: None

Incumbent: C & C Management Group, Ltd. Frederick, MD

Requesting Agency Remarks: The solicitation was advertised on eMaryland Marketplace on December 18, 2018, notifying 883 potential contractors, 104 of which were MDOT-certified Minority Business Enterprises. Bids were opened on January 24, 2019.

The Maryland Department of Transportation State Highway Administration (MDOT SHA) received a total of 14 bids. However, on January 24, 2019, the low bidder withdrew their bid due to an error in their living wage rate that would result in financial hardship to the contractor. In accordance with COMAR 21.05.02.12(C)(2); on January 29, 2019, MDOT SHA allowed the low bidder to withdraw their bid.

149 MDOT 45 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

21-M. STATE HIGHWAY ADMINISTRATION (cont’d)

Agency Remarks: (cont’d)

On January 18, 2017, the Maryland Employment Works Program advised that they would not be pursuing this contract for completion by a Community Service Provider.

The Maryland Department of Transportation State Highway Administration has confirmed Unique World Services, LLC’s bid price and 100% of the work will be performed by a State-certified small business.

Fund Source: 100% Special Funds (Transportation Trust Fund)

Approp. Code: J02B0102

Resident Business: Yes

MD Tax Clearance: 19-0811-0111

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

150 MDOT 46 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Jada Wright 410-545-0330 [email protected]

22-M. STATE HIGHWAY ADMINISTRATION Maintenance Contract

Contract ID: Highway Maintenance Contract Support at Various Locations for the Marlboro Shop Area in Prince George’s County; 54916M1422SB ADPICS No.: 54916M1422

Contract Description: This open-ended, on-call contract provides all highway maintenance contract support at various locations for the Marlboro Shop Area in Prince George’s County

Award: Tri-State Solutions of Maryland, LLC (MBE, Small Business) Upper Marlboro, MD

Contract Term: 08/15/2019 – 12/31/2022 (1,234 Calendar Days)

Amount: $755,863 NTE

Procurement Method: Competitive Sealed Bidding (Small Business Reserve)

Bids: Tri-State Solutions of Maryland, LLC $755,863 Upper Marlboro, MD

Superior Facilities Management $773,326 Services, LLC Bethesda, MD

C & C Management Group, LTD $802,762 Frederick, MD

All Mines, LLC $805,756 Owings Mills, MD

MCNA, LLC $898,056 Rockville, MD

P2 Cleaning Services, LLC $924,998 Laurel, MD

151 MDOT 47 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

22-M. STATE HIGHWAY ADMINISTRATION (cont’d)

Bids: (cont’d) Unified Solutions Services LLC $947,948 Columbia, MD

Adezia $947,948 Laurel, MD

Living Wage Eligible: Yes

MBE Participation: 100%

Performance Security: None

Incumbent: Tri-State Solutions of Maryland, LLC Upper Marlboro, MD

Requesting Agency Remarks: The solicitation was advertised on eMaryland Marketplace on January 29, 2019 notifying 897 potential contractors, 104 of which were MDOT-certified Minority Business Enterprises. Bids were opened on March 21, 2019.

On January 7, 2019, the Employment Works Program advised that they would not be pursuing this contract for completion by a Community Service Provider.

The Maryland Department of Transportation State Highway Administration has confirmed Tri- State Solutions of Maryland, LLC’s bid price and 100% of the work is performed by a MDOT- certified Minority Business Enterprise and State-certified small business.

Fund Source: 100% Special Funds (Transportation Trust Fund)

Approp. Code: J02B0102

Resident Business: Yes

MD Tax Clearance: 19-0864-0111

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

152 MDOT 48 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Jada Wright 410-545-0330 [email protected]

23-M. STATE HIGHWAY ADMINISTRATION Maintenance Contract

Contract ID: Mechanical Cleaning and Sweeping Roadways and Shoulders at Various Locations in Washington County; 4102161422SB ADPICS No.: 4102161422

Contract Description: This open-ended, on-call contract provides all mechanical cleaning and sweeping of roadways and shoulders at various locations in Washington County.

Award: Outdoor Contractors, Inc. (MBE, Small Business) Hancock, MD

Contract Term: 08/15/2019 – 12/31/2022 (1,234 Calendar Days)

Amount: $416,025 NTE

Procurement Method: Competitive Sealed Bidding (Small Business Reserve)

Bids: Outdoor Contractors, Inc. $416,025 Williamsport, MD

Quiet Sweep LTD $478,740 Rockville, MD

Living Wage Eligible: Yes

MBE Participation: 100%

Performance Security: None

Incumbent: Outdoor Contractors, Inc. Williamsport, MD

Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace on April 2, 2019 notifying 733 potential contractors, 100 of which were MDOT-certified Minority Business Enterprises (MBEs). Bids were opened on May 2, 2019.

153 MDOT 49 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

23-M. STATE HIGHWAY ADMINISTRATION (cont’d)

Agency Remarks: (cont’d)

The Maryland Department of Transportation State Highway Administration has confirmed Outdoor Contractors, Inc.’s bid price and 100% of the work conducted on this contract is performed by MBE and small business, certified by MDOT and the State.

Fund Source: 100% Special Funds (Transportation Trust Fund)

Approp. Code: J02B0102

Resident Business: Yes

MD Tax Clearance: 19-1348-0111

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

154 MDOT 50 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Jada Wright 410-545-0330 [email protected]

24-M. STATE HIGHWAY ADMINISTRATION Maintenance Contract

Contract ID: Highway Maintenance Contract Support at Various Locations in Carroll County; 5490671422 ADPICS No.: 5490671422

Contract Description: This open-ended, on-call contract provides all highway maintenance contract support at various locations in Carroll County.

Award: JVM Sports Management, LLC (MBE, Small Business) d/b/a JVM Consulting & Contracting Gwynn Oak, MD

Contract Term: 08/15/2019 – 12/31/2022 (1,234 Calendar Days)

Amount: $247,000 NTE

Procurement Method: Competitive Sealed Bidding

Bids: JVM Sports Management LLC dba JVM $247,000 Consulting & Contracting Gwyn Oak, MD

Centropolis Property & Staffing $265,240 Management, LLC Baltimore, MD

Unique World Services $274,550 Baltimore, MD

Earn Contractors $274,930 Gaithersburg, MD

All Mines, LLC $275,120 Owings Mills, MD

Colossal Contractors, Inc. $283,100 Burtonsville, MD

Adezia $285,000 Laurel, MD

155 MDOT 51 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

24-M. STATE HIGHWAY ADMINISTRATION (cont’d)

Bids (cont’d): MCNA, LLC $304,000 Rockville, MD

P2 Cleaning Services $313,500 Laurel, MD

Unified Solutions Services, LLC $342,000 Columbia, MD

Living Wage Eligible: Yes

MBE Participation: 100%

Performance Security: None

Incumbent: All Mines, LLC; Owings Mills, MD

Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace on February 12, 2019 notifying 900 potential contractors, 105 of which were MDOT-certified Minority Business Enterprises. Bids were opened on March 28, 2019

The Maryland Department of Transportation State Highway Administration has confirmed JVM Sports Management, LLC dba JVM Consulting & Contracting’s bid price and 100% of the work performed on this contract is by a State Certified MBE and Small Business.

On January 7, 2019, the Maryland Employment Works Program advised that they would not be pursuing this contract for the completion by the Community Service Provider.

Fund Source: 100% Special Funds (Transportation Trust Fund)

Approp. Code: J02B0102

Resident Business: Yes

MD Tax Clearance: 19-0961-0000

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

156 MDOT 52 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Olu Okunola 410-545-8754 [email protected]

25-RP. STATE HIGHWAY ADMINISTRATION Real Property – Disposition

Recommendation: That the Board of Public Works approve the Maryland Department of Transportation State Highway Administration (MDOT SHA) disposing real property as it is excess to the agency’s needs.

Authority: Transportation Article, § 8-309 (f) (1) (ii) Annotated Code of Maryland

Property: MC# 18-2616 Kenmore Avenue (0.057 acres +/-), located along MD 924 at Baileys Lane, adjacent to 400 S. Main St, Bel Air, Harford County

Grantor: State of Maryland, MDOT SHA

Grantee: 400 S. Main LLC

Consideration: $42,500

Appraised Value: $57,450 – Melody Campbell (Selected) Wesley Barkley, Review Appraiser

Special Conditions: N/A

Legislative Notice: N/A

State Clearinghouse: N/A

Requesting Agency Remarks: MDOT SHA acquired this parcel in conjunction with the relocation of Kenmore Avenue, as part of the Town of Bel Air’s old Kenmore Avenue roadbed. The subject property is not capable of an independent use due to the parcel’s size. MDOT SHA proposes to convey the parcel to the sole adjoining owner through a negotiated sale of $42,500 which is 74% of the appraised value.

______BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

157 MDOT 53 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Brian Howard 410-865-1130 [email protected]

26-M. THE SECRETARY’S OFFICE Maintenance Contract

Contract ID: Uninterruptable Power Supply System Replacement at MDOT TSO; MDOT-OFFAS-1911; ADPICS No.: BP000679

Contract Description: This contract provides for the one-time design, supply, and install of a dual redundant uninterruptable power supply system at The Maryland Department of Transportation (MDOT, TSO) headquarters in Hanover, Maryland. This contract includes a one-year warranty, a subsequent four-year Service Level Agreement, and a subsequent five-year service level agreement.

Awards: Site Support Services Incorporated Towson, MD

Contract Term: 08/15/2019* – 12/31/2029 (*or earlier upon BPW approval)

Amount: $790,922

Procurement Method: Competitive Sealed Bidding

Bids: Site Support Services Incorporated $790,922 Towson, MD

Limbach Company, LLC $811,940 Laurel, MD

Living Wage Eligible: Yes

MBE Participation: 0%

Performance Security: None

Hiring Agreement Eligible: Yes

Incumbents: None

158 MDOT 54 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

26-M. THE SECRETARY’S OFFICE (cont’d)

Requesting Agency Remarks: The solicitation was advertised on eMaryland Marketplace (eMM) as an Invitation for Bid on February 1, 2019, notifying 40,166 potential vendors. The Maryland Department of Transportation The Secretary’s Office (MDOT TSO) directly solicited 17 firms. Two bids were received. The contractor will design, supply, and install a new uninterruptable power supply system (UPS) and provide nine years of subsequent maintenance.

Fund Source: 100% Special Funds (Transportation Trust Fund)

Approp. Code: J01A0103

Resident Business: Yes

MD Tax Clearance: 19-1087-1111

BOARD OF PUBLIC WORKS ACTION – THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

159 MDOT 55 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

Contact: Samantha Buchanan 410-865-1122 [email protected]

27-GM. MARYLAND DEPARTMENT OF TRANSPORTATION

Recommendation: That the Board of Public Works approve the award of the following five Task Orders 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: Comprehensive Interior/Exterior Modifications at Baltimore/Washington International Thurgood Marshall and Martin State Airports, MDOT MAA Contract No. MAA-CO-18-004 Approved: MDOT Item 1-C (01/23/2019) Term: 02/07/2019-02/06/2022 Fund Source: 100% Special Funds (Transportation Trust Funds)

1.1 Using Agency: MDOT MAA Description: Delta Jet Bridges Electrical Modifications at Baltimore/ Washington International Thurgood Marshall Airport (TO #5) Number of Qualified Master Contractors: 4 Number of Bids: 4 Award: Baltimore Contractors, Inc., Glen Burnie, MD Amount: $370,688 Term: 08/15/2019 – 12/13/2019 (*or earlier upon BPW approval) MBE/VSBE Participation: 30% / None Resident Business: Yes

160 MDOT 56 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

27-GM. MARYLAND DEPARTMENT OF TRANSPORTATION (cont’d)

2.0 Master Contract: Ancillary Metro & Light Rail Track Rehabilitation; MDOT MTA Contract No. AGY-16-038-MT Approved: MDOT Item 17-GM (10/04/2017) Term: 10/19/2017* – 10/18/2022 (*or earlier upon BPW approval) Fund Source: 80% Federal; 20% Special Funds (Transportation Trust Fund)

2.1 Using Agency: MDOT MTA Description: Howard Street Miscellaneous Repairs - The contractor will Complete minor safety related improvements in Central Business District of the Light RailLink line along Howard Street in Baltimore City. MDOT MTA was informed by the two non-bidding master contractors that they were solely interested in track-specific work at the time bidding was conducted. (OFS No. 12). Number of Qualified Master Contractors: 3 Number of Bids: 1 Award: Rhinehart Railroad Construction, Inc.; Fallston, MD Amount: $297,086 Term: 180 days from NTP (anticipated NTP of 08/15/2019) DBE/VSBE Participation: 0% / 0% Resident Business: Yes

3.0 Master Contract: Ancillary – Repair & Maintenance of Communication & Security Systems, Rail Signals, Rolling Stock & associated Equipment; MDOT MTA Contract No. OPS-17-089-AN Approved: MDOT Item 11-GM (01/24/2018) Term: 02/08/2018 – 02/07/2023 Fund Source: 80% Federal; 20% Special Funds (Transportation Trust Fund)

3.1 Using Agency: MDOT MTA Description: Metro SubwayLink Electrical Upgrades – The contractor will replace switchboards and panelboards at the Metro SubwayLink Charles Center station (OFS No. 6). Number of Qualified Master Contractors: 3 Number of Bids: 3 Award: Brawner Builders, Inc.; Hunt Valley, MD Amount: $299,725 Term: 150 days from NTP (anticipated NTP of 08/15/2019) DBE/VSBE Participation: 0% / 0% Resident Business: Yes

161 MDOT 57 DEPARTMENT OF TRANSPORTATION ACTION AGENDA July 24, 2019

27-GM. MARYLAND DEPARTMENT OF TRANSPORTATION (cont’d)

4.0 Master Contract: Ancillary Repairs, Maintenance & Minor Construction – MODE, Statewide; MDOT MTA Contract No. T-1342 Approved: MDOT Item 5-C (06/18/2014) Term: 06/23/2014 – 12/31/2020 Fund Source: 80% Federal; 20% Special Funds (Transportation Trust Fund)

4.1 Using Agency: MDOT MTA Description: 1211 South Monroe St. Roof Replacement – The contractor will remove the existing roof and install a new roof, downspouts, & gutters at the Monroe Bus Operations facility (OFS No. 6). Number of Qualified Master Contractors: 3 Number of Bids: 2 Award: Hawkeye Construction; Baltimore, MD Amount: $318,450 Term: 120 days from NTP (anticipated NTP of 08/15/2019) DBE/VSBE Participation: 0% / 0% Resident Business: Yes

5.0 Master Contract: Ancillary – Agency Wide General Construction (Miscellaneous Paving, Repairs and Rehabilitation); MDOT MTA Contract No. AGY-15-016-AN Approved: MDOT Item 1-C (01/06/2016) Term: 02/01/2016 – 01/31/2021 Fund Source: 80% Federal; 20% Special Funds (Transportation Trust Fund)

5.1 Using Agency: MDOT MTA Description: MARC Brunswick Line Parking Lot Upgrades – The parking lots at the Barnesville, Dickerson, and Boyds MARC stations need improvements. The contractor will resurface parking lot sections, install pavement markings, and upgrade signage (OFS No. 17). Number of Qualified Master Contractors: 3 Number of Bids: 2 Award: Image Asphalt Maintenance, Inc.; Baltimore, MD Amount: $228,775 Term: 120 days from NTP (anticipated NTP of 08/15/2019) DBE/VSBE Participation: 0% / 0% Resident Business: Yes

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION 162

DEPARTMENT OF GENERAL SERVICES

Items to be presented to the Board of Public Works

July 24, 2019

Pages

Construction 1

Construction Modification 2 thru 5

Energy Performance Modification 6 and 7

Architecture and Engineering Option 8 and 9

Maintenance 10 thru 15

Maintenance Option 16 and 17

Maintenance Modification 18 and 19

General Miscellaneous 20 and 21

Real Property 22 thru 35

Leases 36 thru 50

Capital Grants and Loans 51 thru 77

163 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 1

Contact: Lauren Buckler 410.767.3174 [email protected]

1-C. CONSTRUCTION Department of General Services

Contract ID: Upgrade Elevators - Baltimore State Office Project No. BB-523-190-001, ADPICS No. 001B0600040

Contract Description: Modernization of six building elevator systems and one freight elevator (traction and hydraulic) at the Baltimore State Office – 301 West Preston Street in Baltimore.

Procurement Method: Competitive Sealed Bidding

Bids Amount Chilmar Corporation, Baltimore, MD $3,819,396 Nichols Contracting, Sandy Spring, MD $4,386,595 Banneker Ventures, LLC, Silver Spring, MD $5,383.476

Award: Chilmar Corporation

Term: 574 calendar days

Amount: $3,819,396

MBE Participation: 15% - Applies to base bid - $3,734,396.00

Remarks: A notice of availability of an Invitation for Bids (IFB) was posted on the DGS Web Site and eMaryland Marketplace.com on April 25, 2019. Approximately 162 potential vendors were notified of this solicitation electronically. Three bids were received and opened on June 4, 2019. Chilmar Corporation has been found responsible, its bid responsive and has confirmed its bid.

Fund Source: MCCBL 2018 Item 106

Resident Business: Yes MD Tax Clearance: 19-1779-1111

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

164 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 2

Contact: Lauren Buckler 410.767.3174 [email protected]

2-C-MOD. CONSTRUCTION CONTRACT MODIFICATION Department of General Services

Contract ID: Catonsville District Court Project No: BC-230-080-001, ADPICS No. 001B7400207/COI26852

Original Contract Approved: 12/7/16, DGS Item 1-C

Contractor: Costello Construction of MD, Inc., Columbia, MD

Contract Description: Contract for the construction of a new Catonsville District Court, a five story Court House at 6851 Johnnycake Road, Catonsville, MD., 21228. The overall 128,000 gross square foot building is located on Parcel “D” of the Rolling Crossroads Business Park.

Original Procurement Method: Competitive Sealed Bidding

Modification Description: Increase the gauge of exterior stud framing from 16 gauge to 10 and 12 gauge due to the structural loads imposed on the framing.

Original Contract Term: 730 Calendar Days

Modification Term: 0 Calendar Days

Original Contract Amount: $ 54,485,000.00

Modification Amount: $ 289,275.00

Prior Modifications/Options: $ 1,918,395.83

Revised Total Contract Amount: $ 56,692,670.83

Percent +/- (This Modification): 0.53%

Overall Percent +/-: 4.05%

MBE Participation: 35% Full Split (7% African-American & 4% Asian- American)

MBE Compliance: 20%

165 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 3

2-C-MOD. CONSTRUCTION CONTRACT MODIFICATION (cont’d)

Remarks: Upon completion and submission of the exterior framing submittal, it was determined that the thickness of studs required based on the structural loads and the spans would be 10 and 12 gauge.

Fund Source: MCCBL 2018 Item 110

Resident Business: Yes

MD Tax Clearance: 19-2071-1111

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

166 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 4

Contact: Lauren Buckler 410.767.3174 [email protected]

3-C-MOD. CONSTRUCTION CONTRACT MODIFICATION Department of General Services

Contract ID: Cheltenham Youth Facility - Design/Construct New Youth Detention Center Project No. DC-455-090-001, ADPICS No.001B4400536/COI27383

Original Contract Approved: 05/23/12, DGS Item: 1-C

Contractor: Turner Construction Company, Washington, DC

Contract Description: Construction Management (CM) at Risk Services for the new Youth Detention Center in Cheltenham, MD. The CM firm will provide professional management and construction services during both pre-construction and construction phases.

Original Procurement Method: Competitive Sealed Bidding

Modification Description: Credit related to Contract Contingency Fund per the contract documents.

Original Contract Term: 730 Calendar Days

Modification Term: 0 Calendar Days

Original Contract Amount: $ 46,785,052.00

Modification Amount: < $ 256,083.00>

Prior Modifications/Options: $ 2,738,407.60

Revised Total Contract Amount: $ 49,267,376.60

Percent +/- (This Modification): -0.55%

Overall Percent +/-: 5.31%

MBE Participation: 35%

MBE Compliance: 34.1%

167 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 5

3-C-MOD. CONSTRUCTION CONTRACT MODIFICATION (cont’d)

Remarks: The contract included a Contractor's Contingency Fund in the amount of $419,267.00. At the conclusion of this project there was $341,444.00 remaining. Per the contract 25% ($85,361.00) reverts to the contractor and 75% ($256,083.00) reverts to the State.

Fund Source: MCCBL 2015 Item 116

Resident Business: No

MD Tax Clearance: 19-2072-1111

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

168 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 6

Contact: Lauren Buckler 410.767.3174 [email protected]

4-EP-MOD. ENERGY PERFORMANCE CONTRACT MODIFICATION Department of Health

Contract ID: Holly Center and Clifton T. Perkins Hospital Facilities - Phase II- Comprehensive Energy Efficiency Project No.: EC-000-001-013, ADPICS No: 001B7400428/COI26391

Original Contract Approved: 05/10/2017, DGS Item 2-EP

Contractor: Johnson Controls, Inc., Sparks, Maryland

Contract Description: Phase-II of an energy performance contract with JCI to implement energy saving measures at Holly Center & Clifton T. Perkins Hospital Facilities based on the negotiated Phase-I generated by Johnson Controls, on 3/30/2017, and approved by Department of General Services Procurement Review Board (DPRB). Phase II requires the incumbent to furnish detailed engineering, construction, start-up, training, maintenance services, and a savings guarantee for the approved program.

Original Procurement Method: Competitive Sealed Bidding

Modification Description: MEA has approved State Agency Loan Program (SALP) Fund to finance DMH request to implement expanded scope of work prescribed by the existing Energy Performance Contract (EPC), and the loan would finance a number of energy conservation measures (ECM) which include: new DDC controls upgrade at Perkins Hospital for the Admin North Building and Admin Support Building, replacing 37 Fan Coil units.

Original Contract Amount: $ 9,502,140

Modification Amount: $ 500,000

Prior Modifications/Options: $ 264,877

Revised Total Contract Amount: $10,267,017

Percent +/- (This Modification): 5.26%

Overall Percent +/-: 8.05%

Remarks: Additionally the Contractor has requested a time extension of 150 Days to complete the work.

169 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 7

4-EP-MOD. ENERGY PERFORMANCE CONTRACT MODIFICATION (cont’d)

Fund Source: MEA State Agency Loan Program (SALP)

Resident Business: Yes

MD Tax Clearance: 19-2149-1111

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

170 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 8

Contact: Lauren Buckler 410.767.3174 [email protected]

5-AE-OPT. ARCHITECTURE AND ENGINEERING SERVICES OPTION Department of General Services

Contract ID: Professional Services Agreement to Provide Architectural and Engineering Services for Construction Scheduling and Claims Analysis for Multiple Construction Projects with Fees $300,000 or Less Project No. DGS-18-018-IQC, ADPICS No. 001B8400066/COI25365 I-Civil Inc. 001B8400065/COI25356 Connell & Laurence

Original Contract Approved: 07/26/2017 BPW, Item 4-AE

Contractors: I-Civil Inc., Sparks, MD (SB12-26795) O’Connell & Lawrence, Inc., Olney, MD (SB 11-3062)

Original Contract Description: Indefinite Quantity Contract Agreement to provide architectural and engineering services for construction scheduling and claims analysis to the Maryland Department of General Services on an as needed basis. The proposed agreement will be effective for two years with one two-year renewal option. The selected firms may be awarded more than one project. The aggregate fee for the total of projects awarded to any firm may not exceed $500,000.

Original Procurement Method: Maryland Architectural and Engineering Services Act

Option Description: Exercise renewal option

Original Contract Term: 8/18/2017 – 8/17/2019

Option Term: 8/18/19 – 8/17/2021

Original Contract Amount: $500,000 Est. per Firm 2 firms x $500,000 = $1,000,000

Option Amount: $500,000 Est. per Firm 2 firms x $500,000 = $1,000,000

Prior Modifications/Options: N/A

171 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 9

5-AE-OPT. ARCHITECTURE AND ENGINEERING SERVICES OPTION (cont’d)

Remarks: Individual projects awarded under this agreement may not exceed $300,000; however, the selected firms may be awarded more than one project. The aggregate fee for the total of projects awarded to any firm may not exceed $500,000. The fee for each project awarded under the proposed agreement shall be negotiated and the contract will be approved and executed by the State individually. Projects will normally be awarded on a rotating basis beginning with the number one ranked firm. Once the project award process has been initiated with a firm in the normal rotation, the next opportunity for project award will go to the next firm in the rotation.

The Department of General Services is satisfied with the performance of these contractors and has determined that it is in the best interest of the State to renew the contract under the same terms, conditions, and provisions.

Fund Source: Various accounts

Resident Business: Yes

MD Tax Clearance: 19-1142-0111 I-Civil Inc. 19-0793-1111 O’Connell & Lawrence, Inc.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

172 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 10

Contact: Eric Lomboy 410.767.7522 [email protected]

6-M. MAINTENANCE CONTRACT Department of Human Services

Contract ID: Unarmed Uniformed Guard Service - Charles County Department of Social Services Project No. 001IT821022, ADPICS No. 001B0600032

Contract Description: Unarmed uniformed guard service at the Department of Social Services in Charles County.

Procurement Method: Competitive Sealed Bidding

Bids Amount Alexander Security Consultants, LLC, Brandywine, MD $388,642.17 AFSI, Gaithersburg, MD $397,352.55 Devine Professional Consulting Group, Silver Spring, MD $407,421.00 American Protection LLC, Suitland, MD $412,104.00 First Protect Security Inc., Gaithersburg, MD $444,885.00 Feba Security Services, Lanham, MD $480,054.33 Pro Security and Private Investigation, LLC, Suitland, MD $984,785.92

Award: Alexander Security Consultants, LLC

Term: 9/1/2019 – 8/31/2022

Amount: $229,607.49 Base Term $ 78,861.72 Option Year 1 $ 80,172.96 Option Year 2 $388,642.17 = Total including Option Years

MBE Participation: 0%

Performance Bond: N/A

Hiring Agreement Eligible: Yes

Remarks: A notice of availability of an Invitation for Bids (IFB) was posted on the DGS Web Site and eMaryland Marketplace.com on April 30, 2019. Approximately 556 potential vendors were notified of this solicitation electronically. Ten bids were received and opened on May 22, 2019. Two bids were rejected because they did not meet the minimum qualifications. Another bid was rejected because they did not confirm their bid. Alexander Security Consultants, LLC has been found responsible, its bid responsive and has confirmed its bid.

173 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 11

6-M. MAINTENANCE CONTRACT (cont’d)

Fund Source: N00 20 G0010 0819 70800 $16,822.89 N00 20 G3010 0819 70800 $25,296.08 N00 20 G4100 0819 70800 $3,738.42 N00 20 G5000 0819 70800 $8,722.98 N00 20 G6010 0819 70800 $7,476.84 N00 21 G0010 0819 70800 $20,647.22 N00 21 G3010 0819 70800 $31,353.19 N00 21 G4100 0819 70800 $4,588.27 N00 21 G5000 0819 70800 $10,705.97 N00 21 G6010 0819 70800 $9,176.54 N00 22 G0010 0819 70800 $20,963.12 N00 22 G3010 0819 70800 $31,832.89 N00 22 G4100 0819 70800 $4,658.47 N00 22 G5000 0819 70800 $10,869.77 N00 22 G6010 0819 70800 $9,316.94 N00 23 G0010 0819 70800 $3,628.23 N00 23 G3010 0819 70800 $5,509.54 N00 23 G4100 0819 70800 $806.27 N00 23 G5000 0819 70800 $1,881.31 N00 23 G6010 0819 70800 $1,612.55

Resident Business: Yes

MD Tax Clearance: 19-1933-1111

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

174 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 12

Contact: Eric Lomboy 410.767.7522 [email protected]

7-M. MAINTENANCE CONTRACT Department of General Services

Contract ID: Janitorial Service Project No. 001IT821015, ADPICS No. 001B0600030

Description: Janitorial service for the Edward F. Borgerding District Court/Multi-Service Center in Baltimore.

Procurement Method: Competitive Sealed Bids (Small Business Reserve)

Bids Amount Jasso Maintenance, LLC, Gaithersburg, MD $445,884.00 Hegens Management & Consulting Services, LLC, Washington, DC $485,806.93 ReadyClean Services Group, Inc., Baltimore, MD $493,126.80 Acclaim,USA, Inc., Upper Marlboro, MD $534,680.00 AFSI, Gaithersburg, MD $852,420.00 LDH Site Solutions, LLC, Capitol Heights, MD $1,058,045.40

Award Jasso Maintenance, LLC

Term: 01/01/2020 – 12/31/2022

Amount: $260,070.84 Base Term $ 90,834.48 Option year 1 $ 94,978.68 Option year 2 $445,884.00 = Total including Option Years

MBE Participation: 0%

Performance Bond: N/A

Hiring Agreement Eligible: Yes

175 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 13

7-M. MAINTENANCE CONTRACT (cont’d)

Remarks: A notice of availability of an Invitation for Bids (IFB) was posted on the DGS Web Site and eMaryland Marketplace.com on April 11, 2019 as a Small Business Reserve (SBR) only procurement. Approximately 1,106 potential vendors were notified of this solicitation electronically. Eight bids were received and opened on May 2, 2019. Two bids were rejected. One because they failed to submit any of the mandatory solicitation documents. The second bid was rejected because the bidder provided unsolicited discount prices. Jasso Maintenance, LLC has been found responsible, its bid responsive and has confirmed its bid.

Maryland Works notified DGS on 9/14/2018 they would not be pursuing the contract by a Community Service Provider.

Fund Source: H00 20 33541 0813 $43,795.14 H00 21 33541 0813 $86,690.28 H00 22 33541 0813 $86,690.28 H00 23 33541 0813 $42,895.14

Resident Business: Yes

MD Tax Clearance: 19-1654-1110

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

176 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 14

Contact: Eric Lomboy 410.767.7522 [email protected]

8-M. MAINTENANCE CONTRACT Department of General Services

Contract ID: Janitorial Service Project No. 001IT820998, ADPICS No. 001B6000028

Description: Janitorial service for the George M. Taylor District Court/Multi-Service Center in Glen Burnie.

Procurement Method: Competitive Sealed Bids (Small Business Reserve)

Bids Amount Jasso Maintenance, LLC, Gaithersburg, MD $382,603.80 A.S.B.2 Enterprises, Baltimore, MD $537,800.00 G & LB Enterprises, Inc., Pikesville, MD $625,000.00 CMS, Millersville, MD $645,578.90 AFSI, Gaithersburg, MD $657,453.00

Award Jasso Maintenance, LLC

Term: 09/01/2019 – 08/31/2022

Amount: $223,168.68 Base Term $ 77,941.56 Option year 1 $ 81,493.56 Option year 2 $382,603.80 = Total including Option Years

MBE Participation: 0%

Performance Bond: N/A

Hiring Agreement Eligible: Yes

177 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 15

8-M. MAINTENANCE CONTRACT (cont’d)

Remarks: A notice of availability of an Invitation for Bids (IFB) was posted on the DGS Web Site and eMaryland Marketplace.com on April 4, 2019 as a Small Business Reserve (SBR) only procurement. Approximately 1,106 potential vendors were notified of this solicitation electronically. Eight bids were received and opened on April 25, 2019. Three bids were rejected. One because they failed to bid the line items correctly. The second bid was rejected because the bidder provided unsolicited discount prices. The third because they did not meet the minimum qualifications. Jasso Maintenance, LLC has been found responsible, its bid responsive and has confirmed its bid.

Maryland Works notified DGS on 10/03/2018 they would not be pursuing the contract by a Community Service Provider.

Fund Source: H00 20 33531 0813 $61,241.30 H00 21 33531 0813 $61,241.30 H00 22 33531 0813 $61,241.30 H00 243 33531 0813 $61,241.30

Resident Business: Yes

MD Tax Clearance: 19-1655-1110

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

178 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 16

Contact: Eric Lomboy 410.767.7522 [email protected]

9-M-OPT. MAINTENANCE CONTRACT OPTION Department of General Services

Contract ID: Comprehensive, Solutions Based Contract Covering the Supply and Distribution of Various Fuel Products, including Motor Fuels, Heating Oil and Related Products Including a State-Wide Fuel Dispensing System Project No. 001IT818466, ADPICS No 001B0600014

Original Contract Approved: 05/02/2012 DGS Item 3-M

Contractor: Mansfield Oil Company, Gainesville, GA

Contract Description: Contract to provide a comprehensive, solutions-based contract for the supply and distribution of various fuel and fuel related products, including a Statewide fuel dispensing system and related services.

Original Procurement Method: Competitive Sealed Proposals

Option Description: Approval is requested to exercise the second and final renewal option to continue the service for another two years.

Original Contract Term: 08/01/2012 – 07/31/2017

Option Term: 08/01/2019 – 07/31/2021

Original Contract Amount: $305,254,234.00

Option Contract Amount: $135,783,042.56

Prior Modifications/Options: $135,783,042.56

Revised Total Contract Amount: $305,254,234.00 (Base) $135,783,042.56 (Option #1) $135,783,042.56 (Option #2) $576,820,319.12

MBE Goal: 15%

MBE Compliance: 16.84%

179 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 17

9-M-OPT. MAINTENANCE CONTRACT OPTION (cont’d)

Remarks: The Department of General Services is satisfied with the performance of the Contractor and has approved funding to renew the current contract at the same terms, conditions, required contract provisions, and price. Mansfield Oil Company and DGS are confident that the 15% commitment will be met or exceeded by the end of the contract term.

The Maryland Statewide Fuel Dispensing Management System has a current dispense rate of 11.8 million gallons per year of motor fuels on a consignment basis, including gasoline, diesel, bio-diesel, ethanol E-85 and motor oil. There are approximately 120 fueling facilities throughout the State. Pricing will be adjusted daily based on Oil Price Information Service (OPIS) index.

Fund Source: Various

Resident Business: No

MD Tax Clearance: 19-0927-1000

This Item was withdrawn as Item 4-M-OPT from the 7/3/2019 Agenda.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

180 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 18

Contact: Eric Lomboy 410.767.7522 [email protected]

10-M-MOD. MAINTENANCE CONTRACT Department of General Services

Contract ID: Janitorial Service Project No. 001IT820117, ADPICS No. 001B7400046/COI21216

Original Contract Approved: 07/26/2016, DPRB Item S-004

Contractor: Clean Keepers, LLC, McLean, VA

Contract Description: Janitorial services for the Department of Social Services in Baltimore City.

Original Procurement Method: Competitive Sealed Bids

Modification Description: RETROACTIVE: Modify contract to pay Contractor for past services rendered from May 1, 2019 to July 31, 2019; and PROACTIVE: Extend the current contract for an additional eight months to allow time to procure a long term contract.

Original Contract Term: 8/01/16 – 7/30/18

Modification Term: 5/1/2019 - 12/31/2019

Original Contract Amount: $117,600.00

Modification Amount $14,700.00 Retroactive $24,500.00 Proactive $39,200.00 Total

Prior Modifications $44,000.00

Revised Total Contract Amount: $200,800.00

Percent +/- (This Modification): 33%

Overall Percent +/-: 70.75%

MBE Participation: N/A

181 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 19

10-M-MOD. MAINTENANCE CONTRACT (cont’d)

Remarks: DGS delegated procurement authority to DHS for the original contract given the amount of the contract. DHS was unable to award the new janitorial cleaning service contract to replace this one by the end of the original contract term. DGS agreed to extend the contract for an additional nine months to allow the agency time to procure a new long-term contract under their delegated authority. DHS delayed processing the required paperwork within the established timeframe to award a new contract which necessitated the need for the retroactive modification request. DHS has confirmed the new eMaryland Marketplace solicitation advertisement date of June 28, 2019 with a bid opening date of September 17, 2019.

The agency is satisfied with the performance of the contractor, Clean Keepers LLC. The contractor has agreed to continue providing the service under the same contract pricing, terms, provisions and conditions. Clean Keepers LLC remains in good standing with the State and is compliant with its tax obligations.

Retroactive approval requested pursuant to 11-204(c) State Finance & Procurement Article. DGS has determined that this contract should be treated as voidable rather than void because: (1) all parties have acted in good faith; (2) ratification for the procurement contract would not undermine the purposes of the Procurement Law; and (3) the violation, or series of violations, was insignificant or otherwise did not prevent substantial compliance with the Procurement Law

Fund Source: N00 19 G0010/G3010 0804 $9,800.00 N00 20 G0010/G3010 0804 $29,400.00

Resident Business: No

MD Tax Clearance: 19-1993-0110

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

182 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 20

Contact: Lauren Buckler 410.767.3174 [email protected]

11-GM. GENERAL MISCELLANEOUS

Reference: In accordance with provisions of the State Finance and Procurement Article, Section 12-202, Annotated Code of Maryland, approval is requested for the following construction inspection and scheduling expenditures related to the capital improvement projects identified below:

Department General Services

Project Description Amount Fund Source Project No. : BA-688-191-001 $ 36,892.00 MCCBL 2018 Item 106 Inspection Services for Emergency Mold Remediation Court of Appeals Building in Annapolis, MD

Project No. : BA-000-130-001 $ 69,380.85 MCCBL 2019 Item 105 Inspection Services for Steam Line Replacement (Phase I) State Office Complex, Lawyer’s Mall in Annapolis, MD

Project No. : BA-000-190-001 $ 971.37 MCCBL 2019 Item 105 Inspection Services for Thurgood Marshall Memorial State Office Complex, Lawyer’s Mall in Annapolis, MD

A. Department of Veterans Affairs

Project Description Amount Fund Source Project No. : M-900-160-004 $101,511.42 MCCBL 2018 Item 112 Inspection Services for Construction of Freedom Readiness Center in Sykesville, MD

183 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 21

11-GM. GENERAL MISCELLANEOUS (cont’d)

Remarks: These are anticipated amounts, subject to necessary extensions, in the event the construction takes longer than expected to complete. Construction inspection services are required to ensure compliance with the requirements of the construction contract.

TOTAL $208,755.64

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

184 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 22

Contact: Wendy Scott-Napier 410.767.4088 [email protected]

12-RP. REAL PROPERTY Department of Health & Department of Juvenile Services

Recommendation: Approve Agreement of Sale

Background: Reference is made to Item 10-RP of the March 9, 2016 Board of Public Works meeting, in which approval was given to declare this property surplus.

Property: 114-122 Callendar Street, Baltimore City +/- 4,080 sf. improved land

Grantor: Maryland Department of Health, to the use of the Department of Juvenile Services (116-122 Callendar Street) Department of Juvenile Services (114 Callendar Street)

Grantee: Chinunso J. Iwundu

Consideration: $179,000

Authority: §10-305, State Finance and Procurement Article, Annotated Code of MD

Appraised Value: $178,000 - Darryl Andrews - Review Staff Appraiser 3/06/2018 $155,000 – Darryl Andrews – Review Staff Appraiser 1/29/2016 $155,000 - Bernard A. Page, Jr. – Fee Appraiser 12/09/2015 $132,300 - S. Michael Everette – Fee Appraiser 12/09/2015

Remarks: Approval is requested for the sale of +/- 4,080 sf. of improved land at 114 and 116- 122 Callendar Street, Baltimore City to Chinunso J. Iwundu for $179,000. The property was previously used as a group home by the Department of Juvenile Services. The Deed has been prepared and approved by the Office of the Attorney General.

The property was advertised as an Invitation for Bid on E-Maryland Marketplace and the Daily Record. This office received two inquires, but Mr. Iwundu was the only one to submit a bid for the property.

Legislative Notification: Notification was made for this disposal in accordance with State Finance & Procurement 10-305 on February 8, 2019.

185 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 23

12-RP. REAL PROPERTY (cont’d)

State Clearinghouse: The Clearinghouse conducted an intergovernmental review of the project under MD20180508-0312. It has recommended to declare 114 Callendar Street, Baltimore, Maryland surplus to the needs of the State of Maryland.

The Clearinghouse conducted an intergovernmental review of the project under MD20140624- 0545, has recommended to declare the Mount Clare House, a former group home consisting of +/- 4,224 square feet, surplus to the State, and to offer the property for public sale. Note – Two Clearinghouse reviews were requested, because the first review only included 116- 122 Callendar Street and did not include 114 Callendar Street, which was owned by DJS.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

186 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 24

Contact: Wendy Scott-Napier 410.767.4088 [email protected]

13-RP. REAL PROPERTY Department of Agriculture Maryland Agricultural Land Preservation Foundation Agricultural Land Preservation Easements (Various Properties)

Reference: Approval is requested for the Maryland Agricultural Land Preservation Foundation, Department of Agriculture, to accept option contracts for the purchase of agricultural preservation easements on the following properties:

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 bill boards 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. Grantee 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 6, 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 7 through 21, 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 7, 11 and 13, the unrestricted lot will be a building envelope that will not be subdivided from the farm.

C) As to items 22 through 28, the Grantor is waiving the right to request any additional lots.

187 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 25

13-RP. REAL PROPERTY (cont’d)

Grantor Property Price

FAMILY LOTS Charles County 1. Kelly Barnes 160 Acres $477,000.00 08-19-01 Less 1 acre $3,000.00/acre Per dwelling (Appraised Value) (Agricultural Value) (Easement Value) a. Cline (fee) $720,000.00 $96,532.80 $623,467.20 b. Peters (fee) $795,000.00 $96,532.80 $698,467.20 Review Appraiser: Andrews

Dorchester County 2. Piney Branch, LLC 88.96 Acres $222,400.00 09-19-09 $2,500.00/acre (Appraised Value) (Agricultural Value) (Easement Value) a. McCain (fee) $489,000.00 $126,020.35 $362,979.65 b. Cadell (fee) $463,000.00 $126,020.35 $336,979.65 Review Appraiser: Andrews

Frederick County 3. Kathy Baker 198 Acres $999,600.00 10-19-01 Less 1 acre $5,100.00/acre Per dwelling (2 dwellings) (Appraised Value) (Agricultural Value) (Easement Value) a. Belinko (fee) $1,332,800.00 $144,622.13 $1,188,177.87 b. Muller (fee) $1,333,000.00 $144,622.13 $1,188,377.87 Review Appraiser: Enger

Washington County 4. Houser’s Produce Farm, 83.21 Acres $306,000.00 Inc. $3,677.44/acre 21-19-04 (Appraised Value) (Agricultural Value) (Easement Value) a. Enger (Staff) $408,000.00 $47,811.31 $360,188.69 b. Bowers (fee) $582,000.00 $47,811.31 $534,188.69 c. Cline (fee) $374,000.00 $47,811.31 $326,188.69 Review Appraiser: Enger

188 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 26

13-RP. REAL PROPERTY (cont’d)

FAMILY LOTS (cont’d)

5. P & R Houser 152.73Acres* $574,500.00 21-19-06 Less 1 acre $8,826.68/acre Per dwelling (Appraised Value) (Agricultural Value) (Easement Value) a. Enger (Staff) $766,000.00 $141,242.08 $624,757.92 b. Bowers (fee) $1,126,000.00 $141,242.08 $984,757.92 c. Cline (fee) $826,000.00 $141,242.08 $684,757.92 Review Appraiser: Enger *152.73 acres will be encumbered by the MALPF Easement, but 1.6 acres is already protected by prior restrictions and thus payment will be made upon 150.13 acres, after also subtracting 1 acre for 1 existing dwelling.

Wicomico County 6. Hurleyville Farms, 58.6 Acres $267,750.00 LLC Less 1 acre $4,648.44/acre 22-19-06 Per dwelling (Appraised Value) (Agricultural Value) (Easement Value) a. Lefort (fee) $357,000.00 $64,041.33 $292,958.67 b. McCain (fee) $317,000.00 $64,041.33 $252,958.67 Review Appraiser: Andrews

UNRESTRICTED LOTS Baltimore County 7. Mays Farming, LLC 103.3602 Acres $752,250.00 03-19-09 $7,277.95/acre (Appraised Value) (Agricultural Value) (Easement Value) a. Muller (fee) $1,003,000.00 $88,787.23 $914,212.77 b. Campbell (fee) $1,033,600.00 $88,787.23 $944,812.77 Review Appraiser: Kelleher

Caroline County 8. Ringgold’s Green, LLC 144 Acres $498,413.20 05-19-08 Less 1 acre $3,485.41/acre Per dwelling (Appraised Value) (Agricultural Value) (Easement Value) a. Cline (fee) $715,000.00 $216,586.80 $498,413.20 b. Cadell (fee) $615,000.00 $216,586.80 $398,413.20 Review Appraiser: Lefort

189 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 27

13-RP. REAL PROPERTY (cont’d)

UNRESTRICTED LOTS (cont’d)

Cecil County 9. AJ Major Farms, Inc. 117.154 Acres $659,250.00 07-19-01 $5,627.21/acre (Appraised Value) (Agricultural Value) (Easement Value) a. Muller (fee) $879,000.00 $106,770.44 $772,229.56 b. Campbell (fee) $878,700.00 $106,770.44 $771,929.56 Review Appraiser: Kelleher

Charles County

10. L & C Bowling 179.56 Acres $471,000.00 08-19-03 $2,623.08/acre (Appraised Value) (Agricultural Value) (Easement Value) a. Cline (fee) $628,000.00 $108,599.40 $519,400.60 b. Peters (fee) $826,000.00 $108,599.40 $717,400.60 Review Appraiser: Andrews

11. Jarrett Trust 147.958 Acres $369,895.00 08-19-04 $2,500.00/acre (Appraised Value) (Agricultural Value) (Easement Value) a. Peters (fee) $503,000.00 $89,267.50 $413,732.50 b. Cline (fee) $590,000.00 $89,267.50 $500,732.50 Review Appraiser: Andrews

12. Hess Trust 202 Acres $545,400.00 08-19-07 $2,700.00/acre (Appraised Value) (Agricultural Value) (Easement Value) a. Andrews (Staff) $808,000.00 $121,872.66 $686,127.34 b. Cline (fee) $909,000.00 $121,872.66 $787,127.34 c. Peters (fee) $626,200.00 $121,872.66 $504,327.34 Review Appraiser: Andrews

13. Mt. Tirzah Family LP 210 Acres* $748,800.00 08-19-08 $3,600.00/acre (Appraised Value) (Agricultural Value) (Easement Value) a. Cline (fee) $1,352,000.00 $104,668.67 $1,247,331.33 b. Peters (fee) $811,200.00 $104,668.67 $706,531.33 Review Appraiser: Andrews *210 acres will be encumbered by the MALPF Easement, but 2 acres is reserved for 2 non- subdivideable building envelopes, and thus payment will only be made upon 208 acres.

190 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 28

13-RP. REAL PROPERTY (cont’d)

UNRESTRICTED LOTS (cont’d)

14. L & K Redding 59.6078 Acres* $83,675.60 08-19-10 $2,000.00/acre (Appraised Value) (Agricultural Value) (Easement Value) a. Cline (fee) $146,000.00 $25,242.00 $120,758.00 b. Peters (fee) $133,900.00 $25,242.00 $108,658.00 Review Appraiser: Andrews *59.6078 acres will be encumbered by the MALPF Easement but 17.77 acres is already protected by prior restrictions and thus payment will only be made upon 41.8378 acres.

15. Wegner Estate 351.951 $1,221,328.50 08-19-11 Less 1 acre $3,500.00/acre Per dwelling (3 dwellings) (Appraised Value) (Agricultural Value) (Easement Value) a. Cline (fee) $2,792,000.00 $212,342.60 $2,579,657.40 b. Peters (fee) $2,547,000.00 $212,342.60 $2,334,657.40 Review Appraiser: Andrews

Queen Anne’s County

16. K. Liskow, et. al. 105 Acres $416,000.00 17-19-01 Less 1 acre $4,000.00/acre Per dwelling (Appraised Value) (Agricultural Value) (Easement Value) a. Cadell (fee) $760,000.00 $112,852.08 $647,147.92 b. Cline (fee) $728,000.00 $112,852.08 $615,147.92 Review Appraiser: Andrews

17. M. Hayman, et. al. 143.318 Acres $489,043.40^ 17-19-07 Less 1 acre $3,460.59/acre Per dwelling (2 dwellings) (Appraised Value) (Agricultural Value) (Easement Value) a. Cadell (fee) $1,065,000.00 $179,500.55 $885,499.45 b. Cline (fee) $1,044,000.00 $179,500.55 $864,499.45 Review Appraiser: Andrews

191 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 29

13-RP. REAL PROPERTY (cont’d)

UNRESTRICTED LOTS (cont’d)

St. Mary’s County

18. S & G Reeves 155 Acres $565,950.00 18-19-03 Less 1 acre $3,675.00/acre Per dwelling (Appraised Value) (Agricultural Value) (Easement Value) a. Belinko (fee) $754,600.00 $113,990.10 $640,609.90 b. Cadell (fee) $708,000.00 $113,990.10 $594,009.90 Review Appraiser: Enger

19. Bailey Trusts 135 Acres $911,250.00 18-19-06 $6,750.00/acre (Appraised Value) (Agricultural Value) (Easement Value) a. Cadell (fee) $1,215,000.00 $99,281.70 $1,115,718.30 b. Belinko (fee) $1,255,000.00 $99,281.70 $1,155,718.30 Review Appraiser: Enger

20. Thomas Davis, et. al. 112.027 Acres $789,790.50 18-19-07 $7,050.00/acre (Appraised Value) (Agricultural Value) (Easement Value) a. Belinko (fee) $1,053,054.00 $82,386.90 $970,667.10 b. Cadell (fee) $1,232,000.00 $82,386.90 $1,149,613.10 Review Appraiser: Enger

21. Charles Abell, et. al. 107.63 Acres $427,500.00 18-19-09 $3,971.94/acre (Appraised Value) (Agricultural Value) (Easement Value) a. Cadell (fee) $570,000.00 $72,700.57 $497,299.43 b. Belinko (fee) $624,254.00 $72,700.57 $551,553.43 Review Appraiser: Enger

LOT WAIVER Baltimore County 22. Nancy DiPaula 119.924 Acres $832,468.00 03-19-04 Less 1 acre $7,000.00/acre Per dwelling (Appraised Value) (Agricultural Value) (Easement Value) a. Muller (fee) $1,189,000.00 $91,895.53 $1,097,104.47 b. Appraiser (fee) $1,189,200.00 $91,895.53 $1,097,304.47 Review Appraiser: Kelleher

192 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 30

13-RP. REAL PROPERTY (cont’d)

LOT WAIVER (cont’d)

23. Ensor Trust 96.24 Acres $857,250.00 03-19-06 Less 1 acre $9,000.94/acre Per dwelling (Appraised Value) (Agricultural Value) (Easement Value) a. Muller (fee) $1,143,000.00 $62,563.67 $1,080,436.33 b. Campbell (fee) $952,400.00 $62,563.67 $889,836.33 Review Appraiser: Kelleher

24. D & B Kurtz 169.45 Acres $1,137,037.50 03-19-08 Less 1 acre $6,750.00/acre Per dwelling (Appraised Value) (Agricultural Value) (Easement Value) a. Muller (fee) $1,550,000.00 $148,383.60 $1,401,616.40 b. Campbell (fee) $1,516,100.00 $148,383.60 $1,367,716.40 Review Appraiser: Kelleher

25. D & S Weinreich 77.223 Acres $552,750.00 03-19-12 Less 1 acre $7,348.15/acre Per dwelling (2 dwellings) (Appraised Value) (Agricultural Value) (Easement Value) a. Muller (fee) $737,000.00 $63,971.51 $673,028.49 b. Campbell (fee) $752,200.00 $63,971.51 $688,228.49 Review Appraiser: Kelleher

Caroline County 26. John Hammer 26 Acres $78,000.00 05-19-04 $3,000.00/acre (Appraised Value) (Agricultural Value) (Easement Value) a. Cadell (fee) $172,000.00 $37,164.27 $134,835.73 b. Cline (fee) $195,000.00 $37,164.27 $157,835.73 Review Appraiser: Lefort

Carroll County 27. M. Schulte & C. Wilt 37.12 Acres $180,600.00 06-19-07 Less 1 acre $5,000.00/acre Per dwelling (Appraised Value) (Agricultural Value) (Easement Value) a. Muller (fee) $307,000.00 $25,861.79 $281,138.21 b. Campbell (fee) $289,000.00 $25,861.79 $263,138.21 Review Appraiser: Kelleher

193 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 31

13-RP. REAL PROPERTY (cont’d)

LOT WAIVER (cont’d)

St. Mary’s County 28. Jack Beckwith 20.03 Acres $102,750.00 18-19-02 Less 1 acre $5,399.37/acre Per dwelling (Appraised Value) (Agricultural Value) (Easement Value) a. Cadell (fee) $137,000.00 $14,730.46 $122,269.54 b. Belinko (fee) $137,000.00 $14,730.46 $122,269.54 Review Appraiser: Enger

Fund Sources L00/10460 $15,537,651.70 Total: $15,537,651.70

Total Acres (Ta): 3,561.0530

Ta Less Unpaid Acres And Dwellings: 3,519.683

Average Price Per Paid Acre: $4,414.50

Remarks: The Department of Agriculture recommends acceptance of these contracts.

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.

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.

Items 17, marked with a “^” is an “insufficient funds offer”. The Option Contract for the insufficient offer specifies that if additional funds become available during the due diligence period, the offer will increase to 75% of the fair market value, or the asking price, whichever is less. Any increase in purchase price will be subject to Board of Public Works approval.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

194 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 32

Contact: Wendy Scott-Napier 410.767.4088 [email protected]

14-RP. REAL PROPERTY Department of Agriculture

Recommendation: Approve a partial release of 0.385 +/- acre of land from the operation and effect of the existing agricultural preservation easement and the creation of a 3.397 acre permitted use envelope within the existing agricultural easement area, for a total of 3.782 acres, in exchange for 3.783 acres of contiguous land to be added to the agricultural preservation easement area by amending the Easement.

Releasor: The State of Maryland, to the use of the Maryland Agricultural Land Preservation Foundation of the Department of Agriculture

Releasee: Brian S. Baker

Property: 3.782 acres (0.385 acres released & 3.397 acres in a permitted use envelope)

Grantor: Brian S. Baker

Grantee: The State of Maryland, to the use of the Department of Agriculture on behalf of the Maryland Agricultural Land Preservation Foundation

Property: 3.783 acres

Consideration: No Monetary Consideration

Remarks: Reference is made to Item 32-RP of this Department's Agenda of June 26, 1985, for the meeting of the Board of Public Works wherein approval was given to the Maryland Agricultural Land Preservation Foundation (hereinafter, “MALPF”) to acquire an agricultural preservation easement on 128 acres of land for $69,100.00. Subsequent title work revealed acreage of 127.263 acres and actual payment of $68,694.654 was paid out in installments after completion of purchase of the easement on June 23, 1986.

Board of Public Works Approval is requested to grant a partial release wherein the State of Maryland, to the use of the Foundation, will release a 0.385 acre area of land from the operation and effect of the Easement, and also approve a 3.397 acre permitted use envelope within the Easement area (3.782 acres total), in exchange for a 3.783 acre lot of contiguous land of equal soils to be added to the agricultural preservation area by amending the Easement.

195 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 33

14-RP. REAL PROPERTY (cont’d)

This request is being made to: 1) correct an encroachment issue by a residential lot that is surrounded by the farm by adding the encroached area (0.385 acres) to the residential lot, and 2) to also permit the landowner to conduct a wedding venue within a permitted use envelope upon the farm. The permitted use envelope areas must remain tied to the farm, and may never be subdivided or conveyed separately from the farm. A drawing depicting the exchange of land is attached hereto. The Foundation’s Board of Trustees has approved the transaction. The quality of soils is identical and the area to be the permitted use envelope is not actively farmed, whereas the area to be added to the easement is in active production. A plat depicting the exchange of land is attached hereto. The appraisal unit of the Department of General Services has found that the exchange will have a positive effect on the value of the existing easement.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

196 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 34

Contact: Wendy Scott-Napier 410.767.4088 [email protected]

15-RP. REAL PROPERTY Department of Agriculture

Recommendation: Approve partial releases of (1) 0.762 +/- acres of land and (2) 1.006 acres of land from the operation and effect of the existing agricultural preservation easement. The strips of land are to be acquired by Talbot County Maryland in consideration of $944.92 per acre in accordance with the formula set forth in the Agriculture Article.

Releasor: The State of Maryland, to the use of the Maryland Agricultural Land Preservation Foundation of the Department of Agriculture

Releasees: (1) Rodney M. Collins, Jr., Lara L. Collins, and Michael D. Collins (2) John O. Brooks, Jr. and Sherrill G. Brooks (1 and 2) Talbot County, Maryland

Property: (1) 0.762 acres of land (2) 1.006 acres of land

Consideration: (1) $720.03 (2) $950.59

Remarks: Board of Public Works Approval is requested to grant partial releases wherein the State of Maryland, to the use of the Maryland Agricultural Land Preservation Foundation, will release 1 0.762 +/- acres of land and 2 1.006 acres of land from the operation and effect of the above referenced agricultural preservation easement as permitted by Agriculture Article § 2-515 Annotated Code of Maryland. Surveys of the areas are attached.

Reference is made to Item 48-RP of this Department's Agenda of June 29, 1988, for the meeting of the Board of Public Works wherein approval was given to the Maryland Agricultural Land Preservation Foundation (hereinafter, “MALPF”) to acquire an agricultural preservation easement from the Collins family on 256 +/- acres of land for $241,300.00. Purchase of the easement was completed on August 31, 1988. Purchase price was further reduced to $240.009.90 as the acreage verification during the due diligence period revealed the final acreage to be 254.6+/- acres.

197 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 35

15-RP. REAL PROPERTY (cont’d)

Remarks: (cont’d)

After an approved agricultural subdivision in 2005, the Collins family now owns 196.4+/- acres of the original farm, and Mr. & Mrs. Brooks own 58.2+/- acres.

Talbot County (hereinafter “County”) has determined that it needs to acquire certain fee interests and temporary easements for the public purpose of widening the roadway to construct storm- water and utility related improvements and has delivered notice of its intention to condemn the requested acreage. The County has determined that the intended improvements will increase safety and operations through a section of roadway that is currently narrow and prone to drainage issues. The County will reimburse MALPF for the released acreage according to the formula set forth in the Agriculture Article. The total compensation for both strips of land is $1,670.62, and that amount will be deposited in the MALPF Fund.

Pursuant to Agriculture Article §2-515, Annotated Code of Maryland, the MALPF Board of Trustees found that the proposed transaction constituted a public purpose of greater importance than the MALPF Easement because of safety reasons and that no alternative location exists.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

198 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 36

Contact: Wendy Scott-Napier 410.767.4088 [email protected]

16-LL. LANDLORD LEASE Department of Natural Resources

Recommendation: Approve a ten-year lease

Background: Approval is requested for a ten-year new lease agreement with Thousand Acres Developments, Inc., a Delaware Corporation for golf course irrigation. Reference is made to License Agreement approved by Board of Public Works at its meeting held on February 18, 2009, which expired on February 17, 2019. A right of entry was executed during the interim awaiting information from the tenant to enter into a new lease agreement. The revenue generated from this lease will be placed in the State Forest and Park Reserve Fund.

Tenant : Thousand Acres Developments, Inc., 8 Sky Valley Rd., Swanton, MD 21561

Property Location: Deep Creek Lake State Park, Garrett County

Space Type: Land Lease Type: New Acres: 4,276 Square Feet Duration: 10 years Effective: 8/1/2019 Annual Rent: $14,000 Years 1-5 $14,500 Years 6-10

Utilities Responsibility: Tenant Responsibility Custodial Responsibility: Tenant Responsibility Previous Board Actions: 2/18/2009, DGS Agenda Item 12-L

Remarks: 1. Tenant shall occupy and use the Premises for and only for the placement, repair, maintenance, and use of water irrigation intake pipes and line for the withdrawal of water for irrigation of the Thousand Acres Lakeside Golf course only on an as needed basis. 2. Water withdrawal may not exceed the daily and annual limits as set forth and made a condition of the water appropriation permit issued on August 1, 2008 as permit number GA2007S012(01) by the Maryland Department of the Environment which may be replaced, revised, or amended from time to time. 3. The Tenant shall pay, in addition to the lease agreement a monthly water withdrawal rent for the period beginning February 18, 2019 and continuing from that date throughout the Term of the Lease (Water Rent) of $0.40 per one thousand (1000) gallons for the first ten thousand (10,000) gallons withdrawn per day, and $0.60 per one thousand (1000) gallons for any additional water withdrawn per day.

199 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 37

16-LL. LANDLORD LEASE

4. Tenant shall maintain at its expense insurance against loss or liability in connection with bodily injury, death, property damage or destruction to the Premises of not less than a minimum coverage of $1,000,000 combined single limit per occurrence 5. The Lease contains a Termination for Convenience clause.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

200 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 38

Contact: Wendy Scott-Napier 410.767.4088 [email protected]

17-LL. LANDLORD LEASE Department of Natural Resources

Recommendation: Approve a ten-year lease renewal

Background: Reference is made to item 9-LL approved by the Board of Public Works at its meeting on October 21, 2009. Approval is requested for a ten-year lease renewal agreement with Harford Bowmen, Incorporated (non-profit), for the continuation of an archery range facility for both public and private use.

Tenant : Harford Bowmen, Incorporated, 200 South Main Street, Belair, MD 21014

Property Location: Susquehanna State Park, Harford County

Space Type: Land Lease Type: Renewal Acres: 17.26 Acres Duration: 10 years Effective: 10/21/2019 Annual Rent: $1.00

Utilities Responsibility: Tenant Responsibility Custodial Responsibility: Tenant Responsibility Previous Board Actions: 9-LL dated 10/21/2009

Remarks: 1. Tenant shall occupy and use the Premises for and only for an archery range facility for both public and private use. 2. Tenant will be allowed exclusive private use of the Premises for a maximum of 12 days per lease year provided that such use must be requested by Tenant in writing to the Park Manger of Susquehanna State Park at least 30 days prior to any private Tenant event. The Park Manager will provide Tenant with written approval or disapproval within 14 days of receipt of Tenant’s request. 3. Tenant shall maintain at its expense insurance against loss or liability in connection with bodily injury, death, property damage or destruction to the Premises of not less than a minimum coverage of $1,000,000 combined single limit per occurrence. 4. The Lease contains a Termination for Convenience clause.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

201 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 39

Contact: Wendy Scott-Napier 410.767.4088 [email protected]

18-LT. TENANT LEASE Comptroller - Revenue Administration

Recommendation: 1. Approve five-year lease with one 5-year renewal option (exercise of option subject to future Board approval)

Background: Reference is made to item 8-LT-OPT dated 4/16/14, wherein the Board of Public Works approved a five-year lease for the period 5/1/14 – 4/30/19. The lease has a six-month holdover period which expires October 31, 2019.

Landlord: Red Leaf-Dairy Corner LLC, c/o Red Leaf Development and Investment Associates, Inc P.O. Box 10655 Towson, Maryland 21285-0655

Property Location: 103 Chesapeake Boulevard, Ste D, Elkton, MD 21921

Space Type: Office Lease Type: Renewal Square Feet: 1,695 Duration: 5 Years Effective: September 1, 2019 Annual Rent: $40,680.00 Square Foot Rate: $24.00

Utilities Responsibility: Tenant Custodial Responsibility: Landlord Previous Board Action(s): 4/16/14-8-LT-OPT

Fund Source: Appropriation# E00A0401

Remarks: 1. The Branch office of the Comptroller of Maryland provides daily taxpayer services to the taxpayers of upper Chesapeake region of Maryland. The office will also handle audits, collection activities and investigations of individuals and local businesses to ensure compliance with the revenue laws of the State. 2. The lease contains a termination for convenience clause and the standard 6-month hold- over period. 3. This space was acquired by sole source. See COMAR 21.05.05.02.D; DGS Space Management, Paragraph 6-605 E.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

202 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 40

Contact: Wendy Scott-Napier 410.767.4088 [email protected]

19-LT. TENANT LEASE Department of General Services

Recommendation: 1. RETROACTIVE: Ratify continuation of tenancy from 07/01/2019 – 8/01/2019. 2. Approve a new five-year parking lease.

Background: Reference is made to DGS Item 10 LT-MOD dated 7/7/2010 whereas the Board of Public Works approved a ten-year parking lease with the Naval Academy Athletic Association. The retroactive request occurred due to extended lease negotiations with the Landlord.

Landlord: Naval Academy Athletic Association, 566 Brownson Road, Annapolis, MD 21402

Property Location: Navy Marine Corps Memorial Stadium, 511 Taylor Ave, Annapolis, MD 21401

Space Type: Parking Lease Type: New No. of Spaces: Duration: 5 Years Effective: 8/1/2019 1,000 Annual Rent: $724,920.00 yr. 1 & 2 Rate/Space/Month: $60.41 $750,000.00 yr. 3 $62.50 $774,960.00 yr. 4 $64.58 $799,920.00 yr. 5 $66.66

Note: Ratification requested for payment of $60,410.00 during post-holdover period (1 month).

Utilities Responsibility: Landlord Custodial Responsibility: Landlord Previous Board Action(s): 7/7/2010 10-LT-MOD

Fund Source: PCA 33151 sub object 0705 garage rent

Remarks: 1. The parking is available on a 24/7 basis except for up to six days a year for Naval Academy home football games, graduation exercises, and ten additional Naval Academy Events. Landlord shall provide a written schedule to the Lessee on July 1st of each year this Lease is in effect of the dates of the Naval Academy Events. 2. The number of spaces complies with the 1:3 ration established for this area. 3. The lease contains a termination for convenience clause, and the standard 6 month hold- over period. 4. This space was acquired by sole source in accordance with the DGS Space Management Manual, Paragraph 6-605 E., as authorized by COMAR 21.05.05.02D.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

203 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 41

Contact: Wendy Scott-Napier 410.767.4088 [email protected]

20-LT. TENANT LEASE Department of Labor, Licensing and Regulation Department of Health District Courts Department of General Services

Recommendation: Approval is requested for a new five-month parking lease.

Background: Approval is requested for a new five-month parking lease of 50 spaces at a rate of $140.00 per space for a total rent of $35,000.00 for the period August 1, 2019 through December 31, 2019. Landlord requested a five-month lease due to new management operations requesting all new leases to begin at the beginning of the calendar year January 1, 2020. Landlord has accepted this as an emergency lease to accommodate Maryland State employees.

Landlord: Atapco Baltimore I, LLC, One South Street, Suite 2800 Baltimore, MD 21202

Property Location: 601 N. Calvert Street, Baltimore, MD 21202

Space Type: Garage Parking Lease Type: New Number of Spaces: 50 Duration: 5 Month Effective: 8/01/2019 DLLR – 40 Rent: $35,000.00 Rate/Space/Month: $140.00 MDH - 5 JUDC - 4 DGS - 1 Utilities Responsibility: Landlord Custodial Responsibility: Landlord Previous Board Actions: N/A

Fund Source: DLLR P00A0105 AE10 0705 KAA1X-GF MDH PCA A266GA OBJECT 0899 JUDC B004; PCA: 40741 DGS PCA 33449 sub object 0705

Remarks: 1. These spaces are used by employees of the DLLR, MDH, JUDC located at 501 N. Calvert Street, Baltimore, MD 21202 for a total of 61 spaces. 2. The lease contains a termination for convenience clause, and the standard 6 month hold- over period.

204 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 42

20-LT. TENANT LEASE (cont’d)

Remarks: 1. These spaces are used by employees of the DLLR, MDH, JUDC located at 501 N. Calvert Street, Baltimore, MD 21202 for a total of 61 spaces. 2. The lease contains a termination for convenience clause, and the standard 6-month hold- over period. 3. The agencies are in compliance with the 1:3 ratio established for this area. 4. This space was acquired by sole source in accordance with the DGS Space Management Manual, Paragraph 6-605 E., as authorized by COMAR 21.05.05.02D.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

205 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 43

Contact: Wendy Scott-Napier 410.767.4088 [email protected]

21-LT. TENANT LEASE Department of Labor, Licensing and Regulation Department of Health District Court of Maryland

Recommendation: Approval is requested for a one-year parking lease of 86 spaces at a rate of $83.00 per space for a total annual rent of $85,656 with one renewal option.

Landlord: Fallsway Properties, LLC, Edison Parking Corporation 100 Washington Street, Newark, NJ 07102

Property Location: 560 N. High Street, Baltimore, Maryland 21202

Space Type: Surface Parking Lease Type: New No. of Spaces: 86 Duration: 1 Year Effective: January 1, 2019 JUDC 16 DLLR 40 Annual Rent: $85,656 Rate/Space/Month: $83 MDH 30

Utilities Responsibility: Landlord Custodial Responsibility: Landlord Previous Board Action(s): none

Fund Source:

JUDC B004; PCA: 40741 DLLR P00F101 FA12 61727 SF0705 MDH N101G

Remarks: 1. JUDC, MDH and DLLR have to move out of the State-owned parking garage located at 500 N. Calvert Street due to construction. 2. This is a fenced in surface lot. The lot is well lit and ingress and egress is controlled by electronic gates. 3. The lease contains a termination for convenience clause, and the standard 6-month hold- over period. 4. This space was acquired by sole source in accordance with the DGS Space Management Manual, Paragraph 6-605 E., as authorized by COMAR 21.05.05.02D. The Department of General Services, in conjunction with the using Agency, recommends the approval of this item.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

206 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 44

Contact: Wendy Scott-Napier 410.767.4088 [email protected]

22-LT. TENANT LEASE Department of Public Safety and Correctional Services

Recommendation: 1. RETROACTIVE. Ratify continuation of tenancy from June 1, 2019 to July 31, 2019. 2. Extend the lease term for 10 months commencing on August 1, 2019 and ending on May 31, 2020 in order to provide the agency, Division of Parole & Probation, enough time to find a new location in the Dundalk area of Baltimore County. The current location, Logan Village, is in the process of being acquired and redeveloped which is requiring the agency to relocate.

Background: Reference is made to item 16-LT dated 5/24/17, wherein the Board of Public Works approved a two-year lease for the period 6/1/17 – 5/30/19. The retroactive request occurred due to delays in negotiating a short term extension with the landlord.

Landlord/Owner: Logan Village Center, LLC, 9654-A Belair Road Baltimore, MD 21236

Property Location: 3413 Dundalk Avenue, Dundalk, MD 21222

Space Type: Office Space Lease: Renewal Square Feet: 6,125 Duration: 10 months Effective: August 1, 2019 Annual Rent: $76,817.71 Square Foot Rate: $15.05

Note: Ratification requested for payment of $15,363.54 during the post-expiration period (61 days)

Utilities Responsibility: Tenant Custodial Responsibility: Tenant Previous Board Actions: DGS Item 16-LT (5/24/2017) Fund Source: TC110

Remarks: 1. This space has been used since 1996 as administrative and client contact offices for the Division of Parole and Probation, Office of Criminal Supervision and the Drinking Driver Monitoring Program. The Office of Criminal Supervision is responsible for monitoring and supervising the activities of those persons under the court’s supervision residing in the community. The Drinking Driver Monitor Program Office supervises and administers breathalyzer tests to those persons mandated to participate in the program by the courts.

207 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 45

22-LT. TENANT LEASE (cont’d)

2. The lease provides free parking spaces at no cost to the State. 3. This space was acquired by sole source in accordance with the DGS Space Management Manual, Paragraph 6-605 E., as authorized by COMAR 21.05.05.02.D.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

208 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 46

Contact: Wendy Scott-Napier 410.767.4088 [email protected]

23-LT. TENANT LEASE Maryland 529

Recommendation: Approval is requested for a five-year lease renewal.

Background: Reference is made to DGS Item 8-LT (10/18/2017) in which the Board of Public Works approved a two-year lease which expired on June 30, 2019. That lease had a six-month holdover period which expires December 31, 2019.

Landlord: Redwood Tower Limited Partnership 2700 Westchester Avenue, Suite 303, Purchase, NY 10577

Property Location: 217 E. Redwood Street, Baltimore, MD 21202

Space Type: Office Lease Type: Renewal Sq.Ft.: 6,448 Duration: 5 years Effective: 9/1/2019 Annual Rent $150,238.40 Square Foot Rate: $23.30

Utilities Responsibility: Landlord Custodial Responsibility: Landlord Previous Board Action: #8-LT, dated 10/18/2017.

Fund Source: 100% General

Remarks: 1. Proposed renewal begins at $23.30/NUSF full service and escalates at 2.5% annually. 2. Proposed renewal includes re-painting and re-carpeting the premises. 3. This lease contains one 5-year renewal option, subject to future BPW approval. 4. This lease contains termination for convenience and provisions for a six-month hold-over period. 5. This space was acquired by sole source in accordance with the DGS Space Management Manual, Paragraph 6-605E., as authorized by COMAR 21.05.05.02D.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

209 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 47

Contact: Wendy Scott-Napier 410.767.4088 [email protected]

24-LT. TENANT LEASE Department of Education

Recommendation: Approval is requested to add an additional 20 parking spaces for MSDE to the current parking lease.

Landlord: Baltimore Arena Parking Associates, LLC 300 East Lombard Street, Suite 630 Baltimore, Maryland 21202

Property Location: 210-218 W. Baltimore Street, Baltimore, Maryland 21201

Space Type: Garage Parking Lease Type: Supplemental Number of Spaces: 20 Duration: 2 Years Effective: August 1, 2019 Rent/Year: $31,200 Rate/Space/Month: $130

Utilities Responsibility: Landlord Custodial Responsibility: Landlord Previous Board Actions: 03/06/2019- Item 46-LT.

Fund Source: Agency: R00; APPN: A0101; PCA: A200

Remarks: 1. These spaces are used by employees of MSDE located at 6 Saint Paul Street, Baltimore City. This request will increase the MSDE parking from 37 to 57 spaces total. 2. The lease contains a termination for convenience clause. 3. The agencies are in compliance with the 1:3 ratio established for this area. 4. This space was acquired by sole source in accordance with the DGS Space Management Manual, Paragraph 6-605 E., as authorized by COMAR 21.05.05.02D.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

210 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 48

Contact: Wendy Scott-Napier 410.767.4088 [email protected]

25-LT. TENANT LEASE Department of Juvenile Services

Recommendation: Approval is requested for a ten-year lease renewal.

Background: Reference is made to DGS Item 17-LT-OPT (11/20/13) in which the Board of Public Works approved a 5-year lease which expired on December 31, 2018. That lease had a six-month holdover period which expired June 30, 2019, and was further extended by the Landlord to September 30, 2019.

Landlord: A&A Realty of Somerset County, Inc. 10840 Market Ln, Bldg A, Ste 5, Princess Anne, MD 21853

Property Location: 12155 Elm Street, Princess Anne, MD 21853

Space Type: Office Lease Type: Renewal Sq.Ft.: 2,586 Duration: 10 years Effective: 9/1/2019 Annual Rent $42,022.50 Square Foot Rate: $16.25

Utilities Responsibility: Tenant Custodial Responsibility: Landlord Previous Board Action: 17-LT-OPT

Fund Source: 100% General

Remarks: 1. Proposed renewal keeps the rent flat at $16.25/NUSF net of utilities for the next ten years. 2. This lease contains one 5-year renewal option, subject to future BPW approval. 3. This lease contains termination for convenience and provisions for a six-month hold-over period. 4. This space was acquired by sole source in accordance with the DGS Space Management Manual, Paragraph 6-605E., as authorized by COMAR 21.05.05.02D.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

211 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 49

Contact: Shirley Kennedy 410.767.4107 [email protected]

26-CGL. CAPITAL GRANTS AND LOANS

Recommendation: That the Board of Public Works unanimously grant a temporary exception for one year from the automatic termination of funds for the following bond bill authorization:

Board of Directors of the Foundation for Frostburg, Inc. Coal Miner Memorial Statue (Allegany County) “For the acquisition, planning, design, construction, repair, renovation, reconstruction, site improvement, and capital equipping of the Coal Miner Memorial Statue, located in Allegany County.” $75,000.00 Maryland Consolidated Capital Bond Loan of 2017 (LSI - Chapter 022, Acts of 2017) DGS Item G095

MATCHING FUND: The MCCBL requires the grant recipient to provide a matching fund no later than June 1, 2019 and the Board of Public Works to certify a matching fund. The Board of Directors of the Foundation for Frostburg, Inc. did not meet the June 1, 2019 deadline for presenting a matching fund and are requesting an emergency extension of one year to June 1, 2020 to obtain Board of Public Works certification of a matching fund.

Authority: The State Finance Law provides:

“If, within 2 years after the date of an authorization of State debt, evidence that a required matching fund will be provided has not been presented to the Board or no part of the project or program for which the enabling act authorized the State debt is under contract and the Board has not encumbered money for any part of the project or program, the authorization terminates unless:

1. The enabling act provides otherwise; or

2. In an emergency, the Board unanimously grants a temporary exception for a period of 1 year.

Section 8-128(a), State Finance and Procurement Article, Annotated Code of Maryland

212 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 50

26-CGL. CAPITAL GRANTS AND LOANS (cont’d)

Recommendation: The Board of Public Works unanimously grant a temporary exception for one year from the automatic termination of funds for the following bond bill authorization:

Authority: The State Finance Law provides:

Section 8-128, State Finance and Procurement Article, Maryland Code. State law provides “Except to the extent that money authorized by an enabling act for a State project or program has been encumbered by the board, an authorization of State debt shall automatically terminate 7 years after the date of the authorization, unless…the Board unanimously grants a temporary exception for 1 year.

The following authorization was not encumbered within the seven-year time period, but the grantee has requested a one-year exception to June 1, 2020:

Maryland Consolidated Capital Bond Loan of 2012 (Chapter 444 of the 2012; as amended by Chapter 430, Acts of 2013 Laws of Maryland) MISC –USS Constellation Education Center and Heritage Center - $1,000,000.00

Section 8-128, State Finance and Procurement Article, Annotated Code of Maryland

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

213 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 51

Contact: Shirley Kennedy 410.767.4970 [email protected]

27-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 the Maryland Council for Special Equestrians, Inc. Maryland Council for Special Equestrians (Baltimore County) “For the acquisition, planning, design, construction, repair, renovation, reconstruction, site improvement, and capital equipping of the Maryland Council for Special Equestrians facility, including repairs to the facility’s roof and a new pavilion, located in Baltimore County.” $120,000.00 ($18,000.00 – match) Maryland Consolidated Capital Bond Loan of 2017 (LHI – Chapter 022, Acts of 2017), DGS Item G048; (SL-043-170-038)

Matching Fund: The MCCBL requires the grant recipient to provide a matching fund no later than June 1, 2019 and the Board of Public Works to certify a matching fund. The Board of Directors of the Maryland Council for Special Equestrians, Inc. has submitted documentation that it has over $18,000.00 in a financial institution to meet the matching fund requirement for this project. Documentation for certification of matching funds was received by the Department of General Services prior to May 31, 2019.

Background: Total Project $138,000.00 17-G048 (This Action) $120,000.00 ($18,000.00 - match) Local Cost $ 18,000.00

Remarks: 1. The grant agreement has been modified to include Department of Natural Resources as “beneficiary” throughout the document. 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-3250 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 Department of General Services for eligibility determination. 5. The Office of Comptroller may not disburse State funds until after the Office of Comptroller verifies that the grant recipient has expended the matching fund and the required amount for reimbursement.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

214 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 52

Contact: Shirley Kennedy 410.767.4107 [email protected]

28-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 the Inner Arbor Trust, Inc. Chrysalis Pavilion in Merriweather Park at Symphony Woods (Howard County) “For the acquisition, planning, design, construction, repair, renovation, reconstruction, site improvement, and capital equipping of the Chrysalis Pavilion in Merriweather Park at Symphony Woods, located in Howard County.” $150,000.00 Maryland Consolidated Capital Bond Loan of 2017 (LHI - Chapter 022, Acts of 2017) DGS Item G061; (SL-102-170-038)

Matching Fund: The MCCBL requires the grant recipient to provide a matching fund no later than June 1, 2019 and the Board of Public Works to certify a matching fund. The Board of Directors of the Inner Arbor Trust, Inc. submitted evidence that it has $193,588.00 in eligible expenditures to meet the matching fund requirement for this project.

Board of Public Works approval is also requested to reimburse the Board of Directors of the Inner Arbor Trust, Inc. $43,588.00 for eligible expenditures. Documentation for certification of matching funds was received by the Department of General Services prior to May 31, 2019.

Background: Total Project $5,618,345.00 17-G061 (This Action) $ 150,000.00 Local Cost $5,468,345.00

Remarks: 1. The grant agreement has been modified to include Columbia Association, Inc. as a beneficiary” throughout the document. 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.

215 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 53

28-CGL. CAPITAL GRANTS AND LOANS (cont’d)

4. Procurement/Contracts should be submitted to Department of General Services for eligibility determination. 5. The Office of Comptroller may not disburse State funds until after the Office of Comptroller verifies that the grant recipient has expended the matching fund and the required amount for reimbursement.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

216 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 54

Contact: Shirley Kennedy 410.767.4107 [email protected]

29-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 Coastal Hospice, Inc. Coastal Hospice at the Ocean (Worcester County) “For the acquisition, planning, design, construction, repair, renovation, reconstruction, site improvement, and capital equipping of the Macky and Pam Stansell House of Coastal Hospice at the Ocean.” $500,000.00 Maryland Consolidated Capital Bond Loan of 2018 (MISC - Chapter 9, Acts of 2018) DGS Item 178; (SL-067-180-038)

Matching Fund: No match is required.

Background: Total Project $8,399,830.00 18-178 (This Action) $ 500,000.00 non-match Local Cost $7,899,830.00

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 Department of General Services for eligibility determination. 4. Invoices should be submitted to the Department of General Services for the disbursement of funds.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

217 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 55

Contact: Shirley Kennedy 410.767.4107 [email protected]

30-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 the Cylburn Arboretum Association, Incorporated Cylburn Arboretum Carriage House and Nature Museum (Baltimore City) “For the acquisition, planning, design, construction, repair, renovation, reconstruction, site improvement, and capital equipping of Cylburn Arboretum Carriage House and Nature Museum, located in Baltimore City.” $200,000.00 Maryland Consolidated Capital Bond Loan of 2017 (LHI – Chapter 022, Acts of 2017) DGS Item G038; (SL-065-160-038)

Matching Fund: The MCCBL requires the grant recipient to provide a matching fund no later than June 1, 2019 and the Board of Public Works to certify a matching fund. The Board of Directors of the Cylburn Arboretum Association, Incorporated has submitted documentation that it received a $200,000.000 commitment letter to meet the matching fund requirement for this project. Documentation for certification of matching funds was received by the Department of General Services prior to May 31, 2019.

Background: Total Project $700,000.00 17-G038 (This Action) $200,000.00 16-G131 (Prior Action) $150,000.00 Local Cost $350,000.00

(Prior Action: 3/21/18 Agenda, Item 15-CGL) Remarks: 1. The grant agreement has been revised to include the Mayor and City Council of the City of Baltimore as “beneficiary” throughout the document. 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.

218 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 56

30-CGL. CAPITAL GRANTS AND LOANS (cont’d)

4. Procurement/Contracts should be submitted to Department of General Services for eligibility determination. 5. The Office of Comptroller may not disburse State funds until after the Office of Comptroller verifies that the grant recipient has expended the matching fund and the required amount for reimbursement.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

219 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 57

Contact: Shirley Kennedy 410.767.4107 [email protected]

31-CGL. CAPITAL GRANTS AND LOANS

Recommendation: The Board of Public Works certify matching funds and enter into a grant agreement for the following grant:

Board of Trustees of the Howard County General Hospital, Inc. Howard County General Hospital, Inc. – Diagnostic Imaging and Cardiac Catheterization Lab (/Howard County) “For the acquisition, design, construction, and equipping of renovations to the diagnostic imaging space and cardiac catheterization lab at Howard County General Hospital.” $220,000.00 Maryland Consolidated Capital Bond Loan of 2018 (MHA - Chapter 9, Acts of 2018) DGS Item G007; (SL-068-180-038)

Matching Fund: The MCCBL requires the grant recipient to provide a matching fund no later than June 1, 2020 and the Board of Public Works to certify a matching fund. The Board of Trustees of the Howard County General Hospital, Inc. has submitted documentation that it has over $220,000.00 in a financial institution to meet the matching fund requirement for this project.

Background: Total Project $ 648,228.00 18-G007 (This Action) $ 220,000.00 Local Cost $ 428,228.00 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 Department of General Services for eligibility determination. 4. The Office of Comptroller may not disburse State funds until after the Office of Comptroller verifies that the grant recipient has expended the matching fund and the required amount for reimbursement.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

220 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 58

Contact: Shirley Kennedy 410.767.4107 [email protected]

32-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 Lexington Market, Inc. Lexington Market (Baltimore City) “For the acquisition, planning, design, construction, repair, renovation, and capital equipping of Lexington Market.” $500,000.00 Maryland Consolidated Capital Bond Loan of 2018 (MISC–Chapter 9, Acts of 2018) DGS Item 149; (SL-068-160-038)

Matching Fund: No match is required.

Background: Total Project $38,733,001.00 18-149 (This Action) $ 500,000.00 – non-match 17-126 (Prior Action) $ 2,000,000.00 – non-match 16-G135 (Prior Action) $ 350,000.00 Local Cost $35,883,001.00

(Prior Action: 4/18/18 Agenda, Item 24-CGL)

Remarks: 1. The grant agreement has been revised to add the Mayor and City Council of Baltimore City as a “beneficiary” throughout the document. 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 Department of General Services for eligibility determination. 5. The Office of Comptroller may not disburse State funds until after the Office of Comptroller verifies that the grant recipient has expended the matching fund and the required amount for reimbursement.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

221 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 59

Contact: Shirley Kennedy 410.767.4107 [email protected]

33-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 Trustees of the Good Shepherd Association Maces Lane Community Center (Dorchester County) “For the acquisition, planning, design, construction, repair, renovation, reconstruction, site improvement, and capital equipping of the Maces Lane Community Center.” $200,000.00 Maryland Consolidated Capital Bond Loan of 2018 (LHI – Chapter 9, Acts of 2018), DGS Item G124; (SL-071-180-038)

Matching Fund: The MCCBL requires the grant recipient to provide a matching fund no later than June 1, 2020 and the Board of Public Works to certify a matching fund. The Board of Trustees of the Good Shepherd Association is utilizing the value of property as part of their matching fund. The Department of General Services, Real Estate Office has reviewed the appraisal for the property located at 1103 Maces Lane in Cambridge and has approved a value of $130,000.00. The Grantee also has over $70,000.00 in a financial institution for a total of $200,000.00 to meet the matching fund requirement.

Background: Total Project $400,000.00 18-G124 (This Action) $200,000.00 Local Cost $200,000.00

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-3250 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 Department of General Services for eligibility determination. 4. The Office of Comptroller may not disburse State funds until after the Office of Comptroller verifies that the grant recipient has expended the matching fund and the required amount for reimbursement.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

222 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 60

Contact: Shirley Kennedy 410.767.4107 [email protected]

34-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:

Maryland-National Capital Park and Planning Commission Martin Luther King Jr. Recreational Park Improvements (Montgomery County) “For the acquisition, planning, design, construction, repair, renovation, reconstruction, and capital equipping of Martin Luther King Jr. Recreational Park, including site improvements to the park's grounds, parking lots, walkways, exercise equipment, and sports fields, located in Montgomery County.” $100,000.00 Maryland Consolidated Capital Bond Loan of 2016 (LSI – Chapter 027, Acts of 2016; as amended by Chapter 9, Acts of 2018) DGS Item G093; (SL-097-160-038)

Matching Fund: The MCCBL requires the grant recipient to provide a matching fund no later than June 1, 2020 and the Board of Public Works to certify a matching fund. Maryland-National Capital Park and Planning Commission has submitted documentation that Montgomery County, Maryland has appropriated $950,000.00 in its Fiscal Year 2019 budget to meet the matching fund requirement for this project.

Background: Total Project $ 206,000.00 16-G093 (This Action) $ 100,000.00 (match) Local Cost $ 106,000.00

Remarks: 1. The grant agreement has been revised as follows: 16. Indemnification. To the extent permitted by law (including Courts and Judicial Proceedings Article, §5-301 et seq. the Local Government Tort Claims Act; Article §25A, 1A; and Courts and Judicial Proceedings Article, §5-509; Annotated Code of Maryland, as amended from time to time), and subject to the availability of appropriations, Grantee… 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-3250 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.

223 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 61

34-CGL. CAPITAL GRANTS AND LOANS (cont’d)

4. Procurement/Contracts should be submitted to Department of General Services for eligibility determination. 5. The Office of Comptroller may not disburse State funds until after the Office of Comptroller verifies that the grant recipient has expended the matching fund and the required amount for reimbursement.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

224 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 62

Contact: Shirley Kennedy 410.767.4107 [email protected]

35-CGL. CAPITAL GRANTS AND LOANS

Recommendation: That the Board of Public Works certify matching funds and enter into grant agreements for the following grants:

Maryland-National Capital Park and Planning Commission Maydale Nature Park (Montgomery County) “For the acquisition, planning, design, construction, repair, renovation, reconstruction, demolition, and capital equipping of the Maydale Nature Center, located in Montgomery County.” $50,000.00 Maryland Consolidated Capital Bond Loan of 2016 (LSI – Chapter 027, Acts of 2016; as amended by Chapter 9, Acts of 2018) DGS Item G095 $25,000.00 Maryland Consolidated Capital Bond Loan of 2016 (LHI – Chapter 027, Acts of 2016; as amended by Chapter 9, Acts of 2018) DGS Item G171; (SL-096-160-038)

Matching Fund: The MCCBL requires the grant recipient to provide a matching fund no later than June 1, 2020 and the Board of Public Works to certify a matching fund. Maryland-National Capital Park and Planning Commission has submitted documentation that Montgomery County, Maryland has appropriated $225,000.00 in its Fiscal Year 2019 budget to meet the matching fund requirement for this project.

Background: Total Project $200,000.00 16-G095 (This Action) $ 50,000.00 (match) 16-G171 (This Action) $ 25,000.00 (match) Local Cost $125,000.00

Remarks: 1. The grant agreement has been revised as follows: 16. Indemnification. To the extent permitted by law (including Courts and Judicial Proceedings Article, §5-301 et seq. the Local Government Tort Claims Act; Article §25A, 1A; and Courts and Judicial Proceedings Article, §5-509; Annotated Code of Maryland, as amended from time to time), and subject to the availability of appropriations, Grantee… 2. This action is in accordance with the enabling legislation and complies with the tax- exempt bond provisions of the Internal Revenue Code.

225 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 63

35-CGL. CAPITAL GRANTS AND LOANS (cont’d)

3. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections 5A-3250 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 Department of General Services for eligibility determination. 5. The Office of Comptroller may not disburse State funds until after the Office of Comptroller verifies that the grant recipient has expended the matching fund and the required amount for reimbursement.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

226 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 64

Contact: Shirley Kennedy 410.767.4107 [email protected]

36-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 Our House Youth Home, Inc. Our House Youth Home (Montgomery County) “For the acquisition, planning, design, construction, repair, renovation, reconstruction, site improvement, and capital equipping of a new dormitory at Our House Youth Home.” $105,000.00 Maryland Consolidated Capital Bond Loan of 2018 (LHI - Chapter 9, Acts of 2018) DGS Item G137; (SL-070-180-038)

Matching Fund: The MCCBL requires the grant recipient to provide a matching fund no later than June 1, 2020 and the Board of Public Works to certify a matching fund. The Board of Directors of Our House Youth Home, Inc. submitted evidence that it has $210,121.17 in eligible expenditures to meet the matching fund requirement for this project.

Board of Public Works approval is also requested to reimburse the Board of Directors of Our House Youth Home, Inc. $105,000.00 for eligible expenditures.

Background: Total Project $400,000.00 18-G137 (This Action) $105,000.00 18-G070 (Future Action) $ 95,000.00 Local Cost $200,000.00

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 Department of General Services for eligibility determination. 4. The Office of Comptroller may not disburse State funds until after the Office of Comptroller verifies that the grant recipient has expended the matching fund and the required amount for reimbursement.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

227 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 65

Contact: Shirley Kennedy 410.767.4107 [email protected]

37-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 The Progressive Education Center, Inc. Progressive Education Center Playground (Baltimore City) “For the Progressive Education Center, including landscaping and the installation of playground equipment, located in Baltimore City.” $125,000.00-$2,500.00-match Maryland Consolidated Capital Bond Loan of 2017 (LSI – Chapter 22, Acts of 2017), DGS Item G107; (SL-105-170-038)

Matching Fund: The MCCBL requires the grant recipient to provide a matching fund no later than June 1, 2019 and the Board of Public Works to certify a matching fund. The Board of Directors of The Progressive Education Center, Inc. has over $2,500.00 in a financial institution to meet the matching fund requirement. Documentation for certification of matching funds was received by the Department of General Services prior to May 31, 2019.

Background: Total Project $127,500.00 17-G107 (This Action) $125,000.00- $2,500.00 match Local Cost $ 2,500.00

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-3250 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 Department of General Services for eligibility determination. 4. The Office of Comptroller may not disburse State funds until after the Office of Comptroller verifies that the grant recipient has expended the matching fund and the required amount for reimbursement.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

228 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 66

Contact: Shirley Kennedy 410.767.4107 [email protected]

38-CGL. CAPITAL GRANTS AND LOANS

Recommendation: The Board of Public Works certify matching funds and enter into a grant agreement for the following grant:

Board of Directors of the College Park City-University Partnership, Inc. Riverdale Park Station Pedestrian Improvements (Prince George’s County) “For the acquisition, planning, design, construction, repair, renovation, reconstruction, site improvement, and capital equipping of walkways, trails, and a public “Village Green” at Riverdale Park Station, located in Prince George’s County.” $350,000.00 Maryland Consolidated Capital Bond Loan of 2017 (LHI - Chapter 22, Acts of 2017) DGS Item G087; (SL-103-170-038)

Matching Fund: The MCCBL requires the grant recipient to provide a matching fund no later than June 1, 2019 and the Board of Public Works to certify a matching fund. The Board of Directors of the College Park City-University Partnership, Inc. has submitted documentation that it has $350,000.00 in an in-kind donation and $230,778.25 in eligible expenditures for a total of $580,778.25 to meet the matching fund requirement for this project. Documentation for certification of matching funds was received by the Department of General Services prior to May 31, 2019.

Board of Public Works approval is also requested to reimburse the Board of Directors of the College Park City-University Partnership, Inc. $230,778.25 for eligible expenditures.

Background: Total Project $ 700,000.00 17-G087 (This Action) $ 350,000.00 Local Cost $ 350,000.00

Remarks: 1. The grant agreement was amended to add the City of College Park as a “beneficiary” throughout the document and 16. Indemnification. To the extent permitted by law (including Courts and Judicial Proceedings Article, §5-301 et seq. the Local Government Tort Claims Act; Article §25A, 1A; and Courts and Judicial Proceedings Article, §5-509; Annotated Code of Maryland, as amended from time to time), and subject to the availability of appropriations, Grantee… 2. This action is in accordance with the enabling legislation and complies with the tax- exempt bond provisions of the Internal Revenue Code.

229 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 67

38-CGL. CAPITAL GRANTS AND LOANS (cont’d)

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 Department of General Services for eligibility determination. 5. The Office of Comptroller may not disburse State funds until after the Office of Comptroller verifies that the grant recipient has expended the matching fund and the required amount for reimbursement.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

230 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 68

Contact: Shirley Kennedy 410.767.4107 [email protected]

39-CGL. CAPITAL GRANTS AND LOANS

Recommendation: The Board of Public Works certify matching funds and enter into a grant agreement for the following grant:

Southern Avenue Associates Limited Partnership Southern Market Place (Prince George’s County) “For the acquisition, planning, design, construction, repair, renovation, reconstruction, site improvement, and capital equipping of the Southern Market Place facility, located in Prince George’s County.” $25,000.00 Maryland Consolidated Capital Bond Loan of 2017 (LSI - Chapter 22, Acts of 2017) DGS Item G155; (SL-106-170-038)

Matching Fund: The MCCBL requires the grant recipient to provide a matching fund no later than June 1, 2019 and the Board of Public Works to certify a matching fund. The Southern Avenue Associates Limited Partnership has submitted documentation that it has $36,921.15 in eligible expenditures to meet the matching fund requirement for this project. Documentation for certification of matching funds was received by the Department of General Services prior to May 31, 2019.

Board of Public Works approval is also requested to reimburse Southern Avenue Associates Limited Partnership $11,921.15 for eligible expenditures.

Background: Total Project $ 70,162.81 17-G155 (This Action) $ 25,000.00 Local Cost $ 45,162.81

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 Department of General Services for eligibility determination. 4. The Office of Comptroller may not disburse State funds until after the Office of Comptroller verifies that the grant recipient has expended the matching fund and the required amount for reimbursement.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

231 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 69

Contact: Shirley Kennedy 410.767.4107 [email protected]

40-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 the St. Matthews Housing Corporation Alpha and Beta Houses (Prince George’s County) “For the acquisition, planning, design, construction, repair, renovation, reconstruction, site improvement, and capital equipping of transitional housing facilities, located in Prince George’s County.” $75,000.00 Maryland Consolidated Capital Bond Loan of 2017 (LHI – Chapter 22, Acts of 2017; as amended by Chapter 9, Acts of 2018), DGS Item G083; (SL-104-170-038)

Matching Fund: The MCCBL requires the grant recipient to provide a matching fund no later than June 1, 2019 and the Board of Public Works to certify a matching fund. The Board of Directors of the St. Matthews Housing Corporation is utilizing the value of property as their matching fund. The Department of General Services, Real Estate Office has reviewed the appraisal for the property located at 13013 7th Street in Bowie and has approved a value of $349,000.00 to meet the matching fund requirement. Documentation for certification of matching funds was received by the Department of General Services prior to May 31, 2019.

Background: Total Project $150,000.00 17-G083 (This Action) $ 75,000.00 Local Cost $ 75,000.00

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-3250 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 Department of General Services for eligibility determination. 4. The Office of Comptroller may not disburse State funds until after the Office of Comptroller verifies that the grant recipient has expended the matching fund and the required amount for reimbursement.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

232 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 70

Contact: Shirley Kennedy 410.767.4107 [email protected]

41-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 Compound The Compound (Baltimore City) “For the acquisition, planning, design, construction, repair, renovation, reconstruction, site improvement, and capital equipping of an arts complex.” $250,000.00 Maryland Consolidated Capital Bond Loan of 2018 (MISC – Chapter 9, Acts of 2018) DGS Item 207; (SL-069-180-038)

Matching Fund: No match is required.

Background: Total Project $250,000.00 18-207 (This Action) $250,000.00 – non-match Local Cost $ 0.00

Remarks: 1. The grant agreement has been revised to add WZ LLC as a “beneficiary” throughout the document. 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 Department of General Services for eligibility determination. 5. The Office of Comptroller may not disburse State funds until after the Office of Comptroller verifies that the grant recipient has expended the matching fund and the required amount for reimbursement.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

233