MINUTES

OF THE

MEETING OF THE

BOARD OF PUBLIC WORKS

FEBRUARY 1, 2006 BOARD OF PUBLIC WORKS

TABLE OF CONTENTS r FEBRUARY 1,2006

I. ITEMS SUB~IITTED ON THE DEPARTMENT OF TRANSPORTATION AGENDA:

Construction , 4-7 AlE Contracts 8-9 Maintenance Contracts 10-13 Equipment Contracts 14-15 16-18 General Misccllaneous 19-23

II. ITEMS SUBMITTED ON THE DEPARTMENT OF GENERAL SERVICES AGENDA:

Construction 24-25 fVE Contracts 26-27 Maintenance Contract 28-3 I Gcnera 11M isce llaneous 32-35 Rea I Property , 36- 38 Lcases 39-42 Capital Grants and Loans , 43-61

III. ITEMS SUBMITTED 01'\ THE SECRETARY'S AGENDA

Bonds 62 Board of Public Works Wetlands Licenses 63 Department of Agriculturc Agricultural Cost-Share Program 64-66 Department of thc Environmcnt 67-71 Department of Housing and Communi ty Development. 72-73 Board of Public Works Procurement Agency Acti vi ty Reports 74 APPENDIX , 75-77 SUPPLEMENT A - Program Open Space 78-91 SUPPLEMENT B - Budget & Fiscal Planning 92-149 SUPPLEMENT C - Uni versity System of 150-160 SUPPLEMENT D - Public Safety & Correctional Services 161 SUPPLEMENT E - Maryland Environmcntal Services ----- SUPPLEMENT F - Morgan State University -----

IN 0 EX I 63 MINUTES OF THE MEETING OF THE BOARD OF PUBLIC WORKS, FEBRUARY I, 2006

The Board of Public Works met in the Governor's Reception Room, State House, Annapolis, Maryland, on Wednesday, February I, 2006.

Board Members present:

The Honorable Robert L. Ehrlich, Jr., Governor The Honorable William Donald Schaefer, Comptroller The Honorable Nancy K. Kopp, Treasurer

Also present: Boyd Rutherford, Secretary, Department of General Services Cecilia Januszkiewicz, Secretary, Department of Budget & Management

CONSTRUCTION:

General Construction Project Contingency Fund 1988 Maryland Consolidated Capital Bond Loan of 1997 Maryland Consolidated Capital Bond Loan of 1999 Maryland Consolidated Capital Bond Loan of 2000 Maryland Consolidated Capital Bond Loan of2001 Maryland Consolidated Capital Bond Loan of2002 Maryland Consolidated Capital Bond Loan of2003 Maryland Consolidated Capital Bond Loan of 2004 Maryland Consolidated Capital Bond Loan of2005

On items where payments are to be made from proceeds of the above listed bond issues, full regard is given to the provisions of each Act and its prospective amendments.

Except as otherwise provided in these Acts, before the State agency or institution responsible for an individual item may begin work with funds secured under the Act, the agency or institution shall provide satisfactory assurances to the Board of Public Works that the work described in the individual items can be completed with the funds specified for that item.

If federal funds are available to help accomplish any project identified in these Acts, the State agency or institution responsible for the project shall make efforts through proper administrative procedures to obtain these federal funds. Before spending any funds secured under these Acts, the agency or institution shall certify its efforts to the Board of Public Works and state the reason for any failure to obtain federal funds. If federal funds are obtained, they shall be used to defray the costs of the project described in these Acts, not to expand its scope. Robert P. Gav 410-545-0433 BPW -- 02/01/06 rga v(a)sha.state. md. us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

CONSTRUCTION:

ITEM: I-C

STATE HIGHWAY ADMINISTRATION

CONTRACT NO. & TITLE: A13175129 Construction of New Salt Storage Facility at SHA's Town Hill Shop in Allegany County ADPICS NO. A13175129

DESCRIPTION: This project consists of the demolition and removal ofan existing salt dome and construction ofa new 5,800 ton, 70' X 112' salt storage barn at SHA's Town Hill Shop in Allegany County.

PROCUREMENT METHOD: Competitive Scaled Bidding (One Bid Received)

AWARD: Callas Contractors, Inc. Hagerstown, MD

AMOUNT: $686,000.00

Performance and Payment Bonds, for 100% of the award amount, exists for this contract.

TERM OF CONTRACT: February 1,2006 through July 1,2006

REMARKS: The low bid of$686,000.00 is 9.80% over the Engineer's Estimate of $624,363.00.

SHA has reviewed the single bid submitted and has determined it to be fair and reasonable. Four other plans purchasers were contacted, their reasons for not submitting a bid include:

• Clark Contractors - Too busy working on other projects • Palmer Construction - Have a backlog of projects to complete • Building Systems. Inc. - Busy schedule: unable to meet bid deadline • Capitol Construction - Not interested in this type of work

CONTINUED 4 2 ITEM: I-C BPW - 02/01/06 Continued

SHA's Procurement Officer has determined that other prospective bidders had reasonable opportunity to bid and the single responsive and responsible bid submitted by Callas Contractors, Inc. is acceptable.

The Solicitation was advertised in The Maryland Contract Weekly, eMaryland Marketplace, and on SHA's Internet Web Page.

A 0% MBE Goal was established for this project due to limited subcontracting opportunities.

FUND SOURCE: 100% Special Funds Budgeted to SHA

Appropriation Code: B0101 Object/Subobject: 14/ X30 Title of Program: State System Construction & Equipment

TAX COMPLIANCE NO.: 05-2755-1111

RESIDENT BUSINESS: Yes

BOARD OF PUBLIC WORKS ACTION - The above referenced Item was: cpproved ~ Disapproved Deferred Withdrawn

With Discussion Without Discussion Received 5 3 Robert P. Gav 410-545-0433 BPW - 02/01/06 nravlalsha.state.md. us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

CONSTRUCTION:

ITEM: 2-C

STATE HIGHWA Y ADMINISTRATION

CONTRACT NO. & TITLE: BA5015129 Construction of a Salt Storage Facility at SHA' s Pipe Yard located on US I at 1-195 in County ADPICS NO. BA5015129

DESCRIPTION: This project consists of the demolition and removal ofan existing salt dome and foundation, construction of a new 10,000 ton, 80' X 160'salt storage bam and abutting 100' X 25' equipment storage/office facility and full-depth paving at SHA's Pipe Yard in Baltimore County.

PROCUREMENT METHOD: Competitive Sealed Bidding

AWARD: Orfanos Contractors, Inc. Baltimore, MD

AMOUNT: $2,130,583.00

Performance and Payment Bonds, for 100% of the award amount exists for this contract.

TERM OF CONTRACT: February 1,2006 through September 1,2006

Orfanos Contractors. Inc. $2,130,583.00 Baltimore, MD

Mirabile Construction Company 53,641,671.00 Baltimore, MD

REMARKS: The low bid of$2.130.583.00 is 0.05% over the Engineer's Estimate of $2.129,416.00.

SHA has reviewed the bids submitted and has determined this low bid to be acceptable. CONTINUED

6 4 ITEM: 2-C BPW - 1/18/06 Continued

The Solicitation was advertised in The Maryland Contract Weekly, eMaryland Marketplace, and on SHA's Internet Web Page.

Ten percent (10%) of the work will be performed by MOOT Certified MBE Firms.

FUND SOURCE: 100% Special Funds Budgeted to SHA

Appropriation Code: BOIOI Object/Subobject: 14/ X30 Title of Program: State System Construction & Equipment

TAX COMPLIANCE NO.: 05-2752-0111

RESIDENT BUSINESS: Yes

BOARD OF PUBLIC WORKS ACTION - The above referenced Item was:

C Approved ;> Disapproved Deferred Withdrawn With Discussion Without Discussion Received 7 5 Michael C. Zimmerman (410) 767-3355 BPW -02/1106 [email protected]

DEPARTMENT OF TRANSPORTATION ACTION AGENDA

CONTRACT MODIFICATION:

ITEM: 3-AE-MOD

MARYLAND TRANSIT ADMINISTRATION

CONTRACT NO. & TITLE: MTA-1013D On-Call Project Development, Environmental & Preliminary Design Services ADPICS NO. COl89338

ORIGINAL CONTRACT APPROVED: Item 8-AE, DOT Agenda 09/17/03

MODIFICATION: Amendment No. I provides for an increase in funds to complete services related to the Corridor Cities Transitway Planning Study (CCT). These additional funds are required to accelerate the CCT Planning Study to meet current schedules and deadlines.

AWARD: McCormick Taylor, Inc. Baltimore, Maryland

AMOUNT: $ 760,000.00

ORIGINAL AMOUNT: $2,000,000.00

REVISED CONTRACT AMOUNT: $2,760,000.00

PERCENTAGE INCREASE: 38%

TERM OF CONTRACT: 10/15/2003 - 10/14/2008 - (5 years)

REMARKS: The Corridor Cities Transitway Study involves an Alternatives Analysis/Draft Environmental Impact Statement CAA/DEIS) for light rail and bus rapid transit options along several different alignments along the 14-mile corridor from the Shady Grove Metro Station in Rockville to just south of Clarksburg, MD. The CCT Planning Study is a high priority for the State and the Administration has directed the MTA' s Planning Division to maintain the current project schedule without stopping or delaying the work.

8 CONTINUED 6 ITEM: 3-AE-MOD BPW - 02/1/06 Continued

This general on-call planning contract originally included three (3) CCT specific tasks. These tasks include: Task 7, CCT Land Use and Right-of-Way; Task 8, CCT Station Preliminary Engineering & Environmental Studies; and Task 9, CCT On-Going Support.

This project was initially funded by the State Highway Administration (SHA). Recently the fund source changed, and the MT A became responsible for their part. Due to the transition of funding from the SHA to the MT A, this increase is necessary to complete the three (3) CCT specific tasks and three additional tasks, which include: Task II, Storm Water Management; Task 12, CCT Station Planning; and Task 13, CCT Support Services. These tasks will provide the MT A the means to bring the level of detail for the CCT's storm water management and station design to be consistent with the SHA's portion of the study.

A task-specific preliminary engineering and project development contract for the CCT is in process. This contract has been competitively advertised and award is tentatively scheduled to be in Summer 2006.

FUND SOURCE: 100% Special Funds Budgeted to MT A

Appropriation Code: J05 HOI05 Object/Subobject: 0885 Comptroller's Obj. Code: 0821 Title of Program: Facilities and Capital Equipment

TAX COMPLIANCE NO.: 05-1839-0111

RESIDENT BUSINESS: Yes

Board of Public Works Action - The above-referenced Item was: Cproved ::> Disapproved Deferred Withdrawn 9 With Discussion Without Discussion Received 7 Joe Nessel- (410) 859-7726 BPW-2/0 1/06 [email protected]

DEPARTMENT OF TRANSPORTATION ACTION AGENDA

CONTRACT MODIFICATION: (Maintenance)

ITEM: 4-M-MOD

MAR YLAND AVIATION ADMINISTRATION: Baltimore/Washington International Thurgood Marshall Airport (BWI)

ORIGINAL CONTRACT NO. & TITLE: MAA-MC-2004-007 Security Guard Services at BWI ADPICS NO. COl90169

ORIGINAL CONTRACT APPROVED: Item 4-M, DOT Agenda 10/01/03

CONTRACTOR: AKAL Security, Inc. Espanola, NM

MODIFICATION: Modification No. I provides for additional fi.mding for security guard positions at various vehicular access points onto the airfield due to ongoing and future construction projects, additional positions to monitor the two (2) passenger egress locations in Terminal AlB previously staffed by the Transportation Security Administration (TSA) employees, and for various other unanticipated sites in Terminal A/B.

AMOUNT: $1,582,854.63

ORIGINAL CONTRACT AMOUNT: $13,993,499.52

REVISED CONTRACT AMOUNT: $15,576,354.15

PERCENTAGE INCREASE: 11%

REMARKS: Ongoing and future construction projects at BWI will require continued staning of five (5) sperate vehicular access points onto the airfield with security guards. The extent of airtield construction throughout the remaining term of the contract necessitates additional funding.

Effective May 22. 2006. TSA will no longer provide staff to secure passenger egress locations at two (2) locations in Terminal AlB. The MAA will have to take over this responsibility to maintain security requirements. Finally additional security guards are required at three (3) locations at Terminal AlB that had not been anticipated.

FUND SOURCE: 100% Special Funds Budgeted to MAA CONTINUED 10 8 ITEM: 4-M-MOD BPW---2/01/06 Continued

Appropriation Code: 29.09.00.02 Object/Sub object: 0870 Title of Program: Airport Operations $932,438.42

Appropriation Code: 29.09.00.03 Object/Sub object: 1455 Title of Program: Capital $650,416.21

TAX COMPLIANCE NO: 05-2704-0111

RESIDENT BUSINESS: No

Board of Public Works Action - The above referenced Item was:

Disapproved Deferred Withdrawn

With Discussion Without Discussion Received 11 9 Suzette Moore - (410) 859-7792 BPW-02/01l06 [email protected]

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

CONTRACT MODIFICATION: (Maintenance)

5-M-OPT

MAR YLAND AVIATION ADMINISTRATION: Baltimore/Washington International Thurgood Marshall Airport (BWI)

ORIGINAL CONTRACT NO. & TITLE: MAA-MC-2003-013 Controlled Access Security System (CASS) and Federal Inspection Services (FIS) System Corrective and Preventive Maintenance at BWI ADPICS NO. 189816

ORIGINAL CONTRACT APPROVED: Item 16-M, DOT Agenda 03/19/03

CONTRACTOR: ADT Security Services, Inc. Arlington, VA

MODIFICATION: Renewal option as provided in the original contract, for a period of two (2) years from 04/01106 through 03/31108.

AMOUNT: $1,472,153.77

ORIGINAL CONTRACT AMOUNT: $1,929,249.38

REVISED CONTRACT AMOUNT: $3,40 I,403.15

PERCENTAGE INCREASE: 77%

REMARKS: This renewal option includes preventive maintenance of the CASS system including the new Terminal AlB.

The original term was 04/0 I/03 through 03/31/06. The rates in this renewal retlect a 3.6% Consumer Price Index increase over the rates in the original Contract.

FUND SOURCE: 100% Special Funds Budgeted to MAA

Appropriation Code: 29.09.00.02 ObjectiSubobject: 0857 Title of Program: Airport Operations 12 CONTINUED 10 ITEM: 5-M-OPT BPW -02/01/06 Continued

TAX COMPLIANCE NO.: 05-2703-1111

RESIDENT BUSINESS: Yes

Board of Public Works Action - The above referenced Item was: (\pproved > Disapproved Deferred Withdrawn With Discussion Received 13 11 Michael Zimmerman 410-767-3355 BPW-02/0 1/06 mzimmermanlalmtamarvland.com

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

CONTRACT MODIFICATION: (Miscellaneous)

ITEM: 6-E-MOD

MARYLAND TRANSIT ADMINISTRATION:

ORIGINAL CONTRACT NO. & TITLE: MTA-16-27-3 Small Bus Procurement ADPICS NO. T6273

ORIGINAL CONTRACT APPROVED: Item 6-E, DOT Agenda 6/20/01

CONTRACTOR: Colonial Equipment Company Frederick, MD

MODIFICATION: Purchase thirty-two (32) small buses for use by various political subdivisions and not-for-profit organizations throughout the state.

AMOUNT: $1,840,418.73

FUND SOURCE: 80% Federal Funds 20% Special Funds Budgeted to MTA

Appropriation Code: J05 HO 105 Object/Subobject: 0723 Comptroller's Object: 0730 Title of Program: Facilities & Capital Equipment

ORIGINAL CONTRACT AMOUNT: $2,347,772. 00

REVISED CONTRACT AMOUNT: $14,155,234.69

PERCENTAGE INCREASE: 78.4% (Change Order No.5) 502.9% (Overall)

REMARKS: This moditication exercises the fifth and tinal option on this contract. and brings the total number of buses procured to 290. The pricing was established in renewal option number 4 in June 2005. and is in compliance with the price re-determination clause in the original IFB.

TAX COMPLIANCE NO: 05-2675-1111 CONTINUl~ 12 ITEM: 6-E-MOD BPW - 02/01106 Continued

RESIDENT BUSINESS: Yes

Board of Public Works Action - The above-referenced Item was:

( APproved) Disapproved Deferred Withdrawn

With Discussion Without Discussion Received 15 13 Robert P. Gav (410) 545-0433 BPW - 02/01/06 rlmVIW.sha.state.md. us

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

REAL PROPERTY CONVEYANCE

7-RP MMC# 05-2041

STATE HIGHWAY ADMINISTRATION Road Conveyance Deed to Anne Arundel County, Maryland.

MD 773 (Hammock Avenue) from Kellington Drive northerly to road end, a distance of 0.31 miles.

MD793 (Old Davidsonville Road) from MD 424 northwesterly to road end, a distance of 0.41 miles. MD 988 (Milton Avenue) from Willowbrook Avenue to Catherine Avenue, a distance of 0.32 miles.

North Langley Road-from MD 270 to end of State maintenance, a distance of 0.30 miles

MD 997 C (Old MD 3 SBL ) from road end north of Hog Farm Road to existing MD 3 a distance of 0.52 miles.

REFERENCE: Board of Public Works approval is requested for a Deed of Conveyance of these roads to Anne Arundel County, Maryland.

SPECIAL CONDITIONS: None

GRANTOR: State of Maryland State Highway Administration

GRANTEE: Anne Arundel County, Maryland

CONSIDERATION: S1.00

REMARKS: SHA has agreed to transfer to Anne Arundel County these roads and the County has agreed to accept them as an integral part of the County Highway System. This conveyance is being made to comply with the 1 6 temlS of Agreements between SHA and Anne Arundel County. Maryland. CONTINUED 14 Item: 7-RP BPW - 02/0 I/06 Continued

The Legal authority for road transfer is found in Transportation Article, Section 8-304 and road conveyance in State Finance and Procurement Article, Section 10-305 of the Annotated Code of Maryland.

The Deed has been forwarded to the Executive Secretary, Board of Public Works' for execution.

Board of Public Works Action - The above referenced Item was

(AProved ) Disapproved Deferred Withdrawn

With Discussion Discussion Received 17 15

Robert P. Gav (410) 545-0433 BPW -- 02/01/06 rgavlalsha.state. Old.us

DEPARTMENT OF TRANSPORTATION ACTION AGENDA

REAL PROPERTY CONVEYANCE

ITEM: 8-RP MMC# 05-2043

STATE HIGHWAY ADMINISTRATION Road Conveyance Deed to the Mayor and Board of Aldermen of Frederick City, MD

MD 870-F (Bowman's Farm Road) from the ramps at 1-70 to MD 144-FA to the end of state maintenance, a distance of 0.60 miles

REFERENCE: Board of Public Works approval is requested for a Deed Conveyance of this road to the Mayor and Board of Alderman of Frederick City, Maryland.

SPECIAL CONDITIONS: None

GRANTOR: State of Maryland State Highway Administration

GRANTEE: The Mayor and Board of Aldermen of Frederick City, Maryland

CONSIDERATION: 51.00

REMARKS: SHA has agreed to transfer to the City this road. The City has agreed to accept the road as an integral part of the City street system. The Conveyance is being made to comply with the conditions of an Agreement between the SHA and the Mayor and Board of Aldermen of Frederick City, MD.

The Legal authority for road transfer is found in Transportation Article. Section 8-304 and road conveyance in State Finance and Procurement Article. Section 10-305 of the Annotated Code of Maryland.

The Deed has been forwarded to the Executive Secretary, Board of Public Works for execution.

Board ofPu . ction - The above referenced Item was: Approved Disapproved Deferred Withdrawn

With Discussion Without Received 18 16 Michael C. Zimmerman 410-767-3355 BPW-02-0 1-06 mzimmermanlalmtamarvland.com

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

GENERAL/MISCELLANEOUS

ITEM: 9-GM

MARYLAND TRANSIT ADMINISTRATION

CONTRACT NO. & TITLE: MTA-I071 MARC Operating Agreement Penn Line ADPICS NO.: TMTA-I071

DESCRIPTION: This agreement was presented to the Board of Public Works (BPW) on November 17,2004. The Agreement provides commuter rail service on approximately seventy-six (76) miles of railroad on the Penn Line between Perryville and Washington Union Station. When the agreement was brought before the BPW, the MTA did not notify the BPW that there were 6 (six) COMAR mandatory terms and conditions omitted from the contract and 6 additional clauses that were included, which do not contain the mandatory verbiage.

The (6) omitted clauses are: • Dispute Resolution by the Maryland Board of Contract Appeals; • Suspension of Work; • Pre-existing Regulations; • Financial Disclosure; • Political Contribution; and • Application of Maryland law.

The six (6) additional clauses that are included, but do not have the mandatory, verbatim formulation set forth in the regulations are: • Scope of Contract; • Multi Year Contracts Contingent on Appropriation; • Delays and Extensions of Time; • Compliance with Laws; • Non Hiring of Officials and Employees; and • Cost and Price Certification.

A memorandum to the BPW trom the MTA Chief Counsel has been transmitted as back-up material and explains the details of the missing and incorrectly formatted clauses. 19

CONTINUED 17 ITEM 9-GM BPW - 02/01/06 Continued

The MTA is requesting the BPW allow the MDOT to ratify the contract under their authority as provided by Section 11-204 of the State Finance and Procurement Article of the Annotated Code of Maryland. MDOT has determined that the parties have acted in good faith, ratification of the procurement contract would not undermine the provisions of Division II and the violation of procurement law was insignificant or otherwise did not prevent substantial compliance.

CONTRACT TERM: December I, 2004 to December 31, 2006

PROCUREMENT METHOD: Sole Source

AWARD: National Railroad Passenger Corp (Amtrak) Washington, DC

AMOUNT: $50,000,000.00 (Operating) $28,000,000.00 (Capital)

FUND SOURCE: 100% Special Funds budgeted to MT A (Operating) Appropriation Code: JOSH I04 Object/Subobject: 0871 Comptroller's Object: 0899 Title of Program: Rail Operations

80% Federal Funds, 20% Special Funds Budgeted to MT A (Capital) Appropriation Code: JOSHO I05 ObjectiSubobject: 1480 Comptroller's Object: 1499 Title of Program: Rail Facilities and Capital Program

REMARKS: MDOT through the Maryland Transit Administration has been involved with commuter services since 1974. The Penn Line service operates over the Northeast Corridor, which is owned by the National Passenger Railroad Corporation ("Amtrak"). Consequently, MTA is required to negotiate with Amtrak for operation of the service. This relationship is sole-source in nature since there are no other options other than to operate over the Northeast corridor. MT A desires to continue this relationship due to continued success of the MARC Train Service. MARC Train has over 16.500 daily boardings on the Penn Line and has experienced a 53% increase in ridership over the last six years. If MARC Train was unable to use the Northeast corridor and the services of Amtrak there would be no alternative but to terminate the Penn Line service.

20 CONTINCED 18 ITEM 9-GM BPW - 02/01/06 Continued

Amtrak will also support MARC service on the Camden and Brunswick lines by providing ongoing maintenance of equipment. The Operating portion of this Contract's funding covers payments to Amtrak for access fees, operators, maintenance of railcars and locomotives, station maintenance and train dispatching. The Capital funding will address projects entered into and funded by both parties for improvements to stations and reliability of service.

TAX COMPLIANCE NO: 06-0 I02-00 12

RESIDENT BUSNESS: No

Board of Public Works Action - the above-referenced Item was:

Disapproved Deferred Withdrawn

With Discussion -/ WithoUl Discussion Received 21 19 Suzette Moore - (410) 859-7792 BPW-2/l/06 smoorelaJ.bwiairport.com

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

GENERAL/MISCELLANEOUS: Lease Contracts

ITEM: 10-GM-MOD

MARYLAND AVIATION ADMINISTRATION: Baltimore/Washington International Thurgood Marshall Airport (BWI)

CONTRACT NO: MAA-LC-04-00 I

NATURE OF REOUEST: Supplement No. I to the Food Services, Retail, and Services Concessions contract provides for the Contractor to solicit for a full service banking and automated teller machine (ATM) service provider at BWI.

CONTRACTOR: BAA Maryland, Inc. Baltimore MD

REVENUE: The MAA's estimated annual revenue resulting from this Supplement is $230,000, based on seventy (70) percent of the estimated annual revenue consistent with the Operational Phase of the contract. Exact amount to be determined following a competitive solicitation by BAA.

DURATION: To follow the same term as the original Contract, which expires ten (10) years from the date of the start of the Operational Phase of the Contract currently anticipated to begin in spring 2006.

REMARKS: This supplement will incorporate banking and ATM services into the master concession contract with BAA Maryland at BWI. When implemented. this will provide for a full service bank at BWI as well as ATM's on each concourse, in eight (8) landside locations and at the Consolidated Rental Car Facility. Handling of monies for concessionaires, and sub-concessionaires, and for employee/passenger requests have prompted the need for full services banking at BWI. There has not been a full service bank at BWI since the late 1980's.

ATM services at BWI had previously been provided through a statewide contract issued through the Treasurer's office, which expired July 31. 2005. In May 2005 the Treasurer determined that individual State agencies should procure ATM services for their 22 CONTINUED 20 ITEM: 10-OM-MOD BPW - 02/01/06 Continued

own locations. The MAA awarded an emergency contract to the incumbent, Chevy Chase Bank, for a one (I) year period, to allow adequate time to negotiate this Supplement with BAA to incorporate the competitive procurement of banking and ATM services into the master concession contract.

TAX COMPLIANCE NO: 05-2540-0001

RESIDENT BUSINESS: Yes

Board of Public Works Action - The above-mentioned Item was:

CA;proved ~ Disapproved Deferred Withdrawn 23 With Discussion Without Discussion Received -1- BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CONSTRUCTION CONTRACT

ITEM I-C (Revised) DEPARTMENT OF NATURAL RESOURCES Greenbrier State Park Washington County, Maryland

CONTRACT NO. AND TITLE Project No. P-052-020-0 I0 ADPICS No. 00lB6900423 Handicapped Renovation

))ESCRIl'TION - Contractor shall supply all labor, materials and supplies necessary to constmct an approximately 11,000 sq. ft. plaza area with sidewalks and interior landscaping in the beach area of the park. The plaza area is designed to be ADA compliant and provide access from the beach area to the bathhouse above. The plaza construction will include concrete pavers, field stone masonry walls, ADA ramps with railings, and sediment and erosion protection.

PROCUREMENT METHOD Competitive Sealed Bidding

BIDS OR PROPOSALS AMOUNT

Building Systems, Inc. - $635,944.00 Hagerstown, MD

GRC General Contractor, Inc. - $720,550.00 Zullinger, PA

AWARD Building Systems, Inc.

AMOUNT $635,944.00

PERFORMANCE BOND 100% of Full Contract Amount

FUND SOURCE Item 001, MCCBL 04

24 - 2- BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CONSTRUCTION CONTRACT

ITEM I-C (Revised) REMARKS The Government estimate for this project was $285,000 (5/05). The revised Government estimate provided by the NE is 5635,770. The revised internal estimate is $565,000.

This solicitation was advertised in the Maryland Contract Weekly and on eMaryland Marketplace (eMM). Two (2) responsive and responsible bids were received.

This project was previously bid in August 2001 as an add alternate to a larger project but due to funding constraints was not awarded at that time.

The difference between the bid prices and the government estimate is based primarily on four factors: location of the park in Western Md; limited availability of sub-contractors due to the vigorous construction climate; increased fuel cost and; timing of the project. Construction will take place during the winter months during the park's closed season.

Greenbrier State Park is located near the ridge top of South Mountain and has numerous elevation variances within the park. This ADA project is designed to address the 10- 12 foot elevation difference from the beach area to the bathhouse where restrooms for that area are located. Cunently, only stairs allow direct access between locations. An asphalt pathway in use at this time by the elderly, visitors with very young children and handicapped individuals is too steep to allow safe and easy access. The new ADA plaza area is designed to compensate for the big elevation difference and provide more access to the popular day usc recreational opportunities available at the park for the nearly 210,000 annual visitors.

Minority Business Enterprise participation for this project is II % to a Hispanic-Owned finn.

TAX COMPLIANCE NO. 05-2456-1111

RESIDENT BUSINESS Yes

Board of Public Works Action- The above referenced Item was:

( Approved Disapproved DefelTed Withdrawn 5 With Discussion Without Discussion

25 - 3 - BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

AlE SERVICE CONTRACT

ITEM 2-AE

MARYLAND DEPARTMENT OF Prince George's and Anne Arundel VETERANS AFFAIRS Counties, Maryland

CONTRACT NO. AND TITLE Project No. VC-000-060-00 I ADPICS No: 001 B69005 12 Expansion of Burial Capacity and Related Improvements at the Cheltenham and Crownsville Veterans Cemeteries

DESCRIPTION - This project involves the preparation of detailed plans and specifications for the expansion of burial capacity, the construction of columbaria, and supporting infrastructure at both cemeteries. In addition, the Cheltenham component includes a 1,300 GSF addition to the maintenance building.

PROCUREMENT METHOD Maryland Architectural and Engineering Services Act

BIDS OR PROPOSALS OUALIFICATION AND TECHNICAL SCORES

Whitney, Bailey, Cox & Magnani, LLC 184.5 - Baltimore, MD w/Carol R. Johnson Associates, Inc. - Boston, MA (JV) Brudis & Associates - Columbia, MD 170.0

AWARD Whitney, Bailey, Cox & Magnani, LLC w/Carol R. Johnson Associates, Inc. (JV)

AMOUNT $609,175.00

PERFORMANCE BOND None

FUND SOURCE $379,000. - Item 005, CA 2006 $230,175. -Item 006, CA 2006

26

Continued -4- BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

AlE SERVICE CONTRACT

ITEM 2-AE

REMARKS

The estimated total construction cost is $7,923,000.

This solicitation was advertised in the Maryland Contract Weekly, eMaryland Marketplace, and the DGS website.

Six (6) firms submitted technical proposals. Two (2) of the six met the minimum qualifYing score of 85% and were referred to a Second Phase Review Panel for further evaluation. At the November I, 2005 meeting, the General Professional Services Selection Board approved the Second Phase Review Panel's recommendation of the ranking of the firms and authorized negotiations with the #1 ranked firm of Whitney, Bailey, Cox & Magnani, LLC w/Carol R. Johnson Associates, Inc. (JV).

At the January 3,2006 meeting of the General Board, the chairman of the Negotiation Committee certified that the negotiations were conducted in accordance with the regulations governing the Negotiation Committee, that the price proposal was based upon the scope of services outlined in the project program and the Department of General Services' procedures for providing architectural/engineering services, and that the negotiated price proposal was fair, competitive, and reasonable.

The negotiated price proposal and the scope of services represented by the price proposal were reviewed by the General Board and approved as required by Title 13-308 of the State Finance and Procurement Article, Annotated Code of Maryland.

Approval is requested for all six phases. Minority Business Enterprise participation is 32.57% to sub-consultants, including 19.96% to Woman-Owned firms, and 12.6 I% to African American Owned firms.

TAX COMPLIANCE NO. 05-2359-11 I I

RESIDENT BUSINESS Yes Board of Public Works Action - The above referenced Item was:

(pproved ) Disapproved Deferred Withdrawn

With Discussion Without Discussion 27

N:\bpwbook020 I06.wpd - 5 - BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

MAINTENANCE CONTRACT

ITEM 3-M

DEPARTMENT OF GENERAL SERVICES

CONTRACT NO. AND TITLE Project No. DGS-04-300-IQC ADPICS Nos. 001B6900434; 001B6900445; 00IB6900446;00IB6900447;00IB6900448 Indefinite Quantity Contract to Provide Statewide Fire Protection System Repair and/or Replacement and Related Work,

DESCRIPTION - Board of Public Works approval is requested for an Indefinite Quantity Contract to provide Statewide fire protection system repairs and/or related work for various State agencies contracted through the Department of General Services on an as needed basis. The contracts will be effective for three (3) years from the date of this approval. Individual project assignments awarded under these contracts may not exceed $200,000, however, the firms may be awarded more than one project assignment.

PROCUREMENT METHOD Competitive Sealed Proposals

OFFERORS Technical Price Overall CENTRAL REGION Ranking Ranking Ranking James P. Kruger & Associates, Inc.- 47.13 40.00 87.13 Ellicott City, MD Tenn Security, Inc. - Rockville, MD 54.53 27.99 82.52 Carney Electric, Inc. - Baltimore, MD 51.40 30.02 81.42 Advanced Fire Protection Systems, [nco- 60.00 20.43 80.43 Glen Burnie, MD SPC, Inc. - Laurel, MD 50.19 28.91 79.10

OFFERORS Technical Price Overall EASTERN REGION Ranking Ranking Ranking James P. Kruger & Associates, Inc. - 47.13 40.00 87.13 Ellicott City, MD Tenn Security, Inc. - Rockville, MD 54.53 27.99 82.52 Advanced Fire Protection Systems, Inc. - 60.00 20.43 80.43 Glen Burnie, MD SPC, Inc. - Laurel, MD 50.19 28.91 79.10 28 Carney Electric, Inc. - Baltimore, MD 51.40 No Bid No Bid

Continued - 6 - BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

MAINTENANCE CONTRACT

ITEM 3-M

OFFERORS Technical Price OveraU SOUTHERN REGION Ranking Ranking Ranking James P. Kruger & Associates, Inc. - 47.13 40.00 87.13 Ellicott City, MD Tenn Security, Inc. - Rockville, MD 54.53 27.99 82.52 Advanced Fire Protection Systems, Inc. - 60.00 20.43 80.43 Glen Burnie, MD SPC, Inc. - Laurel, MD 50.19 28.91 79.10 Carney Electric, Inc. - Baltimore, MD 51.40 No Bid No Bid

OFFERORS Technical Price OvcraU WESTERN REGION Ranking Ranking Ranking James P. Kruger & Associates, Inc. - 47.13 40.00 87.13 Ellicott City, MD Tenn Security, Inc. - Rockville, MD 54.53 27.99 82.52 Carney Electric, Inc. - Baltimore, MD 51.40 No Bid No Bid Advanced Fire Protection Systems, Inc. - 60.00 No Bid No Bid Glen Burnie, MD SPC, Inc. - Laurel, MD 50.19 No Bid No Bid

AWARD Central Region: James P. Kruger & Associates, Inc.; Tenn Security, Inc.; Carney Electric, Inc.; Advanced Fire Protection Systems, Inc.; SPC, Inc. Eastern Region: James P. Kruger & Associates, Inc.; Tenn Security, Inc.; Advanced Fire Protection Systems, Inc.; SPC, Inc. Southern Region: James P. Kruger & Associates, Inc.; Tenn Security, Inc.; Advanced Fire Protection Systems, Inc.; SPC, Inc. Western Region: James P. Kruger & Associates, Inc.; Tenn Security, Inc.

Continued

29 -7- BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

MAINTENANCE CONTRACT

ITEM 3-M

AMOUNT $2,000,000 Aggregate Value for Central Region $2,000,000 Aggregate Value for Eastern Region $2,000,000 Aggregate Value for Southern Region $1,000,000 Aggregate Value for Western Region

James P. KlUger & Associates 001136900434 $1,900,000 Tenn Security, Inc. 001B6900445 $ 1,900,000 Carney Electric, Inc. 001 B6900446 400,000 Advanced Fire Protection Systems 00 IB690044 7 $1,400,000 SPC. Inc. 00lB6900448 $1,400,000

PERFORMANCE BOND 100% for task order amounts above $100,000

FUND SOURCE Various Sources

REMARKS Request For Proposals (RFP) for this procurement were published on eMaryland Marketplace, advertised in the Maryland Contract Weekly and posted on the DGS Bid Board. Notice was also directly mailed to the Chambers of Commerce in the four regions where services were to be provided under any resulting contracts.

Six (6) technical proposals were received in response by the established closing date. One offeror failed to submit a proposal that confonned to criteria established in the RFP and was not considered. The RFP was developed such that firms could offer price proposals for one, all or any combination of regions as is reflected in the summary of offers received, Responses received for this solicitation were consistent with past results.

Technical proposals were evaluated and those firms found to be qualified and eligible for contract award were required to submit a price proposal for each region for which they wanted to be considered. Price proposals submitted reflected billing rates for each trade required under this multiple discipline contract. Those billing rates are incorporated into the resultant contracts for each firm. The overall ranking was tabulated in accordance with COMAR 21.05.03.03 using a combination of both technical evaluation (60%) and price (40%).

30 -8- B PW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

MAINTENANCE CONTRACT

ITEM 3-M

REMARKS: (cont'd)

Thc contracts will provide on-call Statewide fire protection system repairs and/or replacement and related work. A scope of work will be written for each project as it is identified by DGS Project Management. Contractors will be selected using one of the following methods: Projects estimated to be under $10,000 will be rotated sequentially among contractors for the region based on their ranked status at the conclusion of the evaluation; Projects estimated to be valued over $10,000 will be competitively solicited among all contractors in the respective region with award to the lowest bidder.

These contracts will allow DGS to more rapidly respond to critical repair needs at State facilities when the use of the Competitive Sealed Bidding process is not possible due to response time required or when an emergency conditions exists that may subject the State to inflated prices.

The overall minimum Minority Business Enterprise participation goal is 15% for all four regions for each task order with an anticipated contract value greater than $50,000.

TAX COMPLIANCE NOS. 05-2605-0111 (James P. Kmger & Associates, Inc.) 05-2602-1111 (Tenn Security, Inc.) 05-2604-0 III (Camey Electric, Inc.) 05-2603-0 II0 (Advanced Fire Protection Systems, Inc.) 05-2607-1111 (SPC, Inc.)

RESIDENT BUSINESSES Yes for all

Board of Public Works Action - The above referenced Item was:

Disapproved Deferred Withdrawn C:::::APproved ~ With Discussion Without Discussion

fireprotect ionl QCI3PWagendai tem

31 -9 - BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

GENERAL MISCELLANEOUS

ITEM 4-GM

REFERENCE Historic SI. Mary's City Commission Project - SM-000-041-001 - Statehouse ADA Portable Restroom Historic SI. Mary's City (HSMC), SI. Mary's County, Maryland

DESCRIPTION -In accordance with provisions of the State Finance and Procurement Article Section 12-202, Annotated Code of Maryland, Board of Public Works approval is requested to encumber funds in the amount of $40,000.00 for the procurement oflabor, materials, and equipment to install a portable ADA restroom for the State House at Historic SI. Mary's City.

This item is to allow DGS to encumber the funds for the payment of invoices generated by HSMC during the execution of this work.

AMOUNT $40,000.00

FUND SOURCE Item 001, MCCBL 2004 "Construct Handicapped Accessibility Modifications ...(Statewide)"

REMARKS

Project will provide an ADA restroom facility for the Statehouse area where one has not previously been available to visitors. Alternative facilities have been made available in the past by relocating a portable facility from another location in the park when events are held at the Statehouse. It was, however, not fully ADA accessible.

Board of Public Works Action - The above referenced Item was: (APproved > Disapproved Deferred Withdrawn With Discussion Without Discussion bpwbook020 106.wpd

32 - 10- BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

GENERALIMISCELLANEOUS

ITEM 5-GM

MILITARY DEPARTMENT Dundalk Armory Baltimore County, Maryland

PROJECT NO. AND TITLE M-591-060-004 Construction of Field Maintenance Shop (FMS) Dundalk, MD

DESCRIPTION - Board of Public Works approval is requested for the use of the Design/Build construction contracting method to construct a new 20,721 SF Field Maintenance Shop (FMS) at Dundalk Armory. The project will provide a Maryland Army National Guard vehicle FMS with interior and exterior maintenance and equipment areas to support the training, supplying and maintenance missions, as well as parking of military vehicles, for IS National Guard units in the Baltimore area.

PROPOSED PROCUREMENT METHOD Multi-Step Sealed Bidding

FUND SOURCE Federal Funds State Funds - Pending FY 07 Supplemental Capital Improvement Funds

REMARKS Pursuant to BPW Advisory P-DI-99, this is a request to the Board of Public Works for the approval to use the Design/Build method for the construction of the above referenced project.

The Military Department was informed of the approval of funding from the Department of Defense FY2006 Federal Appropriation (PL 109-114) for this project in December of2005. The appropriation comes with the requirement to obligate the funds by executing a construction contract in the year of the appropriation. In this case by September 30, 2006. Should this requirement not be met, the funds are subject to recapture by the 000. Given this requirement, there is insufficient time to proceed under regular procurement processes to first design, then bid and build the project. The use of the Design/Build method is the only way to accomplish this project without jeopardizing the federal funding. Board of Public Works Action - The above referenced Item was:

CAPproved> Disapproved Deferre 'thdrawn - wIth Discussion Without Discussion 33

N:\bpwbook020 I06. wpd - 11 - BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

GENERALIMISCELLANEOUS

ITEM 6-GM

DESCRIPTION

In accordance with provisions of the State Finance and Procurement Article, Section 12-202, Annotated Code of Maryland, Board of Public Works approval is requested for the following construction inspection expenditures related to the respective capital improvement projects identified below:

Project Description Amount Fund Source

J-242-020-202 $4,013 031/MCCBL 2003 New Water Tower St. Mary's College

These are additional funds required through project completion. Contractor has taken longer than expected to complete the punch list requiring more inspector hours than originally estimated.

J-641-971-001 161IMCCBL 2002 Somerset Hall Expansion and Renovation $6,319 St. Mary's College

These are additional funds required through project completion. Contractor has taken longer than expected to complete the punch list requiring more inspector hours than originally estimated.

BB-801-030-001 $8,149 113/MCCBL 2002 Fire Alarm and Sprinkler System Civic Plaza, 200 W. Baltimore St., Baltimore Department of Education

Additional funds required due to extended project time frame. Change orders added to project scope and have extended project completion.

Continu~4 - 12 - BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

GENERAL/MISCELLANEOUS

ITEM 6-GM

Project Description Amount Fund Source

BB-310-040-001 $15,511 01OIMCCBL 2003 Exterior Renovations to Saratoga State Center Baltimore, DGS

Additional funds required due to extended project time frame. Change orders added to project scope and have extended project completion.

S-000-020-001 $1,914 120IMCCBL 2002 Replace Electrical Distribution System Springfield Hospital Center, DHMH

Additional funds required due to extended project time frame. Change orders added to project scope and have extended project completion.

SM-000-00I-002 $40,742 002/MCCBL 2004 St. John's Archeology Site Exhibit Historic St. Mary's City Commission

Project is now underway and funds are being requested for the contractual project manager for fiscal year 2006.

J-242-020-002 $40,742 021IMCCBL 2004 New Student Services Building St. Mary's College

Project is now underway and funds are being requested for the contractual project manager for fiscal year 2006.

TOTAL $117,390 Board of Public Works Action - The above referenced Item was:

CAPproved :> Disapproved Defe Withdrawn ,;,;,:-~wr:r.i t:':'h";.Discussion Without Discussion in020106.bpw

35 - 13- BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

REAL PROPERTY CONVEYANCE

ITEM 7-RP (Revised) DEPARTMENT OF NATURAL RESOURCES The Conservation Fund Weston Farms Property Dorehester County, Maryland File # 17-0038

REFERENCE Board of Public Works approval is requested to accept an Assignment of the Agreement orSale to purchase a conservation easement on the following property situated on the Nanticoke River. The property is one of five parcels in the State Coastal Estuarine Land Conservation Program (CELCP) Plan for the Eastern Shore. This acquisition will protect the pristine condition and unique features of the Weston Farms Property and will make it a part of the NOAA CELCP Program. DNR is committed to preserving this property which adjoins the Fishing Bay Wildlife Management Area. Title and transfer documents are subject to legal review.

Board approval is also requested to reimburse The Conservation Fund (TCF) a total of $127, 285 for the following costs related to this acquisition: administrative fee ($ I08,000); appraisal fees ($15,650) and; legal expenses ($3,635).

SPECIAL CONDITIONS 1. Easement is Perpetual in nature.

2. All industrial, commercial, and agricultural activities are prohibited, except those permitted under the forest management provisions of the easement.

3. All buildings, structures, or means of access are prohibited except: i) one primary resident and stmctures servicing the primary / residence; ii) 5 accessory residences and certain permitted structures serving the accessory residences.

4. Property may not be subdivided into more than 3 parcels, and must remain in common ownership.

5. No materials may be dumped or stored.

6. Excavation of materials is prohibited. 36 Continued -14 - BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

REAL PROPERTY CONVEYANCE

ITEM 7-RP (Revised) SPECIAL CONDITIONS 7. Diking, draining, filling, dredging and removal or any wetlands is prohibited.

8. Landowner must be in compliance with plans for forest management, and soil conservation and water quality.

9. A 100' buffer strip along the water frontage is required.

10. The purchase cost is to be shared equally by the State and the Federal Govemment through Federal CELCP funds.

GRANTOR The Conservation Fund

GRANTEE State of Maryland, to the use of the Department of Natural Resources

PROPERTY 982.21 acres - unimproved

PRICE $3,600,000.

APPRAISED VALUE $ 3,600,000. - Gary T. Westholm - Fee Appraiser (11-6-05). Reviewed by D. Andrews

$3,630,000. - William R. McCain - Fee Appraiser (5-9-05). Reviewed by D. Andrews

FUND SOURCE 89.22.30 Item 013, MCCBL 2004 ($1,800,000 - State Share) 30.01.05 Item 010- ($1,800,000 - Federal Share) 81.20.03 Item 389 - ($127,285 - Reimbursement to TCF) 37

Continued -15 - BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

REAL PROPERTY CONVEYANCE

ITEM 7-RP (Revised) REMARKS

1. The Department of Natural Resources recommends approval of this agreement.

2. There will be no relocation or moving costs associated with this acquisition.

Board of Public 'Yorks Action - The above referenced Item was:

( APproved) Disapproved Deferred Withdrawn

With Discnssion

weston farms hpw

38 - 16 - BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

REVENUE LEASE

ITEM 8-L

MILITARY DEPARTMENT Frostburg Allegany County

Tenant City of Frostburg City Hall, 59 E. Main Street Frostburg, Maryland 21532

Property Location Frostburg Armory 160 S. Water Street Frostburg, Maryland 21532

Space Type Armory Lease Type Renewal Square Feet 21,988 Duration I Year Effective February 15, 2006 Annual Rent S1.00

Utilities Responsibility Tenant Custodial Responsibility Tenant

REFERENCE Reference is made to the Board of Public Works Action Agenda Item L-A-13 of February 4, 198I, wherein the Board approved a 25 year lease agreement between the State, to the use of the Military Department, and the City of Frostburg, the Tenant. The City assumed full responsibility for maintenance, repairs, insurance, utilities and all other costs associated with the operation of the facility. The City of Frostburg utilizes the facility as offices, public recreation (gym used for basketball and other youth sports), fleet storage and maintenance in the garage bays, as well as storage of other equipment.

Board of Public Works approval in now requested for an one-year extension of that lease to provide time to proceed with all applicable requirements to transfer the facility to the City of Frostburg.

Special Conditions

I. The tenant is responsible for all maintenance of the property.

Continued

39 - 17 - BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

REVENUE LEASE

ITEM 8-L

Special Conditions

2. The lease may be renewed by mutual agreement by the parties for one (1) additional term of one (I) year, subject to Board of Public Works approval.

3. The tenant is be responsible for obtaining all permits, licenses, inspections and approvals required for its use and occupancy of the premises.

4. The tenant shall maintain at its expense, throughout the term, insurance against loss or liability in connection with bodily injury, death, property damage or destruction, occurring within the demised premises. General Comprehensive Liability insurance will have a minimum coverage of $2,000,000 combined single limit per occurrence and shall contain broad form GCL Endorsement or its equivalent.

5. Tenant shall indemnif'y and hold harmless the State of Maryland and the Military Department against any and all liability or claim of liability, including reasonable attorney's fees, arising out of tenant's use and occupancy, conduct, operation or management of the premises during the term.

6. The landlord may terminate this lease during any renewal term whenever the landlord determines that termination is in the best interest of the landlord.

Board of Public Works Action - The above referenced Item was: CAPproved:) Disapproved Deferred Withdrawn With Discussion Without Discussion

File No: 1174 020 Isout. fa 40 - 18 - BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

REVENUE LEASE

ITEM 9-L

DEPARTMENT OF HEALTH & MENTAL HYGIENE Elkton (Capital Finance & Planning) Cecil County

Tenant Bayside Community Network, Inc. P.O. Box 9 Elkton, Maryland 21922

Property Location 233 Howard Street Elkton, Maryland 21922

Space Type Group Home Lease Tvpe Renewal Square Feet 8,400 Duration 3 Years Effective February 15, 2006 Annual Rent $1.00

Utilities Responsibility Tenant Custodial Responsibility Tenant

Special Conditions

I. This space is to be used for a group home for five (5) developmentally disabled individuals and 12 staff members.

2. The 8,400 square foot, two-story home was built in a residential area within Elkton in 1976 for use as a group home. It contains six (6) bedrooms, three (3) baths and a full basement.

3. The tenant is be responsible for all maintenance of the property.

4. The lease may be renewed by mutual agreement by the parties for one (I) additional term of three (3) years, subject to Board of Public Works approval.

5. The tenant is be responsible for obtaining all permits, licenses, inspections and approvals required for its use and occupancy of the premises.

Continued 41 - 19 - BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

REVENUE LEASE

ITEM 9-L

Special Conditions

6. The tenant shall maintain at its expense, throughout the term, insurance against loss or liability in connection with bodily injury, death, property damage or destruction, occurring within the demised premises. General Comprehensive Liability insurance will have a minimum coverage of $1,000,000 combined single limit per occurrence and shall contain broad form GCL Endorsement or its equivalent.

7. The tenant shall indemnifY and hold harmless the State of Maryland and the Department of Health and Mental Hygiene against any and all liability or claim ofliability, including reasonable attorney's fees, arising out of tenant's use and occupancy, conduct, operation or management of the premises during the term.

8. The landlord may terminate this lease during any renewal term whenever the landlord determines that termination is in the best interest of the landlord.

Board of Public Works Action - The above referenced Item was:

CAPproved) Disapproved Deferred Withdrawn With Discussion Without Discussion File No: 3935

42 - 20- BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CAPITAL GRANTS AND LOANS

ITEM 10-CGL

Board of Public Works approval is requested for certification of matching funds in the following amount by the following organization. This is a summary of the item being submitted in accordance with the provisions of the appropriate legislation.

Board of Directors of the Red Wiggler Community Farm - MARYLAND CONSOLIDATED CAPITAL BOND LOAN - LOCAL SENATE INITIATIVES - RED WIGGLER COMMUNITY FARM LOAN OF 2005, CHAPTER 445, ACTS OF 2005 - $50,000 - The Board of Directors has presented evidence that it has received $50,000 from Montgomery County via the FY06 Operating Budget for this project. "... for the renovation, repair, construction, and reconstruction of the Red Wiggler Community Farm, located in Montgomery County."

The legislative authorizations require the grantee to provide and expend a matching fund for the purpose stated in the lel,>islation. No part of the grantee's matching fund may be provided, either directly or indirectly, from funds of the State, whether appropriated or unappropriated.

In addition to the evidence of matching funds, the grant recipients have submitted a Board of Public Works Grant Application and a Board of Public Works Capital Project Grant Agreement. The project cash flow is included in the Grant Application.

The Grantee shall consult with the Maryland Historical Trust pursuant to Article 83B, Section 5- 617 of the Annotated Code of Maryland or grant and convey a perpetual preservation easement pursuant to the terms of the appropriate legislation.

No State funds will be disbursed until after the loan recipient has presented suitable evidence to the Comptroller that it has expended its portion of the required matching funds for this project. After the loan recipient has met this requirement, all future invoices will be submitted to the Comptroller who shall disburse the State portion in amounts equal to the invoices submitted.

Approval of this item will not encumber funds for this project.

This item is companion to Item ll-CGL of this date. Board of Public Works Action - The above referenced Item was: 43 (APproved::> Disapproved Deferred Withdrawn

With Discussion Without Discussion wigglerpg I. fv - 21 - BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CAPITAL GRANTS AND LOANS

ITEM II-CGL

Board of Public Works approval is requested for certification of matching funds in the following amount by the following organization. This is a summary of the item being submitted in accordance with the provisions of the appropriate legislation.

Board of Directors of the Red Wiggler Community Farm - MARYLAND CONSOLIDATED CAPITAL BOND LOAN - LOCAL HOUSE OF DELEGATES INITIATIVES - RED WIGGLER COMMUNITY FARM LOAN OF 2005, CHAPTER 445, ACTS OF 2005 - $100,000 - The Board of Directors has presented evidence that it has received $100,000 from Montgomery County via the FY06 Operating Budget for this project. "... for the renovation, repair, construction, and reconstruction of the Red Wiggler Community Farm, located in Montgomery County."

The legislative authorizations require the grantee to provide and expend a matching fund for the purpose stated in the legislation. No part of the grantee's matching fund may be provided, either directly or indirectly, from funds of the State, whether appropriated or unappropriated.

In addition to the evidence of matching funds, the grant recipients have submitted a Board of Public Works Grant Application and a Board of Public Works Capital Project Grant Agreement. The project cash flow is included in the Grant Application.

The Grantee shall consult with the Maryland Historical Trust pursuant to Article 83B, Section 5- 617 ofthe Annotated Code of Maryland or grant and convey a perpetual preservation easement pursuant to the terms of the appropriate legislation.

No State funds will be disbursed until after the loan recipient has presented suitable evidence to the Comptroller that it has expended its portion of the required matching funds for this project. After the loan recipient has met this requirement, all future invoices will be submitted to the Comptroller who shall disburse the State portion in amounts equal to the invoices submitted.

Approval of this item will not encumber funds for this project.

This item is companion to Item IO-CGL of this date. Board of Public Works Action - The above referenced Item was:

0pprovv Disapproved Deferred Withdrawn

With Discussion Without Discussion 44 wigglerpg2.fv - 22- BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CAPITAL GRANTS AND LOANS

ITEM 12-CGL

Board of Public Works approval is requested for certification of matching funds and reimbursement to the grant recipient in the following amount by the following organization. This is a summary of the item being submitted in accordance with the provisions of the appropriate legislation.

The Board of Directors of Camp ESPA, Inc. - MARYLAND CONSOLIDATED CAPITAL BOND LOAN - LOCAL HOUSE OF DELEGATES INITIATIVES - CAMP ESPA LOAN OF 2005, CHAPTER 445, ACTS OF 2005 - $30,000 - The Board of Directors of Camp ESP A, Inc. is utilizing the value of property as their match. The property has been appraised for $499,000. The Department of General Services has reviewed the appraisal and prepared an in- house appraisal in the amount of $325,000 as the market value for the subject property. "... for the repair, renovation, and capital equipping of Camp ESP A, including replacement of the furnace and kitchen equipment and repairs to the sleeping quarters, plumbing and electrical systems, fire suppression system and the fishing pier, located in Rhodesdale (Dorchester County)."

Board of Public Works approval is also requested to reimburse the Board of Directors of Camp ESPA $20,650 in eligible expenditures. The Board of Directors has submitted documentation in the form of cancelled checks and invoices that they have $20,650 in expenditures for this project.

The legislative authorizations require the grantee to provide and expend a matching fund of $20,000 for the purpose stated in the legislation. No part of the grantee's matching fund may be provided, either directly or indirectly, from funds of the State, whether appropriated or unappropriated.

In addition to the evidence of matching funds, the grant recipients have submitted a Board of Public Works Grant Application and a Board of Public Works Capital Project Grant Agreement. The project cash flow is included in the Grant Application.

The Grantee shall consult with the Maryland Historical Trust pursuant to Article 83B, Section 5- 617 of the Annotated Code of Maryland or grant and convey a perpetual preservation easement pursuant to the terms of the appropriate legislation. 45

Continued - 23 - BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CAPITAL GRANTS AND LOANS

ITEM 12-CGL

No State funds will be disbursed until after the Comptroller has re-verified the evidence that the loan recipient has expended the matching fund and the required amount for reimbursement.

Board of Public Works Action - The above referenced Item was:

(APproved> Disapproved Deferred Withdrawn

With Discussion Without Discussion

campespacf.fv

46 - 24- BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CAPITAL GRANTS AND LOANS

ITEM 13-CGL

Board of Public Works approval is requested for certification of matching funds in the following amount by the following organization. This is a summary of the item being submitted in accordance with the provisions of the appropriate legislation.

Board of Directors of the Frederick County Chapter of the American Red Cross- MARYLAND CONSOLIDATED CAPITAL BOND LOAN - COMMUNITY BASED INITIATIVES LOAN OF 2004, AMERICAN RED CROSS, CHAPTER 204, ACTS OF 2003 AND AS AMENDED BY CHAPTER 432, ACTS OF 2004 - $250,000 - The Board of Directors has submitted documentation that they received a grant of $393,644 from the Federal Department of Health and Human Services, $350,000 of which was utilized as a match for their 2004 grant. The remaining $43,644 is used towards this $250,000 grant. They have also provided evidence of $195,931.07 in a financial institution and having received a donation of$12,500, for a total of$252,075.07, to meet their matching fund requirement for this project. "... for the acquisition ofland and renovation of the headquarters of the Frederick County Chapter of the American Red Cross, located in Walkersville (Frederick County)."

The legislative authorizations require the grantee to provide and expend a matching fund for the purpose stated in the legislation. No part of the grantee's matching fund may be provided, either directly or indirectly, from funds of the State, whether appropriated or unappropriated.

In addition to the evidence of matching funds, the grant recipients have submitted a Board of Public Works Grant Application and a Board of Public Works Capital Project Grant Agreement. The project cash flow is included in the Grant Application.

The Grantee shall consult with the Maryland Historical Trust pursuant to Article 83B, Section 5- 617 of the Annotated Code of Maryland or grant and convey a perpetual preservation easement pursuant to the terms of the appropriate legislation.

No State funds will be disbursed until after the loan recipient has presented suitable evidence to the Comptroller that it has expended its portion of the required matching funds for this project. After the loan recipient has met this requirement, all future invoices will be submitted to the Comptroller who shall disburse the State portion in amounts equal to the invoices submitted.

Approval of this item will not encumber funds for this project. This item is companion 10 Item I4-CGI of this dale 47 Board of Public Works Action - The above referenced Item was:

Approved:':> Disapproved Defe .thdrawn c ,C lUi Discussion Without Discussion sfredco2.N - 25 - BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CAPITAL GRANTS AND LOANS

ITEM 14-CGL

FREDERICK COUNTY CHAPTER, 2 East Frederick Street AMERICAN RED CROSS P. O. Box 186 Walkersville, Maryland 21793

PROJECT NO. AND TITLE SL-014-991-038 Renovation of a building at 2 East Frederick Street in Walkersville

DESCRIPTION Reference is made to the December 19,2001 meeting of the Board of Public Works wherein the Board approved as Item 29-CGL on the DGS Action Agenda, capital expenditures towards the design and renovation of a building located at 2 East Frederick Street in Walkersville.

In accordance with the provisions of the Maryland Consolidated Capital Bond Loan - Community Based Regional Initiative Loan of 2004 - American Red Cross, Chapter 204, Acts of 2003 as amended by Chapter 432, Acts of2004 and Maryland Consolidated Capital Bond Loan - Legislative Community Initiatives Loan of 2004, Chapter 432, Acts of 2004, which provided matching grants of $250,000 and $350,000 respectively to the Frederick County Chapter of the American Red Cross, located in Walkersville, Board of Public Works approval is requested to revise the fund source as follows to utilize funds that were not previously available:

FROM: $ 300,000 Frederick County - American Red Cross Loan of2000

$1,551,000 Frederick County Chapter of the American Red Cross

$ 300,000 Frederick County - American Red Cross Loan of2000

$ 250,000 MCCBL - CBRI Loan of2004 - American Red Cross Chapter 204, Acts of 2003 and as amended by Chapter 432, Acts of2004

$ 350,000 MCCBL - LCI Loan of2004 - American Red Cross Chapter 432, Acts of 2004

$ 951,000 Frederick County Chapter of the American Red Cross 48

Continued - 26- BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CAPITAL GRANTS AND LOANS

ITEM 14-CGL

REMARKS No State funds will be disbursed until after such time as the Maryland Historical Trust has advised the Board that it has completed its review of the project.

No State funds will be disbursed until the grantee has presented suitable evidence to the Comptroller that it has expended the required matching funds for this project. After the grantee has met this requirement, all future invoices will be submitted to the Comptroller, who will disburse the State portion in amounts equal to the invoices submitted.

This item is companion to Item I3-CGL of this date.

Board of Public Works Action - The above referenced Item was:

CAPproved > Disapproved Deferred Withdrawn

With Discussion Without Discussion

fredcoredcross2.fv

49 - 27 - BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CAPITAL GRANTS AND LOANS

ITEM 15-CGL

THE BOARD OF SUPERVISORS 92 Thomas Johnson Drive OF THE CATOCTIN SOIL Frederick, Maryland 21702 CONSERVATION DISTRICT AND THE BOARD OF SUPERVISORS OF THE FREDERICK SOIL CONSERVATION

PROJECT NO. AND TITLE SL-004-050-038 Agriculture and Education Complex

DESCRIPTION In accordance with the provisions of the Maryland Consolidated Capital Bond Loan - Agriculture and Education Complex Loan of2005, Chapter 445, Acts of2005, which provided a matching grant of$300,000 to the Board of Supervisors of the Frederick Soil Conservation District and the Board of Supervisors of the Catoctin Soil Conservation District for the acquisition of the land to serve as the location for an agriculture and education complex, Board of Public Works approval is requested fo"rcapital expenditures toward the purchase of a 16.70 I acre parcel located on the south side of Elmer Derr Road and on the north and west sides of Horman Road in Frederick, Frederick County.

PROCUREMENT METHOD Negotiated

AWARD Gladhill Properties LTD Partnership Frederick, MD

AMOUNT $600,000

FUND SOURCE $300,000 - MCCBL - Agriculture and Education Complex Loan of2005

$300,000 - The Board of Supervisors of the Frederick Soil Conservation District and the Board of Supervisors ofthe Catoctin Soil Conservation District

Continued 50 - 28- BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CAPITAL GRANTS AND LOANS

ITEM IS-CGL

REMARKS The Department of General Services reviewed the appraisal performed by Kathy M. Gordon and accepted its value of$800,000.

No State funds will be disbursed until after such time as the Maryland Historical Trust has advised the Board that it has completed its review of the project.

No State funds will be disbursed until the grantee has presented suitable evidence to the Comptroller that it has expended the required matching funds for this project. After the grantee has met this requirement, all future invoices will be submitted to the Comptroller, who will disburse the State portion in amounts equal to the invoices submitted.

Board of Public Works Action - The above referenced Item was: :J Disapproved Deferred Withdrawn With Discussion Without Discussion octinsoilcf. fv

51 - 29- BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CAP IT AL GRANTS AND LOANS

ITEM 16-CGL

BOARD OF DIRECTORS OF THE 1000 Twinbrook Parkway MENTAL HEALTH ASSOCIATION Rockville, Maryland 20851 OF MONTGOMERY COUNTY, INC.

PROJECT NO. AND TITLE SL-058-98 1-038 Renovation of Mental Health Facility

DESCRIPTION In accordance with the provisions of the Montgomery County Mental Health Association of Montgomery County Loan of2001, Chapter 222, Acts of2001, which provided a matching grant of$100,000 to the Board of Directors of the Mental Health Association of Montgomery County, Inc. for the repair and renovation of the heating and air conditioning system, roof replacement, and upgrade of handicapped access to the mental health facility on Twinbrook Parkway in Rockville, Board of Public Works approval is requested for capital expenditures for architectural/engineering services for renovations of the facility including interior design, roof expansion, permits and construction drawings.

PROCUREMENT METHOD Negotiated

AWARD The Heiserman Group, Inc. Bethesda, MD

AMOUNT $32,636.46

FUND SOURCE $16,318.23 - Montgomery County - Mental Health Association of Montgomery County Loan of2001

$16,318.23 - Mental Health Association of Montgomery County

Continued 52 - 30- BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CAPITAL GRANTS AND LOANS

ITEM l6-CGL

REMARKS The Mental Health Association has served Montgomery County residents for over 47 years. They provide mentor programs, school-based prevention services and other direct service programs for children, teens, families, seniors and individuals with long-term mental illnesses.

The grantee requested and reviewed a proposal submitted by the Heiserman Group, Inc. They compared their price with prices that had been received for the design of an earlier renovation project; felt that their price was fair, reasonable, within their budget; and awarded Heiserman Group, Inc. this contract.

No State funds will be disbursed until after such time as the Maryland Historical Trust has advised the Board that it has completed its review of the project.

No State funds will be disbursed until the grantee has presented suitable evidence to the Comptroller that it has expended the required matching funds for this project. After the grantee has met this requirement, all future invoices will be submitted to the Comptroller, who will disburse the State portion in amounts equal to the invoices submitted.

Board of Public Works Action - The above referenced Item was:

GproVed") Disapproved Deferred Withdrawn

With Discussion Without Discussion

mentalhlth.fv 53 - 31 - BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CAPITAL GRANTS AND LOANS

ITEM 17-CGL

COUNTY EXECUTIVE AND 14741 Governor Oden Bowie Drive COUNTY COUNCIL OF Upper Marlboro, MD PRINCE GEORGE'S COUNTY

PROJECT NO. AND TITLE SL-025-040-038 Critical Infrastructure and Renovations Prince George's Hospital Center, HVAC and Electric Switchgear

DESCRIPTION In accordance with the provisions of the Prince George's County - Prince George's Hospital Center Loan of 2004, Chapter 432, Acts of 2004, which provided a grant of $4,025,000 to the County Executive and County Council of Prince George's County for critical infrastructure needs and renovation of medical/surgical nursing units at the Prince George's Hospital Center, Board of Public Works approval is requested for capital expenditures for the engineering services design contract for the replacement of HVAC units and electrical switchgear.

PROCUREMENT METHOD Competitive Sealed Bidding

BIDDERS AMOUNT

F & H Consultants, Inc. - Baltimore, MD $225,000 S3E Klingemann - Springfield, VA $240,000

AWARD F & H Consultants, Inc.

AMOUNT $225,000

FUND SOURCE $225,000 - MCCBL - Prince George's Hospital Center Loan of2004, DGS Item 039

REMARKS The Dimensions Healthcare Systems sent out solicitation packages for engineering services to five engineering firms and in tum received these two responses.

Continued 54 - 32- BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CAPITAL GRANTS AND LOANS

ITEM 17-CGL

REMARKS

No State funds will be disbursed until after such time as the Maryland Historical Trust has advised the Board that it has completed its review of the project.

No State funds will be disbursed until the grantee has presented suitable evidence to the Comptroller that it has expended the required matching funds for this project. After the grantee has met this requirement, all future invoices will be submitted to the Comptroller, who will disburse the State portion in amounts equal to the invoices submitted.

Board of Public Works Action - The above referenced Item was:

Approved Disapproved Deferred

With Discussion Without Discussion

pghospitalcf.fv

55 - 33- BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CAPITAL GRANTS AND LOANS

ITEM 18-CGL

MARYLAND HIGHER EDUCATION COMMISSION

NAME OF GRANTEE/BORROWER Montgomery College Rockville Campus

AUTHORITY Procedures and Guidelines adopted by MHEC 06/02/92 and approved by BPW 06/17/92

PROJECT NO. AND TITLE CC-OI-MC-03/01-375 Roof Replacement for Student Services, Counseling & Advising Buildings and Macklin Towers Construction Award

DESCRIPTION Board of Public Works approval is requested for a State construction allocation in the amount of $139,450 to Montgomery College for the multi-building re-roofing project at its Rockville campus. Also, the College seeks approval to expend funds for a construction contract award to Metropolitan Siding and Windows, Inc.

The total construction allowance is $278,900 and the State share of the total construction allowance is $139,450 (50%).

PROCUREMENT METHOD Competitive Sealed Bidding

BIDS Base Bid Metropolitan Siding & Windows, Inc. - Waldorf, MD $278,900 Brothers Construction Company, Inc. - Springfield, VA $297,700 Simpson of Maryland, Inc. - Baltimore, MD $334,000 Interstate Corporation - Rockville, MD $338,000 Vatica Contracting, Inc. - Hyattsville, MD $357,080 CitiRoof Corporation - Columbia, MD $386,873 Phoenix Contracting Services, Inc. - Baltimore, MD $390,800 Control Roofing & Sheet Metal Corp. - Capitol Heights, MD $391,854

Continued

56 - 34- BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CAPITAL GRANTS AND LOANS

ITEM 18-CGL

BIDS (Cont'd.) Base Bid Kl Construction Company - Glen Burnie, MD $399,975 J.E. Wood & Sons - Upper Marlboro, MD $424,342 A&A Restoration, Inc. - Lothian, MD $435,728 Built-Up Roofing Systems - Mount Rainer, MD $504,400 Autumn Contracting, Inc. - Hyattsville, MD $600,000 Plato Construction Corporation -Brooklyn, NY $734,999

AWARD Metropolitan Siding & Windows, Inc.

AMOUNT $278,900

FUND SOURCE $139,450 (50%) - Local Share $139,450 (50%) - State Share Item 151 MCCBL 200 I. Cost sharing is in accordance with Section 11-105(j) of the Education Article.

REMARKS The construction estimate for this project is $300,000.

At its September 22,2004 meeting the Board of Public Works approved a State design allocation to the Montgomery College of $28,000 (total allowance of $56,000) to design the multi-building re-roofing project at its Rockville campus.

The proposed projects involve the replacement of roofs at Macklin Towers sections B and C (19,598 s.f. constructed in 1971), the Counseling and Advising Building (6,834 s.f. constructed in 1988) and the Student Services Building (10,238 s.f. constructed in 1987). The replacement systems will be designed to be consistent with the Department of General Services roofing policy which requires a minimum twenty year No Dollar Limit (NDL) manufacturer's warranty and a minimum 1/4" per foot slope.

The Maryland Department of Budget and Management has reviewed the College's request for financial participation and recommends approval. The Maryland Department of General Services recommends contract award. The Maryland Higher Education Commission recommends approval of this request. There are no federal funds involved. All contracts will be awarded by Montgomery College and signed by local authorities.

Continued 57 - 35 - BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CAPITAL GRANTS AND LOANS

ITEM 18-CGL

REMARKS

No State funds will be disbursed until after such time as the loan recipient has presented suitable evidence to the Comptroller that it has expended its portion of the required matching funds for this project. After the loan recipient has met this requirement, all future invoices will be submitted to the Comptroller, who shall disburse the State portion in amounts equal to the invoices submitted.

A performance bond IS required for the entire contract amount.

Board of Public Works Action - The above referenced Item was:

CAPproved ) Disapproved Deferred Withdrawn With Discussion Without Discussion

bpwbook020 I06. "1Jd

58 - 36- BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CAPITAL GRANTS AND LOANS

ITEM 19-CGL

MARYLAND HIGHER EDUCATION COMMISSION

NAME OF GRANTEEIBORROWER Howard Community College Columbia, Maryland

AUTHORITY Procedures and Guidelines adopted by MHEC 06/02/92 and approved by BPW 06/17/92

PROJECT NO. AND TITLE CC- I4-MC02/03/04-346 Arts and Humanities Building - Parking Garage Construction Award

DESCRIPTION Board of Public Works approval is requested for a State allocation in the amount of $450,000 to Howard Community College for construction management services for the parking garage project at its Columbia campus. Also, the College seeks approval to expend funds for a construction management contract award to Riparius Construction, Inc.

The proposed project involves the construction of a five level parking garage with 5 I8 parking spaces to accommodate parking needs for the new Arts & Humanities and Student Services Buildings which are currently under construction.

PROCUREMENT METHOD Competitive Sealed Proposals

BIDS OR PROPOSALS Score Riparius Construction, Inc. - Timonium, MD 733.95 Whiting Turner Contracting - Baltimore, MD 722.58 Donley's, Inc. - Richmond, VA 536.33

AWARD Riparius Construction, Inc.

AMOUNT $7,725,709 (Guaranteed Maximum Price)

Conti~~ - 37 - BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CAPITAL GRANTS AND LOANS

ITEM 19-CGL

FUND SOURCE $7,275,709 (94.2%) - Local Share $ 450,000 (05.8%) - State Share Item 025 Maryland Consolidated Capital Bond Loan of 2004. Cost sharing is in accordance with Section I 1-105(j) of the Education Article.

REMARKS The design for the parking garage was funded entirely with local funds. The construction estimate for this project is $7,200,000.

This project was advertised in the Baltimore Sun, Columbia Flyer, Howard County Times and the Maryland Contract Weekly. A total offour (4) firms responded with Expressions of Interest.

The college's selection committee reviewed and evaluated based on technical merit with three of the four firms qualifYing for interviews and oral presentations. These three firms were evaluated based on experience and qualifications of construction management team, experience with similar projects, references, past performance of completing projects on schedule and within budget and special qualifications. The three firms qualified to submit price proposals which were scored and combined with the technical scores with Riparius Construction being selected as the construction management firm.

This project award amount includes all construction costs as well as the construction phase of the construction management fees. Any additional construction costs over and above the award amount will be paid entirely with local funds.

The Maryland Department of Budget and Management has reviewed the college's request for financial participation and recommends approval. The Maryland Department of General Services recommends contract award. The Maryland Higher Education Commission recommends approval of this request. There are no federal funds involved. All contracts will be awarded by Howard Community College and signed by local authorities.

Continued 6 0 - 38 - BPW - 02/01/06

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA

CAPITAL GRANTS AND LOANS

ITEM 19-CGL

REMARKS

No State funds will be disbursed until after such time as the loan recipient has presented suitable evidence to the Comptroller that it has expended its portion of the required matching funds for this project. After the loan recipient has met this requirement, all future invoices will be submitted to the Comptroller, who shall disburse the State portion in amounts equal to the invoices submitted.

A performance bond IS required for the entire contract amount.

Board of Public Works Action - The above referenced Item was:

CApproved Disapproved Deferred Withdrawn With Discussion Without Discussion bpwbook020 I06. wpd

61 1 BOARD OF PUBLIC WORKS

FEBRUARY 1,2006

SECRETARY'S AGENDA

Contact: Patti Konrad (410-260-7920) [email protected] 1. BONDS:

Submission of a recommendation by the State Treasurer for the adoption of the attached resolutions concerning the sale of State of Maryland General Obligation Bonds in book entry fonn only for the purpose offunding certain projects, the publication of the required Summary Notices of Bond Sale, and an undertaking by the State of Maryland to provide continuing disclosure as required under applicable securities regulations.

AMOUNT: $280,000,000 Capitallmprovement Bonds $ 20,000,000 Taxable Bonds

DENOMlNA TION: $5,000 per bond, or any integral multiple thereof

MATURITIES: To be determined by the State Treasurer, not to exceed 15 years

FORM: State and Local Facilities Loan of2006 First Series A - $280,000,000 - Capitallmprovement Bonds First Series B - $20,000,000 - Taxable Bonds

METHOD OF SALE: Electronic competitive bid

TIME OF SALE: March I, 2006 10:30 A.M., Local time - First Series B - Taxable Bonds 11:00 A.M., Local time - First Series A - Capital Improvement Bonds

SETTLEMENT: On or about March 23, 2006

USE OF PROCEEDS: Various State loans and installments, combined and consolidated

PUBLICATION OF The Bond Buyer on a date to be detem1ined by the State SUMMARY NOTICES Treasurer's Office not later than February 17, 2006 OF BOND SALE:

BOARD OF PUBLIC WORKS ACTION: TilE ABOVE REFERENCED ITEM WAS:

C AI'I'ROVED ) DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION 62 2

BOARD OF PUBLIC WORKS

February 1,2006

Secretary's Agenda

Contact: Doldon Moore 410-260-7791 [email protected]

2. BOARD OF PUBLIC WORKS - WETLANDS LICENSES:

Approval is requested of the following applications for wetlands licenses for projects involving dredging or filling or both in the navigable waters of Maryland. The Board of Public Works' Wetlands Administrator recommends that a license be granted as indicated. The Department of the Environment fully concurs with this recommendation.

Authority: Title 16, Environment Article, Maryland Code; COMAR 23.02.04.

ANNE ARUNDEL COUNTY

06-0038 FISHING CREEK FARM H.O.A.lMcCREADY - To expand an existing marina by 9 slips by constructing piers, finger piers, mooring piles, and boat lills - Duvall Creek at Cherry Tree Lane near Annapolis

06-0189 NICHOLAS KOUWENHOVEN - To emplace a stone revetment - Magothy River at Skywater Road, Gibson Island

BALTIMORE CITY

04-1202 BALTIMORE CITY D.O.T.lCHEN - To construct a replacement bulkhead; to emplace a storm water pipe; to mechanically dredge an area; and to provide for periodic dredging for a six-year period - Inner Harbor off Fort Avenue

KENT COUNTY

06-0320 FRANKLIN HOGANS, SR. - To emplace a stone revetment - at Swan Crcek Road in Rock Hall

WORCESTER COUNTY

06-0387 STOCKY ARD. INC. - To replace in-kind existing deck, piers and piles; to mechanically maintenance dredge a mooring basin - Sinepuxent Bay at Ocean Gateway in West Ocean City

BOARD OF PUBLIC WORKS ACTION: TilE ABOVE REFERENCED ITEM WAS:

C APPROVED~ DISAPPROVED DEFERRED WITHORAWN 63

WITH DISCUSSION WITHOUT DISCUSSION 3

BOARD OF PUBLIC WORKS

FEBRUARY 1,2006

SECRETARY'S AGENDA

ROBERT R. ENSOR (410) 841-5864 [email protected]

3. DEPARTMENT OF AGRICULTURE Marylaud Agricultural Cost-Share Program Graut Requests

Submission ofa request by the Maryland Department of Agriculture for approval of individual grants under the Maryland Agricultural Cost-Share Program. The fund source for the following grants is the Maryland Consolidated Capital Bond Loan of 2005 (Appropriation Number 05119):

Agreement # Recipient County Amount $ AT-2006-1140 TULIP FOREST FARMING CORP., INC. Kent 4,000 AT-2006-1141 TULIP FOREST FARMING CORP., INC. Kent 1,300 AT-2006-1343 LOUIS J. MEYER Queen Anne's 6,100 AT-2006-1383 WA YNE A. MAST St. Mary's 7,300 AT-2006-1385 RICHARD G. DEWITT Garrett 5,000 AT-2006-1401 EDWARD V. SMITH, JR Calvert 1,800 AT-2006-1472 JAMES J. HIGGINS Cecil 2,600 AT-2006-t473 JAMES J. HIGGINS Cecil 1,500 CH-2006- t 287 ALICE M. MALONEY Kent 2,700 CH-2006-1288 ALICE M. MALONEY Kent 2,500 CH-2006-1289 ALICE M. MALONEY Kent 4,400 CH-2006-1290 ALICE M. MALONEY Kent 800 CH-2006-1291 ALICE M. MALONEY Kent 9,200 CH-2006-1292 ALICE M. MALONEY Kent 1,900 LS-2006-1382 MATTHEW G. WlHERLE, III Harford 9,500 LS-2006-1388 MATTHEW G. WIHERLE, III Harford 4,300 LS-2006-1406 DANIEL F. VAUGHAN Harford 8,100 MP-2006-1118 JOEL T. ANDERSON Frederick 4,600 MP-2006-1330 OTIS J. COOK Frederick 1,900 MP-2006-1366 DELBERT W. TWEIT Washington 400 MP-2006-1459 MARYA. BLUM Carroll 2,900 MP-2006-1476 WILBUR L. CRAPSTER Carroll 7,000 MP-2006-1477 WILLARD L. HAWKINS, JR Carroll 2,500 RS-2006-1415 ROBERT W. FISCHER Carroll 20,000 RS-2006-1432 DA VID R. SOLOMON Carroll 4,100 RS-2006-1460 WARREN D. KIBLER Carroll 20,000 RS-2006-1461 WARREN D. KIBLER Carroll 3,400 RS-2006-1462 WARREN D. KIBLER Carroll 2,000

Total Submission Amount: 141,800

64 4

BOARD OF PUBLIC WORKS

FEBRUARY 1, 2006

SECRETARY'S AGENDA

ROBERT R. ENSOR (410) 841-5864 [email protected]

3. DEPARTMENT OF AGRICULTURE Maryland Agricultural Cost-Share Program Grant Requests (Continued)

The Maryland Department of Agriculture has detemlined 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 requisite cost-share agreement and accepts the grant conditions.

Authority: "Cost-Sharing - Water Pollution Control" is a program allowing persons to seek State cost-sharing funds for projects that will reduce agriculturally related non-point sources of water pollution. Sections 8-701 to 8-705, Agricultural Article, Maryland Code; COMAR 15.01.05

Funding Source: The Maryland Consolidated Capital Bond Loan of 2005 provides a source of funds for the cost-share program. Under this appropriation "$5,500,000 may be used by the Board of Public Works to provide grants for the projects to control agriculturally related non- point sources of pollution."

HOARD OF t'UBLIC WORKS ACTION: THE ABOVE REFERENCEI> ITEM WAS:

CAt't'ROVE0 DISAPPROVED I>EFERREI> WITIII>RAWN

WITH DISCUSSION 65 5 BOARD OF PUBLIC WORKS

FEBRUARY 1,2006

SECRETARY'S AGENDA

ROBERT R. ENSOR (410) 841-5864 [email protected]

4. DEPARTMENT OF AGRICULTURE Marylalld Agricultural Cost-Share Program Additiollal FUlldillg Requests

Submission of a request by the Maryland Department of Agriculture for approval of ADDITIONAL FUNDING of individual grants under the Maryland Agricultural Cost-Share Program. The fund source for the following grants is the Maryland Consolidated Capital Bond Loan of 2003 (Appropriation Number 03141):

ADDITIONAL FUNDING:

Agreement # Recipient County Amount $ CR-2005-1260 BARBARA L. REED Caroline 837.20 CR-2005-1981 PHILIP E. RATCLIFFE Talbot 385.84 CR-2005-1982 PHILIP E. RATCLIFFE Talbot 1,161.34 CR-2005-2125 PHILIP E. RATCLIFFE Talbot 2,352.82 RS-2006-1184 S. SCOTT ALBAN Carroll 245.95

Total Additional Funding Amount: 4,983.15

• 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 requisite cost-share agreement and accepts the grant conditions.

Additional funds are requested for these projects to offset additional costs realized at the completion of the project. These additional costs are a result of design changes required based on site conditions encountered during construction, design changes to improve project effectiveness, or because the level of co-cost share funding originally anticipated was not available when the project was completed.

Authority: "Cost-Sharing - Water Pollution Control" is a program allowing persons to seek State cost- sharing funds for projects that will reduce agriculturally related non-point sources of water pollution. Sections 8-701 to 8-705, Agricultural Article, Maryland Code; COMAR 15.01.05

Funding Source: The Maryland Consolidated Capital Bond Loan of 2003 provides a source of funds for the cost-share program. Under this appropriation "$5,600,000 may be used by the Board of Public Works to provide grants for the projects to control agriculturally related non-point sources of pollution."

BOARD OF PUBLIC WORKS ACTION: TilE ABOVE REFERENCED ITEM WAS:

C\PPROVV DISAPPROVED DEFERRED WITHDRAWN

WITII 11ISCUSSION 66 6-1 (revised) BOARD OF PUBLIC WORKS

FEBRUARY1,2006

SECRETARY'SAGENDA

Contact Person: Horacio Tablada (410) 537-3304 [email protected] / [email protected]

S. MARYLAND DEPARTMENT OF THE ENVIRONMENT

Recolllmelldatioll: That the Board of Public Works approve the expenditure of$636,570 in general obligation bonds to the U.S. Environmental Protection Agency for the final payment of the State's share of the Wood Treating (SMWT) Remedial Action in St. Mary's County. (Legislative District 29A)

Backgroulld: This project is a federal superfund site, which requires the State to pay a 10% cost- share for the remedial cleanup activities. The Board of Public Works initially approved this project February 5,1997. The last action was taken March 5, 2003 (Secretary's Agenda Item 9), where the Board approved the expenditure of PAYGO funds for a portion of the State's share of the cost of the cleanup of this site.

The SMWT site operated as a wood treatment facility between 1965 and 1978. Processed wood was pressure-treated with creosote and pentachlorophenol, which was subsequently found in soils and shallow groundwater. The abandoned site occupies 25 acres in the northwestern portion of a 96-acre parcel in St. Mary's County. The project included remediation of contaminated soil, sediment, and water associated with the former wood treatment facility. The cleanup treated approximately 270,000 tons of contaminated soils. The cleanup is complete and the property is available for reuse and redevelopment. Based on the final closeout calculation for the project, EPA has determined the State's share of the cost to be $5,936,343.

This item previously appeared before the Board on the February 5 and November 5, 1997 agendas. During discussions concerning the disposition of the SMWT property, MDE made statements that the State could take possession of the property once the cleanup was complete. The statements were made based on a contract between EPA and MDE. The contract provided that in order to conduct the remedial action, EPA may acquire an interest in the real property at the site and that the State will accept the transfer of such interest. EPA never acquired an interest in the property and MDE began cost recovery efforts.

As part ofMDE's cost recovery efforts in 2001, MDE negotiated with the SMWT Corporation to transfer title to the property to MDE as a reimbursement for the cleanup expenses. The Department of General Services assisted MDE with a title review of the property, and it was discovered that the Mercantile Bank had a mortgage lien on the property for a $600,000 loan made to the company in 1982. Initially the bank considered releasing its lien so the State could take title of the property free of any liens; however that did not occur, and the property was not transferred to the State.

67 6-2 (revised) BOARD OF PUBLIC WORKS

FEBRUARY 1,2006

SECRETARY'S AGENDA

5. MARYLAND DEPARTMENT OF THE ENVIRONMENT (Continued)

MOE filed a cost recovery action in of St. Mary's County and on June 24, 2002, received a judgment against the SMWT Corporation for $6.1 million. A lien in the amount of this judgment was placed against the property. This lien, however, is junior to the Bank's lien.

In May 2005, Mercantile Bank sold its note in a public auction in New York to an unknown third party investor for approximately $1.3 million. As it stands today, the new investor has not foreclosed on the property so title to the property remains in the name of the bankrupt SMWT Corporation. The property still has a first lien for the note and a second lien for the State's judgment. The investor would need to notify all lienholders, which includes the State, as well as the general public, before a foreclosure sale takes place. If the property would sell at the time of the foreclosure for more than the value of the note, then second lien holder (the State) would receive the money above the value of the first lien at the time. The project budget is as follows:

Total Project Costs $59,363,427 Federal Share (EPA) 53,427,084 MOE's 10% cost-share (previous) 5,299,773 This action $636,570

Fllm/ Source: MCCBL 2005. This project is not eligible for funding with tax-exempt bond proceeds and requires allocation from the "private activity use" exemption or funding with taxable bond proceeds.

The project is consistent with State clearinghouse comments and recommendations (M0880526- 0412).

This item was previously submitted as Item 6 on November 30,2005.

BOARD OF PUBLIC WORKS ACTION: TilE ABOVE REFERENCED ITEM WAS:

(APPROVED DISAPPROVED DEFERRED WITIIDRA WN

= WITHOUT DISCUSSION

68 7 BOARD OF PUBLIC WORKS

FEBRUARY 1,2006

SECRETARY'S AGENDA

Contact Person: George Keller (410) 537-3574 [email protected] / [email protected]

6. MARYLAND DEPARTMENT OF THE ENVIRONMENT:

Recommel/datiol/: That the Board of Public Works approve a new loan up to $4,000,000 to the Canton Crossing Waterfront LLC for the construction of a bulkhead in Baltimore City. (Legislative District 46). The loan will be repaid in a period not to exceed 20 years following project completion, at an interest rate of 0%. Since January 2005, the Department has offered 0% interest rate loans for certain Non-point Source pollution prevention projects. To secure this debt, the borrower will provide the Maryland Water Quality Financing Administration with a revenue pledge, backed by a debt service reserve and loan repayment guarantees.

Project Descriptiol/: This project consists of the design and construction of approximately 746 linear feet of waterfront bulkhead, in the vicinity ofthel400 and 1500 blocks of South Clinton Street in the Canton area of Baltimore City. This project is related to a voluntary brownfields cleanup project being monitored by MDE's Waste Management Administration. Construction of this bulkhead will mitigate erosion of the shoreline and also prevent any residual oil contamination onsite from seeping into the Northwest Harbor and Patapsco River.

Project FUI/dil/g Sources: Water Quality State Revolving Loan Fund (this action) $4,000,000

Authoritv: Sections 9-1601 through 9-1622 of the Environment Article, Maryland Code, known as the Maryland Water Quality Financing Administration Act.

MDE has determined this project to be consistent with Maryland's Priority Places Strategy in accordance with Executive Order 01.01.2003.33. The project is consistent with State Clearinghouse comments and recommendations.

BOARD OF PUBLIC WORKS ACTION: TIlE ABOVE REFERENCED ITEM WAS:

(APPROVE!) DISAPPROVED IlEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

69 8 BOARD OF PUBLIC WORKS

FEBRUARY1,2006

SECRETARY'SAGENDA

Contact Person: George Keller (410) 537-3574 [email protected] / [email protected]

7. MARYLAND DEPARTMENT OF THE ENVIRONMENT:

Recommendation: That the Board of Public Works approve further funding to the Town of Federalsburg for the Federalsburg Wastewater Treatment Plant Biological Nutrient Removal (BNR) and Enhanced Nutrient Removal (ENR) Improvements project in Caroline County. The project involves multiple sources of funding which are being provided over several years. (Legislative District 37)

A. New Grant - $360,000 Bay Restoration Fund (BR-NR 02.06)

B. Grant Increase - $125,000 Supplemental Assistance Program (SWQH 11.06). MDE certifies that the proposed action complies with the tax-exempt bond provisions of the Internal Revenue Code and does not constitute a change in use or private activity.

Proiect Descriptioll: The project involves planning, design and construction for the Biological Nutrient Removal (BNR) and Enhanced Nutrient Removal (ENR) at the existing 0.75 mgd Federalsburg Wastewater Treatment Plant to achieve effluent concentrations of3 mg/l for Total Nitrogen and 0.3 mg/l for Total Phosphorous.

Proiect FUlldillg Sources: Bay Restoration Fund Grant BR-NR 02.06 (this action) $ 360,000 BR-NR 02.06 (future action) $1,914,000 BNR Grant NR 02.06 (previously approved 11/03/04) $ 450,000 BNR Grant NR 02.06 (future action) $ 542,000 SWQH Grant 11.06 (previously approved 9/04/02) $ 200,000 SWQH Grant 11.06 MCCBL 2005 (this action) $ 125,000 EPA Grant $ 450,000 Local Funding $ 962,000 TOTAL ESTIMATED PROJECT COST: $5003.Q.QQ

The Bay Restoration Funds will be expended using multi-year appropriations based on project schedule. Bay Restoration Funds will be used only for eligible ENR costs, as determined by the Department.

70 9 BOARD OF PUBLIC WORKS

FEBRUARY 1,2006

SECRETARY'S AGENDA

7. MARYLAND DEPARTMENT OF THE ENVIRONMENT (Cont'd):

Authoritv: Sections 9-1601 through 9-1622 of the Envirorunent Article, Maryland Code, known as the Maryland Water Quality Financing Administration Act and sections 9-348, construction Grants or Loan, Water Quality Improvements.

MOE has determined this project to be consistent with Maryland's Priority Places Strategy in accordance with Executive Order 01.01.2003.33. The project is consistent with State Clearinghouse comments and recommendations.

BOARD OF PUBLIC WORKS ACTION: THE ABOVE REFERENCED ITEM WAS:

CAPPROVED:> DISAPPROVED DEFERRED WITIIDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

71 10 BOARD OF PUBLIC WORKS

FEBRUARY 1,2006

SECRETARY'S AGENDA

Contact: George C. Eaton (410) 514-7348 [email protected]

8. DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT:

Recommendation: The Department of Housing and Community Development recommends that the Board of Public Works approve reducing - from 10% per annum to 4% per annum - the penalty interest rate assessed Myers Building Partnership in a Rental Housing Production Program note. The decrease of$18,026.22 would reduce the penalty interest due as of February 1,2006 from $30,043.69 to $12,017.47.

Borrower: Myers Building Partnership

Loan Authority: Rental Housing Production Program Housing & Comm. Dev't Article,ss 4-1501 to 4-1511, MD Code

Authority to Reduce Penalty Interest: State Finance and Procurement Article, S 10-305, MD Code

Loan: Original Loan: $321,769 Current Balance: $ 157,036.58

Historv: In 1988, DHCD's Community Development Administration made a 20- year loan of $321,769 to the Myers Building Partnership to rehabilitate property in Westminster that had been the Myers meat manufacturing facility (the Myers Loan II). The Myers Loan II is secured by a third deed of trust on the property. This loan was in addition to a 2 I-year loan of$600,000 made in 1987 to acquire and rehabilitate of the property (the Myers Loan I). The Myers Loan I is secured by a second deed of trust on the property.

Myers was permitted to defer the Myers Loan II principal payments in years I through 3 and the principal and interest payments in years 4 through 7 with the stipulation that Myers would use the deferred funds for additional rehabilitation work. The deferred principal and interest payments totaled $114,655. In order to secure the right to defer the payments, Myers agreed to pay interest at the rate of 4% per annum on the deferred payments of$114,655; Myers paid interest of $ 18,344.64 on the deferred payments. (The interest rate on the Myers Loan II is 1% per annum.) Myers was to begin paying the deferred payments in July 2000 through monthly installments of $ 1,583.33 until paid in full. No additional interest was due to be paid on the deferred payments as long as Myers made the monthly installment. However, if Myers failed to make a monthly payment, it would pay penalty interest at the rate of 10% per annum on the delinquent payment until paid in full.

72 11 BOARD OF PUBLIC WORKS

FEBRUARY 1,2006

SECRETARY'S AGENDA

8. DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT: (cont'd)

Myers did not begin paying the deferred payments as scheduled because rents have been lower and operating expenses higher than originally projected. Myers requested in 2000 that OHCO continue to defer the deferred payments. However, Myers without OHCO's permission changed its legal structure from a partnership to a limited liability company and permitted several of the partners to exit the partnership. OHCO and Myers have not reached an agreement as to individual liability of the remaining partners; this has precluded the parties from entering into an amendment to the Myers Loan II that would authorize the continued deferral of the deferred payments. As of February I, 2006 the total ofthe delinquent deferred payments is $106,083.11.

While the borrower has not been able to make the required deferred payments, it has complied with all other payment terms of the Myers Loans I and ll. Myers Loan I is current and the principal balance is S110,874.45. Excluding the deferred payments, Myers Loan II is current and the principal balance is $42,381.58.

Market Vallie: Integra Realty Resources appraised the property for OHCD with an effective date of February 1,2005 and a "fair market' value of$590,OOO. A DHCD staff appraiser reviewed Integra's appraisal and concurred with its valuation.

In addition to DHCO's second and third deeds of trust, the principal balances of which total $267,911.03, the property is encumbered by a first deed of trust held by a private lender with a principal balance of$78,272.35 and a fourth deed of trust held by the City of Westminster with a principal balance of $6,995.40. These latter balances are as of December 31, 2005.

Proposal: Myers has negotiated with a lender to refinance DHCD's outstanding loans to include full repayment of the principal portion of the delinquent deferred payments. However, Myers requests that DHCD reduce the penalty interest to 4% per annum (from 10% per annum) from July I, 2000 to the date of payoff. The 4% interest rate would be consistent with the interest rate that the borrower initially paid on the deferred payments and would be greater than the I% per annum interest rate on the Myers Loan II.

Approval of the request would resolve a long-standing delinquency without litigation, allow DHCD to recover in full the principal of its loans, and earn an interest rate that is consistent with OHCO's objective of serving the public purpose.

BOARD OF PUBLIC WORKS ACTION: THE ABOVE REFERENCE» ITE~1 WAS:

CAPPROVE~ DISAI'I'ROVED DEFERRE() WITH»RAWN 73 WITH DISCUSSION WITHOUT DISCUSSION 12 BOARD OF PUBLIC WORKS

FEBRUARY 1,2006

SECRETARY'S AGENDA

Contact: Sheila McDonald 410-260-7335 [email protected]

9. BOARD OF PUBLIC WORKS - PAAR:

Submission of the Procurement Agency Activity Reports by:

A. Department of Budget and Management, November 2005

B. Department of Transportation, December 2005

to the Board of Public Works in accordance with COMAR 21.02.01.05 (Procurement Regulations).

BOARD OF PUBLIC WORKS ACTION: TilE ABOVE REFERENCED ITEM WAS: c:APPROVED:> DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION

74 BOARD OF PUBLIC WORKS

FEBRUARY1,2006

SECRETARY'SAGENDA

APPENDIX

Report of emergency contracts awarded by various agencies in accordance with COMAR 21.05.06 (Title 21 - State Procurement Regulations) and reported in accordance with COMAR 21.02.01.05(A)(3).

Individual reports enclosed.

75 Al

BOARD OF PUBLIC WORKS

FEBRUARY 1,2006

SECRETARY'S AGENDA

APPENDIX Contact: Scott Wrzesien 410-260-7099 [email protected]

REPORT OF EMERGENCY PROCUREMENT:

ITEM: Appendix I

STATE TREASURER'S OFFICE Information Technology Division

CONTRACT NO. & TITLE: Contract # 1012005 IT Computer Replacement

CONTRACT TYPE: Equipment and Services

DESCRIPTION: Migrate applications and data from an IBM AS/400 computer system to a new IBM is computer system to ensure no interruption of data processing of State's disbursements.

PROCUREMENT METHOD: Emergency

BID OR PROPOSALS: Data Processing Solutions 9160 Red Branch Road, Suite W-I Columbia, Maryland 21045

AWARD: Data Processing Solutions

AMOUNT: S128,350.00

TERM: October II, 2005 - November 14, 2005

FUND SOURCE: $106, I92 - Master Equipment Lease S 22,158 - General Approp. Code: E20 BOIOI

REMARKS: Natllre of Emergency: The State Treasurer's Office (STO) existing IBM AS/400 computer system was operating at high risk of hardware failure; failure would risk the processing of daily disbursements that range from $100 million to $I billion per day. The system was almost nine-years old, was being utilized at 100% of its capacity during the entire business day, and had experienced age-related auxiliary hardware failures (e.g., the UPS system, system consoles, tape drives and a system printer). The AS/400 operating system was so old that IBM refused to support the system unless the STO installed three releases of upgrades. 76 A2 BOARD OF PUBLIC WORKS

FEBRUARY 1,2006

SECRETARY'S AGENDA

APPENDIX

REPORT OF EMERGENCY PROCUREMENT:

ITEM: Appendix I (cont'd)

STO evaluated the possibility of upgrading the operating system and concluded that the upgrade would use up all of the system's CPU and disk storage which would very likely slow down or halt daily operations. There also was also a strong chance that the hardware would fail during the operating system upgrade, rendering a halt to operations.

DI3M approved STO's request for a sole source procurement on August 31, 2005. The STO then began developing a project plan to migrate off of the AS/400 over to the new IBM i5 system. During project-plan development, the incidence of hardware failures and capacity errors increased. STO operations were interrupted by these events and other environmental issues such as power outages and power surges. The STO then determined that the imminent risk to operations was unacceptable. On an emergency basis, the STO directed its sole source vendor to replace the existing IBM AS/400 systems and move to the new IBM i5 Systems.

Basis jar Selection: STO selected Data Processing Solutions because it is the vendor that had both past and present knowledge of STO's operations. This knowledge of old program code, workflows, and system hardware provided the STO with an on-time and within budget procurement and installation.

TAX COMPLIANCE: 06-0023-1111

RESIDENT BUSINESS: Yes

BOARD OF PUBLIC WORKS ACTION: - REPORT ACCEPTED: WITH DISCUSSION WITHOUT DISCUSSION

REPORT EMANlJED To DEPT / AGENCY

REMARKS: 77 Page IA

PROGRAM OPEN SPACE AGENDA - SUPPLEMENT A

BOARD OF PUBLIC WORKS

February 1, 2006

Secretary's Agenda

Contact: James W. Price ITEM IA [email protected] PROGRAM OPEN SPACE LOCAL SHARE: (410) 260-8426

Approval is requested to commit $165,000.00 for the following project located in Baltimore County from the Program Open Space Local Share that is allocated to the County and administered through Program Open Space.

Gough Park Design - $165,000.00 - POS #4794-3-398 - MD20051207-0975 Preparation of plan and construction documents to be used for bidding the construction phase of park development for this 29.81: acre park.

FUND SOURCE: Program 81.20.04 Item 000 $165,000.00

Board of Public Works Action: The above referenced item was: Approved > Disapproved Deferred Withdrawn 78 c With Discussion ( Without Discussion > - Page 2A

PROGRAM OPEN SPACE AGENDA - SUPPLEMENT A

BOARD OF PUBLIC WORKS

February 1,2006

Secretary's Agenda

Contact: James W. Price ITEM 2A [email protected] PROGRAM OPEN SPACE LOCAL SHARE: (410) 260-8426

Approval is requested to commit $2,991.76 for the following projects located in Caroline County from the Program Open Space Local Share that is allocated to the County and administered through Program Open Space.

I. Caroline Countv Land Preservation and Recreation Plan - $878.01 - POS #3336-5-103 MD971203-1082 Additional funding for preparation of the County's Land Preservation and Recreation Plan as required by the Annotated Code of Maryland Section 5-905(b)(2).

FUND SOURCE: Program 81.20.04 Item 129 $878.01

2. Linchester Mill Pond - $2,113.75 - POS #4693-5-134 -MD20050411-0245 Additional funding for legal fees and title work related to the previously funded acquisition of35 acres. Caroline County's effort to acquire this site reflects a collaborative partnership with the Historical Society.

FUND SOURCE: Program 81.20.04 Item 129 $2,113.75

Board of Public Works Action: The above referenced item was: ( Approved ) Disapproved Deferred Withdrawn • With Discussion Without Discussion 79 Page 3A

PROGRAM OPEN SPACE AGENDA - SUPPLEMENT A

BOARD OF PUBLIC WORKS

February 1,2006

Secretary's Agenda

Contact: James W. Price [email protected] ITEM 3A (410) 260-8426 PROGRAM OPEN SPACE LOCAL SHARE: MAR YLAND CONSOLIDATED CAPITAL BOND LOAN OF 2004: FEDERAL LAND AND WATER CONSERVATION FUND:

Approval is requested to commit $175,000.00 for the following project located in St. Mary's County from the Program Open Space Local Share and the Federal Land and Water Conservation Fund that are allocated to the County and administered through Program Open Space.

Three Notch Trail Development Phase II - $175,000.00 - POS #4788-18-100 MD2005I208-0980 Construction ofa two-mile recreational trail. The paved trail will provide an area to hike, bike and roller blade along the linear park and will connect to the existing one-mile trail segment previously developed.

FUND SOURCE: Program 81.20.04 Item 000 $85,038.39 Program 89.22.30 Item 000 (MCCBL 2004) $85,094.61 Federal L&WCF 30.01.05 Item 000 $4,867.00

Board of Public Works Action: The above referenced item was:

C Approved ) Disapproved Deferred Withdrawn With Discussion Without Discussion 80 Page 4A

PROGRAM OPEN SPACE AGENDA - SUPPLEMENT A

BOARD OF PUBLIC WORKS

February 1,2006

Secretary's Agenda

Contact: Pamela F. Bush (410) 260-8428 [email protected]

ITEM 4A RURAL LEGACY PROGRAM GRANTS:

Board of Public Works (Board) approval is rcquested to approve 20 Rural Legacy Grants totaling $14,021,705 in Fiscal Year 2006 funds and funds reallocated from prior grants, subject to later submission of individual contracts to the Board for the purchase of conservation easements or fee simple interests in real property. The Rural Legacy Program (Program), authorized under Subtitle 9A - Rural Legacy Program, Natural Resources Article, Annotated Code of Maryland, is designed to preserve large blocks of contiguous open space that are among the State's most valuable because of the existence of a multiple of agricultural, forestry, natural and cultural resources. In order to protect these resources, the Program, acting through local government or private land trust Sponsors, will purchase conservation easements or fee simple interests in real property from willing property owners, based on Rural Legacy Plans that have been submitted to and approved by the Rural Legacy Board. The Rural Legacy Board recommends the award of the following Rural Legacy Grants, in order to carry out the Grant Agreements between the Sponsors and the Board.

PROJECT NAME: Rural Legacy Program Grants - Fiscal Year 2006

PROJECT NUMBERS AND DESCRIPTIONS:

1. Agricultural Security Corridor - Rural Legacy Area, Cecil County Approval of a grant to acquire conservation easements to protect a range of resources that includes forests, farmland, wetlands of special state concern, historic sites, and endangered species habitat for the Puritan Tiger Beetle in the Sassafras Focus Area of the Agricultural Security Corridor in Cecil County. Water quality of the Sassafras Focus Area will be protected through buffers along the Sassafras River, Money Creek, and Pond Creek that also provide a rich network of upland and wetland wildlife and bird habitats. Conservation of property in this Area will support the local resource-based economy. The Board approved the designation of the Agricultural Security Corridor Rural Legacy Area in 1998. ($500,000)

FUND SOURCE: 81.20.04 Item 149 $ I00,538.93 81.20.04 Item 000 $399,461.07

81 Page SA

PROGRAM OPEN SPACE AGENDA - SUPI'LEMENT A

BOARD OF PUBLIC WORKS

February 1, 2006

Secretary's Agenda

ITEM 4A (continued)

2. Bear Creek Rural Legacy Area, Garrett County Approval of a grant to acquire conservation easements and fee simple interests to protect the County's most productive working farms, standing timber, scenic views from the Cove overlook, natural habitats, wetlands, and waterways in the Bear Creek drainage basin. Conservation within the Area will provide water quality benefits to the Youghiogheny River, the State's only designated Wild and Scenic River. The Board approved designation of the Bear Creek Rural Legacy Area in 2002. ($371,705)

FUND SOURCE: 81.20.04 Item 000 $371,705.00

3. Carrollton Manor Rural Legacy Area, Frederick County Approval of a grant to acquire conservation easements and fee simple interests to protect farmland, river systems, scenic byways, historic landscape, and greenbelts around local historic communities. This Area is located within the Recognized Civil War Heritage Area that is recognized by the Maryland Heritage Area Authority. The Potomac River (a National Heritage River) and the Monocacy River (a Maryland Scenic River) are within the RLA. Conservation of property in this Area will support the local resource-based economy. The Board approved the designation of the Carrollton Manor Rural Legacy Area in 2004. ($300,000)

FUND SOURCE: 81.20.04 Item 000 $300,000.00

4. Coastal Bays Rnral Legacy Area, Worcester County Approval of a grant to acquire conservation easements and fee simple interests to protect forest, agricultural, natural areas and shoreline in Worcester County's coastal bays. This Area includes important tidal marshland areas, forests, and farmland, which provides outstanding wildlife habitat that is one of the most ecologically diverse in the State. Conservation of property in this Area will support the local resource-based economy. The Board approved the designation of the Coastal Bays Rural Legacy Area in 1998. ($250,000)

FUND SOURCE: 81.20.04 Item 000 $250,000.00

82. Page 6A

PROGRAM OPEN SPACE AGENDA - SUPPLEMENT A

BOARD OF PUBLIC WORKS

February 1, 2006

Secretary's Agenda

ITEM 4A (cont)

5. Fair Hill Rural Legacy Area, Cecil County Approval of a grant to acquire conservation easements and fee simple interests to protect farmland, forests, natural areas and historic sites in the north east comer of Cecil County contiguous to Fair Hill Natural Resources Management Area. Conservation of property in this Area will support the local resource-based economy, including equestrian activities. This Area includes significant bog turtle habitat, a State threatened species and a federally proposed threatened species. The Board approved the designation of the Fair Hill Rural Legacy Area in 1999. ($700,000)

FUND SOURCE: 81.20.04 Item 000 $700,000.00

6. Gunpowder River Rural Legacy Area, Baltimore County Approval of a grant to acquire conservation easements and fee simple interests to protect historic farmland, forests and natural and cultural areas on both sides of the Gunpowder River and the Northern Central Railroad Trail in Baltimore County. Conservation within the Area will provide water quality benefits to the Pretty Boy and Loch Raven Reservoirs. The Board approved the designation of the Gunpowder River Rural Legacy Area in 1999. ($300,000)

FUND SOURCE: 81.20.04 Item 000 $300,000.00

7. Huntersville Rural Legacy Area, St. Mary's County Approval of a grant to acquire conservation easements and fee simple interests to protect forests, natural and archeological areas, farmland, and historic sites. Portions of the Area are designated by the Smithsonian Center for Natural Areas as critical wildlife habitat in need of protection. Conservation of property in this Area will support the local resource-based economy. The Board approved the designation of the Huntersville Rural Legacy Area in 1998. ($300,000)

FUND SOURCE: 81.20.04 Item 000 $300,000.00

83 Page 7A

PROGRAM OPEN SPACE AGENDA - SUPPLEMENT A

BOARD OF PUBLIC WORKS

February 1, 2006

Secretary's Agenda

ITEM 4A (cont)

8. Little Pipe Creek, Carroll County Approval of grant to acquire conservation easements and fee simple interests to protect farmland, woodland, natural and cultural land within the Little Pipe Creek Watershed. Conservation within the Area will provide water quality benefits not only for Little Pipe Creek, but also for the underground aquifers that supply many residents with drinking water. The Board approved the designation of the Little Pipe Creek Rural Legacy Area in 1998. ($1,000,000)

FUND SOURCE: 81.20.04 Item 000 $1,000,000.00

9. Long Green Valley Rural Legacy Area, Baltimore County Approval of a grant to acquire conservation easements and fee simple interests to protect woodland, farmland and significant habitat and wildlife corridors, including lands within or directly contiguous to the Long Green Valley National Register Historic District. Conservation within the Area will provide water quality benefits for the Little and Big Gunpowder Rivers and the Loch Raven Reservoir. The Board approved the designation of the Long Green Valley Rural Legacy Area in 1999. ($500,000)

FUND SOURCE: 81.20.04 Item 000 $500,000.00

10. Lower Deer Creek Rural Legacy Area, Harford County Approval of a grant to acquire conservation easements and fee simple interests within the watershed of Deer Creek River, a State designated Scenic River and adjacent to Rocks- Susquehanna State Park to protect historic farmland, forests, natural and cultural areas. This Area is located within the Lower Susquehanna Heritage Greenway, a certified Maryland Heritage Area. The Board approved the designation of the Lower Deer Creek Rural Legacy Area in 1999. ($600,000)

FUND SOURCE: 81.20.04 Item 000 $600,000.00

84 Page 8A

PROGRAM OPEN SPACE AGENDA - SUPPLEMENT A

BOARD OF PUBLIC WORKS

February 1, 2006

Secretary's Agenda

ITEM 4A (cont)

11. Manor Rural Legacy Area, Baltimore and Harford Counties Approval of a grant to acquire conservation easements and fee simple interests to protect farmland, woodlands and significant natural and cultural resources in My Lady's Manor National Historic District and along the Little Gunpowder Falls, a Class Three Trout Stream. Conservation of property in this Area will support the local resource-based economy, including equestrian activities. The Board approved the designation of the Manor Rural Legacy Area in 2000. ($300,000)

FUND SOURCE: 81.20.04 Item 000 5300,000.00

12. Mattapany Rural Legacy Area, St. Mary's County Designation of the Mattapany Rural Legacy Area in 5t. Mary's County along the Chesapeake Bay. Approval of a grant to acquire conservation easements and fee simple interests to protect the Area's rich farmland, forests, wetlands, historic sites, and wildlife habitat. Conservation within the Area will provide water quality benefits to the Chesapeake Bay and the Saint Mary's River watershed, which has been described by the Smithsonian as the most beautiful and pristine estuary on the western side of the Chesapeake Bay. Protection of property in this Area will provide open space buffer to the military installation, Patuxent River Naval Air Station. ($1,500,000)

FUND SOURCE: 81.20.04 Item 000 $1,500,000.00

13. Mid-Maryland Rural Legacy Area, Frederick County Approval of a grant to acquire conservation easements and fee simple interests to protect farmland, forestland, Civil War historic sites and a greenbelt around the historic Town of Burkittsville. Conservation of property in the Area will protect the view surrounding the Appalachian Trail and South Mountain Battlefield State Park, which are nationally significant natural and cultural resources. The Board approved the designation of the Mid- Maryland Frederick Rural Legacy Area in 1998. (5700,000)

FUND SOURCE: 81.20.04 Item 000 $700,000.00

85 Page 9A

PROGRAM OPEN SPACE AGENDA - SUPPLEMENT A

BOARD OF PUBLIC WORKS

February 1,2006

Secretary's Agenda

ITEM 4A (cont)

14. Mid-Maryland Rural Legacy Area, Montgomery County Approval of a grant to acquire conservation easements and fee simple interests to protect farmland, open space and natural resources located within the heart of the County's Agricultural Reserve. Conservation within the Area will provide water quality benefits to the Potomac River, a Maryland designated Scenic River. Conservation of property in this Area will support the local resource-based economy. The Board approved the designation of the Mid-Maryland Montgomery Rural Legacy Area in 1998. ($1,200,000)

FUND SOURCE: 81.20.04 Item 000 $1,200,000.00

15. Mid-Maryland Rural Legacy Area, Washington County Approval of a grant to acquire conservation easements and fee simple interests to protect farmland, forests and Civil War sites, within view of the Washington Monument State Park, South Mountain Battlefield State Park, Antietam National Battlefield and its approaches. The Area will provide a greenbelt around the town of Sharpsburg. Conservation within the Area will provide water quality benefits to the Potomac River, a Maryland designated Scenic River. The Board approved the designation of the Mid-Maryland Washington Rural Legacy Area in 1998. ($ I,000,000)

FUND SOURCE: 81.20.04 Item 000 $1,000,000.00

16. Nanticoke Rural Legacy Area, Dorchester County Approval of a grant to acquire conservation easements and fee simple interests to protect forest, agricultural, and natural areas and shoreline in Dorchester County. The Area includes one of the most pristine and ecologically significant watershed basins on the mid-Atlantic. It includes exemplary plant and wildlife habitat and over 16 miles of shoreline along the Nanticoke River and Marshyhope Creek. The Area will provide a greenbelt around the Rural Historic Village of Vienna. The Board approved designation of the Nanticoke Rural Legacy Area in 200 I. ($ I,000,000)

FUND SOURCE: 81.20.04 Item 000 $1,000,000.00

86 Page lOA

PROGRAM OPEN SPACE AGENDA - SUPPLEMENT A

BOARD OF I'UBLIC WORKS

February 1, 2006

Secretary's Agenda

ITEM 4A (cont)

17. Piney Run Rural Legacy Area, Baltimore County Approval of a grant to acquire conservation easements and fee simple interests to protect fannland, forests, natural areas and historic properties within and near National Register Historic Districts. Conservation within the Area will provide water quality benefits to the Prettyboy and Loch Raven Reservoirs, two of the drinking supply reservoirs for the Baltimore Metropolitan Area. The Board approved the designation of the Piney Run Rural Legacy Area in 1998. ($1,500,000)

FUND SOURCE: 81.20.04 Item 000 $1,500,000.00

18. Quantico Creek Rural Legacy Area, Wicomico County Approval of a grant to acquire conservation easements and fee simple interests to protect forests, farmland, pristine creek and wintering waterfowl habitat and historic villages. Conservation within the Area will provide water quality benefits to Quantico Creek, part of the Nanticoke Watershed Greenway. The Board approved the designation of the Quantico Creek Rural Legacy Area in 2000. ($750,000)

FUND SOURCE: 81.20.04 Item 000 $750,000.00

19. Upper Patapsco Rural Legacy Area - Carroll Coullty Approval of a grant to acquire conservation easements and fee simple interests to protect some of the County's most productive farmland that can help secure a highly productive agricultural land base close to Baltimore. This Area includes most of the drainage basin of the East Branch of the Patapsco River, part of the West Branch, and part of the Liberty Reservoir watershed in Carroll County (a drinking water supply for the metropolitan Baltimore area). This Area also includes significant bog turtle habitat, a State threatened species and a federally proposed threatened species. The Board approved the designation of the Upper Patapsco Rural Legacy Area in 2004. ($500,000)

FUND SOURCE: 81.20.04 Item 000 $500,000.00

87 Page IIA

PROGRAM OPEN SPACE AGENDA - SUPPLEMENT A

BOARD OF PUBLIC WORKS

February 1,2006

Secretary's Agenda ITEM 4A (cont)

20. Zekiah Watershed, Charles County Approval of a grant to acquire conservation easements and fee simple interest to protect fanllland, forests and natural and historic properties contiguous to Zekiah Run. This Area contains the largest natural hardwood swamp in the State and is considered by the Smithsonian Institute to be one of the most important ecological areas on the East Coast. The Board approved the designation of the Zekiah Watershed Rural Legacy Area in 1998. (5750,000)

FUND SOURCE: 81.20.04 Item 000 $750,000.00

Board of Public Works Action: The above referenced item was:

C Approved :> Disapproved Deferred Withdrawn With Discussion Without Discussion

88 Page 12A

PROGRAM OPEN SPACE - SUPPLEMENT A

BOARD OF PUBLIC WORKS

February 1, 2006

Secretary's Agcnda Contact: Pamela F. Bush (410) 260-8428 [email protected] ITEM 5A RURAL LEGACY PROGRAM FUNDS: MARYLAND CONSOLIDATED CAPITAL BOND LOAN OF 2003:

Approval is requested to grant to Kent County, Eastern Shore Land Conservancy, Inc. $430,318.10 for the following project from Rural Legacy Funds.

PROJECT NAME: Agricultural Security Corridor - Marshyhope, Sassafras, and Tuckahoe Rural Legacy Focus Areas

BACKGROUND: Previous authorization from the Board of Public Works for Item 7A on the June 9, 2004 agenda.

PROJECT DESCRIPTION:

Eaton Farm - $430,318.10

Acquisition of this 210.865 acre conservation easement located in Kent County of the Sassafras Rural Legacy Focus Area will improve water quality with forested buffers on Still Pond Creck, a tributary of the Chesapeake Bay and protect valuable agricultural and forest land.

FUND SOURCE: *Program 89.22.26 Item 000 $410,953.79 Program 81.20.04 Item 149 $ 19,364.31

Remarks: Approval for specific projects from previous Board of Public Works authorization of $850,000 for FY 2004 Grant for easement acquisitions in Caroline, Cecil, Dorchester, Kent, and Talbot Counties of the Agricultural Security Corridor Rural Legacy Area.

Board of Public Works Action: the above referenced item was:

C Approved :) Disapproved Deferred Withdrawn With Discussion 89 Page 13A

PROGRAM OPEN SPACE - SUPPLEMENT A

BOARD OF PUBLIC WORKS

February I, 2006

Secretary's Agenda Contact: Pamela F. Bush(410) 260-8428 [email protected] ITEM 6A RURAL LEGACY PROGRAM FUNDS: MARYLAND CONSOLIDATED CAPITAL BOND LOAN OF 2003:

Approval is requested to grant to Talbot County, Eastern Shore Land Conservancy, Inc. $419,681.90 for the following project from Rural Legacy Funds.

PROJECT NAME: Agricultural Security Corridor - Marshyhope, Sassafras, and Tuckahoe Rural Legacy Focus Areas

BACKGROUND: Previous authorization from the Board of Public Works for Item 7A on the June 9, 2004 agenda.

PROJECT DESCRIPTION:

Brennan Farm (2) - $419,681.90

Acquisition of this 211.41 I acre conservation easement located in Talbot County of the Tuckahoe Rural Legacy Focus Area will improve water quality with forested buffers on the Choptank River, a tributary of the Chesapeake Bay and protect valuable agricultural and forest land.

FUND SOURCE: Program 81.20.04 Item 149 $ 19, I08.00 *GP Program 89.22.26 Item 017 $400,573.90

Remarks: Approval for specific projects from previous Board of Public Works authorization of $850,000 for FY 2004 Grant for easement acquisitions in Caroline, Cecil, Dorchester, Kent, and Talbot Counties of the Agricultural Security Corridor Rural Legacy Area.

Board of Public Works Action: the above referenced item was:

C Approved :> Disapproved Deferred . drawn 90 With Discussion Without Discussion Page I4A

PROGRAM OPEN SPACE AGENDA - SUPPLEMENT A

BOARD OF PUBLIC WORKS

February 1, 2006

SECRETARY'S AGENDA

Contact: Jack Perdue ITEM 7A (410) 260-8505 SALE OF FOREST PRODUCTS: [email protected]

Submission of a request by the Department of Natural Resources for the approval by the Board of Public Works of the following timber sale pursuant to the Forest Products Sales Policy adopted by the Board on March 2, 2005.

PROJECT NAME: Green Ridge State Forest - Allegany County SALES DESIGNATION: GR-03-06 AREA DESCRIPTION: 30 acres I Compartment #39 DESCRIPTION: This sale is a 30 acre variable retention harvest. The treatment will retain about five (5) acres of uncut forested islands. Scattered "legacy" trees will be retained to benefit wildlife and aesthetic values as well as all hickory, serviceberry, and white pine. This sale includes 239,402 board feet of sawtimber and 162 cords and used the One-Step Method sales procedure. No bond money was used in the purchase of this land.

PROCUREMENT METHOD: Competitive Sealed Bid PROPOSALS RECEIVED: 5 Cessna Brothers (PA) $52,500.00 Clingerman Wood Products (PA) $50,400.00 TAZ Hardwoods Co., Inc. (WV) $49,559.00 Weicht Bros. Logging (PA) $45,032.00 McCusker Logging (MD) $45,0 I0.00

AWARD: Cessna Brothers AMOUNT: $52,500.00 ESTIMATED VALUE: $54,675.78

,, ••B;;;,o::...ardof Public Works Action: The above referenced item was: 91 C APproved) Disapproved Defe Withdrawn With Discussion Without Discussion IB BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

SERVICES CONTRACT

ITEM: I-S Agency Contact: Stephen Bocian (410) 402-8570 [email protected]

DEPARTMENT/PROGRAM: Health and Mental Hygiene (DHMH) Alcohol & Drug Abuse Administration (ADAA)

CONTRACT IDs: See Attachment #1; Statewide Residential Substance Abuse Services for Pregnant and Postpartum Women and Their Children ADPICS NO. MOOB6200533

CONTRACT DESCRIPTION: Multiple award contract to three vendors to provide Statewide long-term residential substance-abuse treatment services for pregnant and postpartum women with their children, for a total of 46 beds, Statewide. Note: See related contract in DBM BPW Agenda Item 2-S.

AWARDS: Gaudenzia, Inc. Norristown, PA (Local Office in Baltimore, MD)

Potomac Healthcare Foundation, Ltd. Baltimore, MD

Second Genesis, Inc. Silver Spring, MD

TERM: 2/1/2006 - 6/30/2007 (W/2 one-year renewal options)

AMOUNTS: $2,908,887 NTE (I Year, 5 Months; Base Contract) $2,053,332 NTE (I Year; I st Renewal Option) $2,053,332 NTE (I Year; 2nd Renewal Option) $7,015,551 NTE Total (3 Years, 5 Months) ($6,805,085 Gen., $210,466 Fed.; see Requesting Agency Remarks below) 92 2B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: I-S (Cont)

PROCUREMENT METHOD: Competitive Sealed Bidding

BIDS OR PROPOSALS: See Attachment 2

MBE PARTICIPATION: None (see Requesting Agency Remarks below)

FUND SOURCE: 97% Gen.; 3% Fed.

APPROP. CODES: MOOK0202; MOOK0206

INCUMBENT: Potomac Healthcare Foundation, Ltd. Baltimore, MD

REQUESTING AGENCY REMARKS: A notice of the availability of the Invitation for Bids (IFB) was advertised in the Maryland Contract Weekly, on the DHMH web site and at eMarylandMarketplace.com. Copies of the solicitation notice were mailed directly to 52 prospective vendors, 50 of which were Maryland firms and included no MBEs. A copy was also sent to the Governor's Office of Minority Affairs.

The method used for this procurement was Multi-Step Sealed Bidding. A committee was formed to review the technical qualifications of the bidders and only after a bidder was deemed technically qualified were the price bids opened and recorded. A total of four bids were received for this contract. All bidders were deemed technically qualified.

The Washington County Health Department submitted a bid that is not included in this request. It will be awarded funding for these services through a Health Department grant and will provide three beds.

The selected vendors will provide services to substance abusing pregnant and postpartum women. The patients will be allowed to bring their children into the facility with them for the duration of their treatment. The number of children each patient may bring will depend on a facility's physical limitations, but at a minimum each facility will allow two children for each patient.

93 3B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: I-S (Cont)

Each facility will directly provide or arrange for the children's educational, medical, recreational and social needs. Allowing children to enter treatment with their mothers will obviate the need for finding foster care or other child placements, thereby eliminating a major impediment to treatment for this population.

Some of the patients may be involved with the criminal justice system. These treatment slots will help to meet the demand for court-ordered commitments to substance abuse treatment programs in lieu of incarceration, in keeping with the Governor's substance abuse initiatives.

The IFB allowed for awards to multiple vendors for up to 46 beds statewide. Each bidder was required to bid their per-diem cost for each bed-day of service (cost per-client per-day) and show the number of beds being offered with the cost for each bed-day including the cost of services for the children. However, as indicated in Attachment #2, none of the vendors are supplying 46 beds each. All three bidders are recommended for award to provide a total of 46 beds to be available for ADAA placements, statewide.

The Award Amounts above are based upon the budget for these services. Vendors will be paid their respective bid amount for each bed day-of-service provided. The Award Amounts above are not-to-exceed (NTE) amounts.

The ADAA will authorize each patient placement. Placements will be made entirely in Maryland and will be determined by the proximity of a vendor's facility to a patient's residence. In instances where there are multiple vendors in proximity to a patient's residence, placements will also be determined by each vendor's per-diem rate and bed availability, with preference given to the lowest-priced vendor.

It is anticipated that an occupancy rate of 100% will be maintained for the beds funded under this contract. The anticipated length of stay for patients in this type of treatment is expected to be from seven to nine months, depending on each patient's particular treatment needs. The ADAA anticipates that 46 women and their children will be in treatment at any given time.

Presentation of this item to the Board of Public Works was delayed due to a bid protest. The protest was denied and then appealed to the Maryland State Board of Contract Appeals (MSBCA). The appeal was withdrawn from the MSBCA on December 30, 2005.

94 4B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: I-S (Cont)

There is no MBE participation in this contract. The DHMH Procurement Review Group arrived at a 0% MBE subcontracting goal because the MDOT MBE website listed no certified MBEs directly providing residential substance abuse treatment services. Also, there will be no minimum number of placements guaranteed to any vendor under the terms of this contract, thus a vendor could not guarantee a subcontractor a minimum amount of payment.

RESIDENT BUSINESSES: Yes for all

MD TAX CLEARANCES: See Attachment I

Board of Public Works Action - The above referenced Item was:

<::APPROVED ~ DISAPPROVED DEFERRED WITHDRA WN

WITH DISCUSSION CWITHOUT DISCUSSION-)

95 5B ITEM: I-S (Cont) ATTACHMENT! BPW 2/1/2006

AWARDS (Cont):

Contractor Contract # MD Tax Clearance #

Gaudenzia, Inc. DHMH-OCPMP 06-9076 06-0031-0110 Norristown, PA (Local Office in Baltimore, MD)

Potomac Healthcare Foundation, Ltd. DHMH-OCPMP 06-9077 05-2311-0110 Baltimore, MD

Second Genesis, Inc. DHMH-OCPMP 06-9078 05-2313-0110 Silver Spring, MD

96 6B ITEM: 1-S ATTACHMENT 2 BPW 2/1/2006

BIDS OR PROPOSALS (Cant):

I Yr, 5 Month I Year I Year Base 1st Opt. 2nd Opt. Bidder Bid Price Bid Price Bid Price (Per Bed) (Per Bed) (Per Bed)

For 36 Beds

Gaudenzia, Inc. $134.48 $138.51 $142.66 Norristown, PA (Local Office in Baltimore, MD)

For lOBeds

Potomac Health Care Foundation, $135.00 $139.05 $143.22 Ltd. Baltimore, MD

For 35 Beds

Second Genesis, Inc. $150.00 $155.00 $160.00 Silver Spring, MD

97 7B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

SERVICES CONTRACT

ITEM: 2-S Agency Contact: Stephen Bocian (410) 402-8570 [email protected]

DEPARTMENT~ROGRAM: Health and Mental Hygiene (DHMH) Alcohol and Drug Abuse Administration (ADAA)

CONTRACT IDs: See Attachment # 1; Statewide Therapeutic Community Residential Substance Abuse Treatment Program ADPICS NO. MOOB6200535

CONTRACT DESCRIPTION: Multiple award contract to three vendors to provide Statewide residential substance abuse treatment services for patients referred by the court system for a total of 110 beds, Statewide.

AWARDS: Gaudenzia, Inc. Norristown, PA (Local Office in Baltimore, MD)

Second Genesis, Inc. Silver Spring, MD

Addiction Recovery, Inc. (d/b/a Hope House) Crownsville, MD

TERM: 2/112006 - 6/30/2007 (W/2 one-year renewal options)

AMOUNTS: $1,917,209 NTE (1 Year, 5 Months; Base Contract) $1,353,324 NTE (1 Year; I st Renewal Option) $1,353,324 NTE (1 Year; 2nd Renewal Option) $4,623,857 NTE Total (3 Years, 5 Months) ($4,485,142 Gen.; $138,715 Fed.; see Requesting Agency Remarks below)

98 8B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 2-S (Cont)

PROCUREMENT METHOD: Competitive Sealed Bidding

BIDS OR PROPOSALS: See Attachment 2

MBE PARTICIPATION: None (see Requesting Agency Remarks below)

FUND SOURCE: 97% Gen.; 3% Fed.

APPROP. CODES: MOOK0202; MOOK0206

INCUMBENT: Second Genesis, Inc. Silver Spring, MD

REQUESTING AGENCY REMARKS: A notice of the availability of the Invitation For Bids (IFB) was advertised in the Maryland Contract Weekly, on the DHMH web site and at eMarylandMarketplace.com Copies of the solicitation notice were mailed directly to 52 prospective vendors, 50 of which were Maryland firms and included no MBEs. A copy was also sent to the Governor's Office of Minority Affairs.

The method used for this procurement was Multi-Step Sealed Bidding. Under this method a committee was formed to review the technical qualifications of the bidders and only after a bidder was deemed technically qualified were its price bids opened and recorded. A total of five bids were received for this contract. However, two bidders were deemed not technically qualified, leaving three bidders who were deemed responsible and whose bids were responsive (see Attachment #2).

The IFB allowed for awards to multiple vendors for up to I 10 beds Statewide. Each bidder was required to bid the per-diem cost for each bed-day of service (cost per-client per-day) and to show the number of beds being offered. However, as indicated in Attachment #2, only the incumbent contractor, Second Genesis, Inc., submitted a bid for I 10 beds. All three bidders are recommended for award to provide a total of I 10 beds to be available for ADAA placements, Statewide.

99 9B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 2-S (Cont)

The Award Amounts above are based upon the budget for these services. Each vendor will be paid their respective bid amount for each bed day-of-service provided. The Award Amounts above are not-to-exceed (NTE) amounts.

The recommended contractors will provide services exclusively to patients referred by the court system. These services are critically important in meeting the demand for court-ordered commitments to substance abuse treatment programs in lieu of incarceration and are in keeping with the Governor's substance abuse initiatives.

The ADAA will authorize each patient placement. Placements will be made entirely in Maryland and will be determined by the proximity of a vendor's facility to a patient's residence. In instances where there are multiple vendors in proximity to a patient's residence, placements will also be determined by each vendor's per-diem rate and bed availability, with preference given to the lowest-priced vendor.

It is anticipated that an occupancy rate of 100% will be maintained for the beds funded under this contract. The average length of stay for a patient in Therapeutic Community is seven-months and there is the potential to treat up to 185 patients a year with this funding.

Presentation of this item to the Board of Public Works was delayed due to a bid protest. The protest was denied and then appealed to the Maryland State Board of Contract Appeals (MSBCA). The appeal was withdrawn from the MSBCA on December 30, 2005.

There is no MBE participation in this contract. The DHMH Procurement Review Group arrived at a 0% MBE subcontracting goal because the MOOT MBE website listed no certified MBEs directly providing residential substance abuse treatment services. Also, there will be no minimum number of placements guaranteed to any vendor under the terms of this contract, thus a vendor could not guarantee a subcontractor a minimum amount of payment.

RESIDENT BUSINESSES: Yes for all

lOa lOB BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 2-S (Cont)

MD TAX CLEARANCES: See Attachment I

Board of Public Works Action - The above referenced Item was:

(jPPROVED:> DISAPPROVED DEFE !THDRA WN

WITH DISCUSSION WITHOUT DISCUSSION 101 lIB ITEM: 2-S (Cont) ATTACHMENT 1 2/1/2006

AWARDS (Cont):

Contractor Contract # MD Tax Clearance #

Gaudenzia, Inc. DHMH-OCPMP 06-9081 06-0031-0110 Norristown, PA (Local Office in Baltimore, MD)

Second Genesis, Inc. DHMH-OCPMP 06-9082 05-2313-0110 Silver Spring, MD

Addiction Recovery, Inc. DHMH-OCPMP 06-9083 05-2312-0110 (d/b/a Hope House) Crownsville, MD

102 12B ITEM: 2-S (Cont) ATTACHMENT 2 BPW 2/1/2006

BIDS OR PROPOSALS (Cont):

1 Yr,5 Month I Year I Year Base 1st Opt. 2nd Opt. Bidder Bid Price Bid Price Bid Price (Per Bed) (Per Bed) (Per Bed) For BOBeds

Gaudenzia, Inc. $ 60.49 $ 62.30 $ 64.17 Norristown, PA (Local Office in Baltimore, MD)

For 110 Beds

Second Genesis, Inc. $ 85.00 $ 87.50 $ 90.00 Silver Spring, MD

For 22 Beds

Addiction Recovery, Inc. $198.84 $208.78 $219.22 (d/b/a Hope House) Crownsville, MD

103 13B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

SERVICES CONTRACT

ITEM: 3-S Agency Contact: Jane Bailey (410) 767-7072 [email protected]

DEPARTMENT/PROGRAM: Human Resources (DHR) Baltimore City Department of Social Services (BCDSS) Family Investment Program

CONTRACT IDs: See Attachment #2; Work Participation, Job Placement and Support Services for TCA Customers in Baltimore City ADPICS NOs. See Attachment #2

CONTRACT DESCRIPTION: Contracts to three vendors to provide a variety of services designed to enable up to 3,100 Temporary Cash Assistance (TCA) customers in Baltimore City to achieve full-time unsubsidized employment for at least 17 weeks.

AWARDS: Career T.E.A.M., LLC Hamden, CT

Goodwill Industries of the Chesapeake, Inc. Baltimore, MD (MDOT Certified MBE)

America Works of Maryland, Inc. Baltimore, MD

TERM: 2/1/2006 - 7/31/2008 (W/I two and one-half year renewal option)

AMOUNTS: $ 9,050,780 (2.5 Years; For 3 Base Contracts) $ 9,209,280 (2.5 Years; Renewal Option For 3 contracts) $18,260,060 Grand Total (5 Years; see Attachment #2 for details by contract)

104 14B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 3-S

PROCUREMENT METHOD: Competitive Sealed Proposals

BIDS OR PROPOSALS: See Attachment # I

MBE PARTICIPATION: See Requesting Agency Remarks below

FUND SOURCE: 100% Fed.

APPROP. CODE: NOOGOOIO

INCUMBENTS: None (see Requesting Agency Remarks below)

REQUESTING AGENCY REMARKS: A notice of the availability of the Request for Proposals (RFP) was advertised in the Maryland Contract Weekly. and posted on the DHR website. Notice of the solicitation was sent directly to 88 prospective vendors of which 81 were Maryland firms and 17 were MBEs. Eleven offers were received of which 2 were allowed to withdraw their proposals after consulting with the Office of the Attorney General, leaving nine offers deemed reasonably susceptible of being selected for award (see Attachment #1).

An overall 25% MBE goal was established for this RFP with sub-goals of 10% for Women and 7% for African American owned businesses. Goodwill Industries ofthe Chesapeake, Baltimore, MD was granted a 15% waiver for an overall MBE subcontractor participation goal of 10%. The two other vendors have agreed to meet the 25% MBE goal.

The purpose of this multiple-award contract is to enable Temporary Cash Assistance (TCA) customers in Baltimore City to achieve full-time unsubsidized employment. Multiple contractors are needed to provide work participation, job placement and support. Three contractors will provide welfare-to-work services designed to enable TCA customers in Baltimore City to achieve anticipated Federal work participation requirements, enter full-time unsubsidized employment and keep employed for at least 17 weeks.

105 REVISED 15B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 3-S (Cont)

Beginning the first month after award of the contract, and continuing through the first 18 months, DHR will assign up to a maximum oD, I00 TCA clients to the three contractors. Assignment will be based on the maximum number of participants that each offeror proposed.

The RFP allowed offerors to state a specific maximum number of clients that it will support. The actual number of customers each offeror will support in the base term and option is identified in Attachment # I and consists of three tiers. The RFP required offerors to propose customer support within one of three following tiers:

• Tier A: Minimum of ISO customers to a maximum 300 customers; • Tier B: Minimum oDOI customers to a maximum 800 customers; and • Tier C: Minimum of 801 customers to a maximum 2,000 customers.

Most of these customers are 'hard-to-serve' individuals who have been unsuccessful in previous job programs, have limited or no previous work history, or who lack basic work skills. Many have reached or are considered likely to reach the Federal five-year time limit for receipt of public assistance.

The contracts awarded are pay-for-performance. All three vendors have extensive experience operating successful welfare-to-work programs. Each vendor's proposed work plan presents achievable outcomes that focus on moving customers quickly into unsubsidized employment. Services proposed by each vendor are believed to be the most advantageous offers to the State, and are therefore being recommended for award.

This contract is structured such that there are three payout stages which are based upon three distinct Training Program ("Program") contractor goals. The primary Program goal is having customers attain 17 weeks of continuous, unsubsidized employment. There are two intermediate goals. One is having customers attain 40 hours per month of countable work activities, including but not limited to community service, work experience, subsidized employment, skills training and vocational education. The second is having customers attain four weeks continuous, unsubsidized employment.

The rates quoted by the offerors are for customers who achieve the primary goal. Due to the difficulties of the customers being served, it is anticipated that about 59% of all customers that enter the Program will attain this primary goal. 106 REVISED 16B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 3-S (Cont)

While the contractors will only be paid the highest rate for customers who complete the Program, they will also be paid partial amounts for the two intermediate goals. While actual projected success rates vary from offeror to offeror, overall success rates for the two intermediate goals are approximately in the 71% range for the first payout stage and 70% for the second payout stage. Moreover, a contractor can be paid for up to six months for the achievement of attaining 40 hours per month of countable work activities, including but not limited to community service, work experience, subsidized employment, skills training and vocational education.

Because of the variability of both the overall number of customers to be served (the A,B,C tiers described above) and the decreasing percentage of customers anticipated to achieve each of the sequential payout stages, the amounts listed for each offeror can not be calculated through a simple mathematical process (i.e., multiplying the quoted rates by the number of customers to be served as shown in Attachment #1). However, each contractor will only be paid for the number of actual customers that reach each payout stage, at the fixed rates for that payout stage.

There are no current incumbent contractors for this service. However, for the period 4/1 0/2000 - 4/9/2003 the following vendors had an award for similar services: The Chimes (Baltimore, MD); Tri-Area Rehab Services, Inc. (Fort Washington, MD); Advanced Resources Management Systems, Inc. (Baltimore, MD) and America Works of MD, Inc. (Baltimore, MD). After this prior contract ended, these services were provided by the City of Baltimore, Mayor's Office of Employment Development (MOED), under contract to DHR.

RESIDENT BUSINESSES: Yes except for Career T.E.A.M., LLC

MD TAX CLEARANCES: See Attachment #2

blic Works Action - The above referenced Item was:

DISAPPROVED ITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

107 17B ITEM: 3-S (Cont) ATTACHMENT #1 BPW 2/1/2006

BIDS OR PROPOSALS (Cont):

Tech Financial Offer #Customers Base / Overall Vendors Rank* (Rank)** Option Periods Rank Tier A Career T.E.A.M., LLC 2 $3,006 (I) 200/300 I Hamden, CT

WPNPC $3,870 (3) 180/ 180 2 Baltimore, MD

Phyllis Wheatley 3 $3,211 (2) 300/300 3 Baltimore, MD

Tier B Goodwi1llndustries of $2,963 (I) 500/500 the Chesapeake, Inc. Baltimore, MD

Career T.E.A.M, LLC 3 $3,072 (2) 600/800 2 Hamden, CT

* Note: Under the terms of the solicitation, the technical portion of the proposal was given more weight than the financial portion of the proposal in the overall award determination. **Note: Financial Proposals were ranked based on the "Effective Cost per Customer Employed 17 Weeks", including the option period. 18B ITEM: 3-S (Cont) ATTACHMENT #1 (Cont) BPW 2/1/2006

BIDS OR PROPOSALS (Cont):

Tech Financial Offer #Customers Base / Overall Vendors Rank- (Rank)-- Option Periods Rank

Tier B (Cont)

Ross Education, lES 2 $6,008 (3) 800/800 3 S1. Clair, MI

Tier C

America Works of $ 6,571 (2) 2000/2000 Maryland Baltimore, MD

Ross Education, LLC 3 $4,301 (I) 2000/2000 2 S1. Clair, Ml

Maximus, Inc. 2 $18,348 (3) 2000/2000 3 Reston, VA

- Note: Under the terms of the solicitation, the technical portion of the proposal was given more weight than the financial portion of the proposal in the overall award determination. --Note: Financial Proposals were ranked based on the "Effective Cost per Customer Employed 17 Weeks", including the option period. 19B ITEM: 3-S (Cont) ATT ACHMENT #2 BPW 2/1/2006

AWARDS (Cont): 2.5 Years Base 2.5 Years Base + Contract Renewal Opt. Option Total MDTax Vendor (Contract #) Amount Amount Amount Clearance # ADPICS #

Tier A

Career T.E.A.M., LLC $ 501,000 $ 626,250 $1,127,250 05-2724-0000 NOOB6200335 Hamden, CT (BCDSSIFIA -06-061)

Tier B

Goodwill Industries $ 664,945 $ 698,195 $1,363,140 05-2722-1110 NOOB6200334 of the Chesapeake, Inc. Baltimore, MD (BCDSS/FIA-06-062)

Tier C

America Works of Maryland, Inc. $ 7,884,835 $7,884,835 $15,769,670 05-2765-0111 NOOB6200336 Baltimore, MD (BCDSSIFIA-06-063) Totals $9,050,780 $9,209,280 $18,260,060 .- o- 20B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

SERVICES CONTRACT

ITEM: 4-S Agency Contact: Albert Annan (410) 767-0114 [email protected]

DEPARTMENT/PROGRAM: Education (MSDE) Division of Early Childhood Development (DECD)

CONTRACT ID: NOOR5202670; Early Literacy Training for Child Care Providers ADPICS NO. ROOB6200042

CONTRACT DESCRIPTION: Contract for a pilot project to provide Statewide early literacy training for child care providers in order to improve the quality of child care services for low-income families and prepare the children in the care of the providers for school readiness.

AWARD: Maryland Committee for Children, Inc. Baltimore, MD

TERM: 2/16/2006 - 2/15/2008 (W/I one-year renewal option)

AMOUNTS: $211,160 (2 Years; Base Contract) $113,040 (1 Year; Renewal Option) $324,200 Total (3 Years; see Requesting Agency Remarks below)

PROCUREMENT METHOD: Competitive Sealed Proposals

BIDS OR PROPOSALS: See Attachment

MBE PARTICIPATION: 25%

FUND SOURCE: 100% Fed.

APPROP. CODE: ROOAOIOI

111 21B BPW 2/112006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 4-S (Cont)

INCUMBENT: None

REQUESTING AGENCY REMARKS: A notice of availability of the Request for Proposals (RFP) was advertised in the Maryland Contract Weekly and at the website eMaryland Marketplace. com. Copies of the solicitation were mailed or e-mailed directly to 100 vendors, all of which were Maryland firms, and included 5 MBEs. A copy was also sent to the Governor's Office of Minority Affairs.

Two proposals were received in response to the RFP and both were deemed reasonably susceptible of being selected for award (see Attachment). The financial offer shown in the Attachment was based upon a fixed unit-price per participant at training activities for the two- years of the base contract plus the single one-year renewal option.

Award is recommended to the Maryland Committee for Children, Inc., (MCC). Although MCC was not the top ranked technical offeror, it demonstrated a strong knowledge of the development needs of young children and proposed training coordination services that will be effective and supported by proven research and experience. Because MCC's price was significantly less than the top ranked offeror's price, MCC's proposal has been deemed the most advantageous offer to the State and is recommended for award.

As a key partner in implementing the Federal No Child Left Behind (NCLB) initiative, MSDE is leading an effort to have every child enter kindergarten ready-to-learn. Included in ready-to-Iearn efforts is early literacy training. The purpose of early literacy training is to train and provide technical support to child care providers to include language development activities by engaging children in activities that foster literacy.

This pilot project (intended for providers with varying levels of experience, education and training), will include curriculum in such areas as: proper techniques of teaching emergent literacy skills; child development; program development; implementation; evaluation; equipment; and staffing. Training will be provided to regulated family childcare providers, child care center staff and informal child care providers.

112 22B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 4-S (Cont)

The Award Amounts above are based upon an estimate of the number of at-training activities to be provided during the base period of the contract and during the one-year renewal period, and represent the value of this contract to the vendor. A total of 1,000 participants will be trained each year. As indicated in the Attachment, the three year composite rate was $108.06.

Each participant being trained will pay a $20.00 fee directly to the contractor. This fee is included in the Award Amounts above.

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 05-2198-0110

Board of Public Works Action - The above referenced Item was:

<::PPROVED ~ DISAPPROVED DEFERRED WITHDRA WN WITH DISCUSSION CWITHOUT DISCUSSION~ 113 23B ITEM: 4-S (Cont) ATTACHMENT BPW 2/1/2006

BIDS OR PROPOSALS (Cont):

Tech. Financial Overall Offeror Rank Offer (Rank)* Rank

MD Committee for Children, Inc. 2 $108.06 (1) 1 Baltimore, MD

Prince George's Child $206.95 (2) 2 Resource Center, Inc. Largo, MD

* Note: The financial offer price was based upon a unit-price per participant at training activities for two years of the base contract plus the single one-year renewal option. This represents a composite rate per participant for a three year period.

114 24B BPW 2/112006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

SERVICES CONTRACT

ITEM: 5-S Agency Contact: Joan Marshall (410) 767-3225 [email protected]

DEPARTMENT/PROGRAM: College Savings Plans of Maryland (CSPM) Maryland College Investment Plan (MCIP)

CONTRACT ID: 05-01 ; Savings Plan Administrator ADPICS NO. R60B6200002

CONTRACT DESCRIPTION: Contract to manage the Maryland College Investment Plan. Services include financial services, account administration, marketing and customer service.

AWARD: T Rowe Price Associates, Inc. Baltimore, MD

TERM: 7/1/2006 - 6/30/2013 (W/2 two-year renewal options)

AMOUNTS: $0 (7 Years; Base Contract) $0 (2 Years; 1st Renewal Option) iQ (2 Years; 2nd Renewal Option) $0 Total (II Years; see Requesting Agency Remarks below)

PROCUREMENT METHOD: Competitive Sealed Proposals

BIDS OR PROPOSALS: See Attachment

MBE PARTICIPATION: 2% (original goal was 5% in the RFP; a 3% waiver was granted; see Requesting Agency Remarks below")

FUND SOURCE: 100% Non-budgeted 115 25B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 5-S (Cont)

APPROP. CODE: R60H0041

INCUMBENT: Same

REQUESTING AGENCY REMARKS: A notice of the availability of the Request For Proposals (RFP) was advertised in the Maryland Contract Weekly. Copies of the solicitation notice were mailed directly to 66 prospective vendors, 13 of which were Maryland firms, and included no MBEs. A copy was also sent to the Governor's Office of Minority Affairs.

The RFP was widely distributed and significant interest was shown at the pre-proposal conference. Five offers were received as a result of the original solicitation. After initial consideration, one of the offers was deemed not reasonably susceptible of being selected for award. After discussions with the remaining four offerors, two additional offers were deemed not reasonably susceptible of being selected for award (see Attachment).

As indicated in the Attachment, the financial offers were evaluated and ranked based upon five cost categories. The RFP stated that each of the five cost categories would receive equal nd weighting. For the first four categories, each offeror received two I 51 place rankings and two 2 place rankings. On the 5th cost category the offerors proposed the same price, hence were tied. Accordingly, overall the financial proposals were tied (see Attachment).

Award is recommended to the highest technically ranked offeror, T Rowe Price Associates, Inc., ("T Rowe Price"), the incumbent contractor, which submitted the most advantageous offer to the State.

There is no direct cost to the College Savings Plans of Maryland for this contract. According to the contract, T. Rowe Price will collect certain fees from account holders in the Maryland College Investment Plan and use the revenues received from those fees to pay for all administrative, operating, investment, and marketing expenses associated with managing the College Investment Plan. T. Rowe Price has also agreed to pay a portion of the revenues received from account holders to the College Savings Plans of Maryland Board ("Board") to cover certain administrative expenses incurred by the Board in its role of overseeing the management of the College Investment Plan.

116 26B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 5-S (Cont)

The purpose of this contract is to manage the Maryland College Investment Plan. Deliverables include financial services, account administration, marketing and customer service. There are a number of important enhancements to the College Investment Plan as a result of this contract compared to the prior contract. In addition, there are significant fee reductions as follows:

• Elimination of the current $75 Enrollment Fee; • A reduction of the Program Fee charged on assets (from .38% to .28%). The Program Fee will be further reduced to .25% when total assets reach $2 billion; • A reduction of the Annual Account Fee from $30 to $25. This fee will continue to be waived for those accounts using payroll deductions or automatic monthly contributions or which have at least a $25,000 balance; and • The introduction of a low-cost -index investment portfolio.

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 05-2659- I I 1I

Board of Public Works Action - The above referenced Item was:

(APPROVED> DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION 117 27B ITEM: 5-S (Cont) ATTACHMENT BPW 2/1/2006

BIDS OR PROPOSALS (Cont): Overall Tech. Financial Overall Offeror Rank Rank* Rank

T Rowe Price Associates Baltimore, MD

TIAA-CREF 2 I (Tie) 2 New York, NY

*Note: The overall financial offers were tied. These financial offers were evaluated and ranked based upon five main criteria across two categories: (I) Fees that would be paid by participants in the Maryland College Investment Plan; and (2) Fees that would be paid by the offeror to the College Savings Plan Board as follows:

Category 1: Fees that would be paid by participants in the Maryland College Investment Plan

Rank (1= Lower, 2= Higher) T. Rowe Price TIAA-CREF

I) Weighted Average Operating Expense Ratio . 2 (paid by participants as a percentage of assets) 2) Program Management Fee . 2 (paid by participants as a percentage of assets) 3) Enrollment Fee . (Tie) I (Tie) (dollar amount paid by participants at time of enrollment) 4) Other Costs . 2 I (No other costs for TIAA-CREF, $25 Annual Fee for T. Rowe Price)

Category 2: Fees that would be paid by the Offeror to the Board Rank (1= Higher, 2= Lower) T. Rowe Price TIAA-CREF

5) Administrative Fee . I 2 (percent of total Plan assets paid by the offeror to the Board)

The RFP stated that each of the five cost categories above would receive equal weighting. Since nd each offeror received two I st place rankings, two 2 place rankings for the first four categories, and were tied for the fifth category, the financial proposals were tied.

118 28B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

SERVICES CONTRACT

ITEM: 6-S Agency Contact: Michele Helms (410) 799-2900 [email protected]

DEPARTMENT/PROGRAM: State Police (MDSP) Cafeteria Services

CONTRACT ID: MDSP-QMD-6200014; Cafeteria Services Contract ADPICS NO. WOOB6200014

CONTRACT DESCRIPTION: Retroactive approval request for a cafeteria services contract for the Maryland Department of State Police's training facility at Sykesville, MD.

AWARD: Finksburg Food Factory Sykesville, MD

TERM: 7/21/2005 - 6/30/2006 (W/3 one-year renewal options)

AMOUNTS: $ 550,000 (11 Months, II Days; Base Contract) $ 600,000 (1 Year; I st Renewal Option) $ 600,000 (1 Year; 2nd Renewal Option) $ 600,000 (I Year; 3rd Renewal Option) $2,350,000 Total (3 Years, II Months, II Days)

PROCUREMENT METHOD: Sole Source

BIDS OR PROPOSALS: N/A

MBE PARTICIPATION: 25%

FUND SOURCE: 100% Gen. 29B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 6-S (Cont)

APPROP. CODE: WOOAOI

INCUMBENT: None (see Requesting Agency Remarks below)

REQUESTING AGENCY REMARKS: This is a sole source retroactive approval request for cafeteria services to provide breakfast, lunch and dinner each day for Maryland Department of State Police Academy Recruits, who reside at the Public Safety Education and Training Center in Sykesville, MD. The services began on July 21,2005.

The Public Safety Education and Training Center is a residential facility, which provides training to law enforcement and correction officers from the state of Maryland. The facility was built to be self-sufficient, limiting time away from training. As such, a full service cafeteria was built and requires a vendor to operate it. Recruits, trainees, overnight guests and employees require the availability ofthese cafeteria services onsite.

The cafeteria provides hot and cold meal options for breakfast, lunch, and dinner. In addition, "lite" fare and beverage services are available for purchase and consumption at off hours. On a regular basis, the contractor provides long-term arrangements for client agencies and custom orders for group meal functions, executive meetings, receptions, etc.

This is a Sole Source contract because MDSP must abide by all rules and regulations as set forth under a separate contract awarded to this vendor by DPSCS (see DBM BPW Agenda Item 5-S of 7120/2005), since MDSP trooper candidates are housed at the DPSCS facility. The recruits live on the premises and are served breakfast, lunch and dinner each day except for breakfast on Mondays and Dinner on Fridays. Each recruit must have a minimum of 4,000 calories per day. The Finksburg Food Factory meets with MDSP representatives and sets up a schedule for meal planning and any special dietary needs.

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 05-0767-0010

120 30B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 6-S (Cont)

DBM REMARKS: Retroactive approval requested pursuant to 11- 204(c) State Finance & Procurement Article.

Board of Public Works Action - The above referenced Item was: CPPROVED :> DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION CWITHOUT DISCUSSI<;>

121 31B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

INFORMATION TECHNOLOGY CONTRACT

ITEM: 7-IT Agency Contact: Venus Gray (410) 864-5123 [email protected]

DEPARTMENT~ROGRAM: Workers' Compensation Commission (WCC) Information Technology Division (lTD) Data Processing Unit

CONTRACT ID: WCCB5200006; FileNet Document Imaging System Maintenance Contract ADPICS NO. WCCB5200006

CONTRACT DESCRIPTION: Sole source contract to purchase software and related maintenance services for the proprietary FileNet Corporation's document imaging system. Contract also includes software and related maintenance services for peripherals and microcomputers installed at the Workers' Compensation Commission.

AWARD: FileNet Corporation Costa Mesa, CA

TERM: 2/512006 - 2/412011

AMOUNT: $890,625 (5 Years)

PROCUREMENT METHOD: Sole Source

BIDS OR PROPOSALS: N/A

MBE PARTICIPATION: None

FUND SOURCE: 100% Spec. (see Requesting Agency Remarks below)

APPROP. CODE: C98FOOOI

122 32B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 7-IT (Cont)

INCUMBENT: Same

REQUESTING AGENCY REMARKS: This contract provides for the continued maintenance of all WCC proprietary FileNet Software including operating system, PC software, scanning and indexing software, and licenses. Problem resolution and software upgrades are incorporated in this contract.

WCC has been successfully using proprietary FileNet Corporation's software products since 1994. WCC currently has approximately 32,000,000 pieces of paper on file, all stored electronically in the FileNet System. There are no paper claim-case files being used during routine processing. The Commission processes about 10,000 incoming pieces of paper each day both from the mail room and the courtroom. This paper is converted electronically and stored in the FileNet System.

All expenditures of the Commission are reimbursed to the State Treasury by insurance companies, the Injured Workers Insurance Fund, and Self-Insurers, as provided by law.

RESIDENT BUSINESS: No

MD TAX CLEARANCE: 05-2304-1111

Board of Public Works Action - The above referenced Item was:

(APPROVED> DISAPPROVED DEFERRED HDRAWN

WITH DISCUSSION WITHOUT DISCUSSION 33B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

INFORMATION TECHNOLOGY CONTRACT

ITEM: 8-IT Agency Contact: Tim Baker (410)-260-6402 [email protected]

DEPARTMENT~ROGRAM: Archives (MSA) Electronic Archives

CONTRACT ID: MSA 2006-01; 9585 V Storage Upgrade ADPICS NO. D6086200003

CONTRACT DESCRIPTION: Contract to provide for additional hardware to increase the data storage capacity for the Electronic Archives Program. Contract includes a three-year warranty.

AWARD: VION Corporation Washington, DC

TERM: 3/1/2006 - 4/30/2009

AMOUNT: $489,995 (3 Years, 2 Months)

PROCUREMENT METHOD: Competitive Sealed Proposals

BIDS OR PROPOSALS: Only one proposal received

MBE PARTICIPATION: None (see Requesting Agency Remarks below)

FUND SOURCE: 100% Spec.

APPROP. CODE: D60AI001

INCUMBENT: Same

124 34B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 8-IT (Cont)

REQUESTING AGENCY REMARKS: A notice of the availability of the Request for Proposals (RFP) was advertised in the Maryland Contract Weekly and through eMaryland Marketplace. Copies of the solicitation notice were mailed directly to 25 prospective vendors, 4 of which were Maryland firms, and included 3 MBEs. A copy was also sent to the Governor's Office of Minority Affairs. Due to the nature of the equipment and services to be provided, there is no MBE sub-contracting goal established for this contract.

Only one offer was received for this contract, which was from the incumbent. This single submitted proposal was evaluated by an evaluation committee. The technical proposal was deemed to be acceptable. In addition, the offeror was determined to be responsible, the financial offer was considered fair and reasonable and other potential offerors had a reasonable opportunity to respond to the solicitation.

Of the respondents to a survey that MSA sent out seeking information regarding non-responses, two firms claimed that they could not be competitive with the incumbent, one claimed to be busy pursuing other opportunities and one said they were not authorized to resell the equipment sought.

MSA is the ultimate repository for Maryland's land records filed with Maryland's Circuit Courts. Working in partnership with the Judiciary (the Administrative Office of the Courts and the Judicial Information Systems), MSA is developing an integrated document imaging system for scanning, indexing, storing, and retrieving land records. As part of this project, MSA is required to implement necessary electronic storage infrastructure to accommodate the large amounts of electronic data. This procurement will allow MSA to complete the build-out of existing Hitachi Data Systems electronic archives.

RESIDENT BUSINESS: No

MD TAX CLEARANCE: 05-2787-1111

Board of Public Works Action - The above referenced Item was:

CA=PROVED ::> DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION - 125 35B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

INFORMATION TECHNOLOGY CONTRACT

ITEM: 9-IT Agency Contact: Ellis Kitchen (410) 260-2994 [email protected]

DEPARTMENTIPROGRAM: Budget and Management (DBM) Office of Information Technology (OIT)

CONTRACT ID: FIOR5200203; Enterprise Web Systems ADPICS NO. FIOB6200006

CONTRACT DESCRIPTION: Contract to support the systems that comprise DBM's Enterprise Web Systems, including the Maryland.Gov web portal.

AWARD: A&T Systems, Inc. Silver Spring, MD

TERM: 2/1/2006 - 1/31/2011

AMOUNT: $3,990,000 (5 Years)

PROCUREMENT METHOD: Competitive Sealed Proposals

BIDS OR PROPOSALS: See attachment

MBE PARTICIPATION: 35%

FUND SOURCE: 100% Gen.

APPROP. CODE: FIOA04

INCUMBENT: Accenture, LLP Annapolis, MD

126 36B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 9-IT (Cont)

REQUESTING AGENCY REMARKS: A notice of the availability of the Request for Proposals (RFP) was advertised in the Maryland Contract Weekly and at the website eMarylandMarketplace.com. Copies of the solicitation notice were e-mailed directly to 74 prospective vendors, 49 of which were Maryland firms, and included 41 MBEs.

Three proposals were received in response to the solicitation. All three proposals were deemed reasonably susceptible of being selected for award. The overall ranking was determined based on a combination of technical merit and price, with technical factors having more importance than price in the overall award determination.

The second highest technical ranked Offeror, A&T Systems, Inc. (UA&T") is recommended for contract award. Although A&T is ranked second both technically and financially it was much lower in price than the number one ranked offeror (which was more than 110% higher) and better technically than the lowest cost offeror, which was only 5.7% lower in price (see Attachment).

A&T submitted a strong technical proposal and demonstrated understanding and knowledge of the discrete functional and technical areas within the primary software applications for DBM's portal services. The proposed personnel also have a thorough understanding of the applications, data security and issues/resolution processes.

The requested award amount is estimated. The contractor will only be paid for actual monthly services rendered and for any additional work on fixed hourly rates for various categories of labor used.

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 05-2677-0111

Board of Public Works Action - The above referenced Item was: CAPPROVED:> DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION

127 37B ITEM: 9-IT (Cont) ATTACHMENT BPW 2/112006

BIDS OR PROPOSALS (Cont):

Tech. Financial * Overall ** Offerors Rank Offer CRank) Rank

A&T Systems, Inc. 2 $3,112,690 (2) I Silver Spring, MD

Accenture, LLP I $6,544,476 (3) 2 Annapolis, MD

GTI Federal, Inc. 3 $2,935,481 (I) 3 Frederick, MD

* Note: The financial offer amount was based upon a model in the RFP for evaluation purposes comprised of fixed hourly labor category rates and a monthly fixed system fee. Each component was weighted to arrive at a composite evaluated price to establish the financial ranking.

**Note: Technical factors had greater weight than financial factors in the overall award determination.

128 38B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

INFORMATION TECHNOLOGY CONTRACT

ITEM: IO-IT Agency Contact: Latesa Thomas (410) 230-6031 [email protected]

DEPARTMENT~ROGRAM: Labor, Licensing and Regulation (DLLR) Division of Unemployment Insurance

CONTRACT ID: POOR5203183; Division of Unemployment Insurance ADPICS NO. POOB6200129

CONTRACT DESCRIPTION: Contract to assure functional and operational responsibility for the unemployment insurance Interstate Connection (ICON) network that provides unemployment information and services to 53 State Workforce Agencies. Maryland has been deemed the ICON administrative state under the terms of a five-year agreement with the US Department of Labor (see Requesting Agency Remarks below).

AWARD: ACS State and Local Solutions, Inc. Washington, DC

TERM: 2/2/2006 - 2/1/2011

AMOUNT: $28,246,488 (5 Years)

PROCUREMENT METHOD: Competitive Sealed Proposals

BIDS OR PROPOSALS: Only one proposal received

MBE PARTICPATION: 25%

FUND SOURCE: 100% Fed. (see Requesting Agency Remarks below)

APPROP. CODE: POOHOI

129 39B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: lO-IT (Cont)

INCUMBENT: None

REQUESTING AGENCY REMARKS: A notice of the availability of the Request for Proposals (RFP) was advertised in the Maryland Contract Weekly, and at the website eMarylandMarketplace.com. In addition, the RFP was mailed directly to 26 prospective vendors, 23 of which were Maryland firms, and included 16 MBEs. A copy was also sent to the Governor's Office of Minority Affairs.

Each State and the three territories in the United States are responsible for the payment of Unemployment Insurance (UI) benefits under the auspices of the US Department of Labor (USDOL). There are provisions for the payment ofUI benefits to workers who do not reside in the State of their former employment or worked in two or more States. These benefit payments are made under the Interstate and Combined Wage Agreements between the States and USDOL.

In 1982 USDOL and the States invested in a secure nationwide tele-communications network to transmit unemployment information between the States. Over the last 23 years, significant changes have occurred to take advantage of improvements in IT technologies. The current network configuration and 12 distinct computer applications constitute what is now referred to as the Federal and State Unemployment Interstate Connection (ICON) network.

ICON supports an environment comprised of several mainframes, personal computers, workstations, operating systems and telecommunication methodologies. Each of the 53 (called State Workforce Agencies or SWAs) accesses the network via one of ICON's network's facilities. Each SWA exchanges data by one of several telecommunication protocols and/or by sending and receiving magnetic tapes dependent upon the application.

USDOL has historically provided funds to a state for the establishment and operations of the ICON system. In 2004, USDOL solicited States to become the ICON administrative lead state and Maryland was selected. Under the terms of the USDOUMaryland agreement, funds are provided for the continued operations of the ICON system and for Maryland's administrative costs for five years. Accordingly, this contract provides services that will continue ICON activities that support the data processing and data exchange needs of the 12 distinct computer applications across 53 SW As.

130 40B BPW 2/112006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: IO-IT (Cont)

Only one proposal was received in response to the RFP. The proposal received from ACS State and Local Solutions, Inc., is recommended for award. This single submitted proposal was evaluated by an evaluation committee. The technical proposal was deemed to be acceptable. In addition, the offeror was determined to be responsible, the financial offer was considered fair and reasonable and other potential offerors had a reasonable opportunity to respond to the solicitation.

A poll of24 non-responding vendors revealed that: (I) 19 vendors stated they could not provide the services required; (2) one vendor stated the time to complete the project was deemed insufficient; (3) one vendor stated the scope of work was beyond its capacity; (4) two vendors said they lacked the necessary experience; and (5) one vendor said that other commitments precluded its participation at this time.

Under this contract the contractor will provide hardware, software and networking services. These include:

• Hardware for the central mainframe data center; • A network communications plan; • Application software for system testing; • Verification services to demonstrate that network communications are adequate to handle peak transmission loads; and • A security plan.

RESIDENT BUSINESS: No

MD TAX CLEARANCE: 05-2584-0111

Board of Public Works Action - The above referenced Item was:

(APPROVED> DISAPPROVED DEFERR WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

1Jl 41B BPW 2/112006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

INFORMATION TECHNOLOGY CONTRACT MODIFICATION

ITEM: II-IT-MOD Agency Contact: Carl LaVerghetta (410) 767-4429 CarI.La [email protected]

DEPARTMENT/PROGRAM: General Services (DGS) Procurement and Logistics

CONTRACT ID: DGS-981020; Internet-Based, Interactive eCommerce Procurement System ADPICS NO. C0887312

CONTRACT APPROVED: 3/8/2000 DBM BPW Agenda Item II-IT

CONTRACTOR: Science Application International Corp. ("SAIC") Columbia, MD

CONTRACT DESCRIPTION: Contract to provide for an Internet-based procurement system (now known as eMarylandMarketplace.com).

MODIFICATION DESCRIPTION: Retroactive modification request to change the scope of work and fee structure and add new functionality. In addition, request to add a one- year renewal option and a six-month renewal option. All of this results from legislation passed in the 2004 Legislative Session (House Bill 702). See Requesting Agency Remarks below.

TERM OF ORIGINAL CONTRACT: 3/8/2000 - 3/7/2003 (W/3 one-year renewal options)

132 428 8PW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: II-IT-MOD (Cont)

TERMS OF MODIFICATION: 7/1/2005 - 2/28/2006 (Retroactive Modification) 3/1/2006 - 2/28/2007 (Add a One-year Renewal Option *) 3/112007 - 8/3112007 (Add a Six-month Renewal Option *)

* Note: See Requesting Agency Remarks below

AMOUNT OF ORIGINAL CONTRACT: $0 (Revenue neutral; see Requesting Agency Remarks below)

AMOUNTS OF MODIFICATION: $ 602,228 (Retroactive Modification; 8 Months) $ 826,000 (Renewal Option; I Year) $ 288,000 (Renewal Option; 6 Months) $1,716,228 Total (2 Years, 2 Months)

PRIOR MODIFICATIONS/OPTIONS: $176,639 Grand Total (see Attachment)

REVISED TOTAL CONTRACT AMOUNT: $1,892,867

ORIGINAL PROCUREMENT METHOD: Competitive Sealed Proposals

FUND SOURCE: N/A

APPROP. CODE: HOODOI

REQUESTING AGENCY REMARKS: eMarylandMarketplace.com (eMM) is a web-based Procurement System and an interactive eCommerce System used by Maryland State, local and municipal public buying organizations. The eMM web site provides interactive bidding and catalog purchasing capabilities. The interactive bidding component of the system allows online public sector buyers to post solicitations, receive bid responses and make award notices.

133 43B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: II-IT-MOD (Cont)

When this contract was awarded it was projected to be revenue neutral. Vendors who subscribed had to pay an annual fee to access eMM information. However, HB 702 of the 2004 Legislative Session modified the fee structure.

This Agenda modification request addresses several areas caused by the enactment ofHB 702. HB 702 required access to eMM to be free and required the posting of agency award notices. Accordingly, eMM was modified by SAIC to eliminate subscription fees (see below). In addition eMM must still be modified to allow the collection of fees from awarded contracts and the posting of award notices.

As of7/1/2005, SAIC removed the requirement to pay a subscription fee to access eMM. Under HB 702 a fee is to be assessed to winning State contractors to pay for the operation of eMM. When this fee structure was started by regulation as of 7/1/2005, the necessary changes to eMM to provide for the collection of the fee had not been implemented, nor had the modification needed to allow award notices to be posted to eMM been implemented. Consequently, SAIC has received no payment for the continued operation of eMM since 6/3012005.

In order to allow the completion of this modification and then prepare specifications for a competitive procurement to obtain a vendor to provide a modem web-based eCommerce system, it is requested that the Board approve additional renewal options as requested. However, the exercising of the two renewal options is contingent upon the contract being assigned to BearingPoint, Inc. ("BearingPoint"). BearingPoint is currently operating much of eMM under a subcontract to SAle.

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 05-2030-1111

DBM REMARKS: Retroactive approval requested pursuant to I 1-204(c) State Finance & Procurement Article.

Board of Public Works Action - The above referenced Item?'

APPROVED DISAPPROVED DEFERRE~THDRA WN ./

WITH DISCUSSION WITHOUT DISCUSSION 134 448 ITEM: 1I-IT-MOD (Cont) ATTACHMENT 8PW 2/1/2006

PRIOR MODIFICATIONS/OPTIONS (Cont):

Mod. #1 $176,639 Added web-based administration of construction projects for MDOT's SHA (see DGS 8PW Agenda Item 4-S-MOD of 4/16/2003) Opt. #1 $0 Renewed contract for the period 3/8/2003 - 3/7/2004. Opt. #2 $0 Renewed contract for the period 3/8/2004 - 3/7/2005. Opt. #3 $0 Renewed contract for the period 3/8/2005 - 3/7/2006. $176,639 Total

135 45B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

INFORMATION TECHNOLOGY CONTRACT MODIFICATION

ITEM: 12-IT-MOO Agency Contact: Ellis Kitchen (410) 260-2994 [email protected]

DEPARTMENT~ROGRAM: Budget and Management (OBM) Office ofinformation Technology (OIT)

CONTRACT ID: 050R3800130; NetworkMaryland Network Management and Engineering Services AOPICS NO. C0910078

CONTRACT APPROVED: 7/2/2003 OBM BPW Agenda Item 3-IT

CONTRACTOR: Computer Sciences Corp. Hanover, MO

CONTRACT DESCRIPTION: Contract to provide network management and engineering services for the networkMaryland System ("the Network"). The contractor will provide: (I) cost effective management, operations and maintenance support for the Network; (2) inventory management, maintenance and repair of the fiber-optics based part of the Network; and (3) engineering assistance in the design, development and implementation of changes to, and future expansions of the Network.

MODIFICATION DESCRIPTION: Modify the contract to: (I) Add remote computer network monitoring services for all State agencies and extend this capability to include computer systems in State buildings; and (2) add fiber optic cable installation services for the remainder of the contract.

TERM OF ORIGINAL CONTRACT: 71212003 - 5/3112008

TERM OF MODIFICATION: 2/8/2006 - 5/31/2008

AMOUNT OF ORIGINAL CONTRACT: $8,000,000

136 46B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 12-IT-MOD (Cont)

AMOUNT OF MODIFICATION: $0 (2 Years, 3.9 Months; see Requesting Agency Remarks below)

PRIOR MODIFICATIONS/OPTIONS: None

REVISED TOTAL CONTRACT AMOUNT: Same

PERCENT +/- (THIS MODIFICATION): 0%

ORIGINAL PROCUREMENT METHOD: Competitive Sealed Proposals

FUND SOURCE: 50% Reimb. (using agencies); 50% Capital (High Speed Data Network Capital Appropriation)

APPROP. CODES: FIOA0404 (Reimb.) 60103172 (Capital)

REQUESTING AGENCY REMARKS: NetworkMaryland offers three primary services to State agencies, county and local governments, statewide. These services are: (I) high- speed inter-LATA (Local Access and Transport Area) communications; (2) Internet access; and (3) Intranet access that allows State agencies to communicate with one another and to access statewide mission critical applications such as the Financial Management Information System (FMIS).

This contract provides management and engineering support necessary to complete the expansion of networkMaryland to provide a stable, fault tolerant network infrastructure required to support mission critical State agency business. Even more importantly, this contract provides management, operations and maintenance support to ensure that networkMaryland remains operational 24x7x365 days a year.

These modifications will further facilitate the completion of networkMaryland and the migration of agencies from leased telecommunications services.

137 47B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 12-IT-MOD (Cont)

No new funding authority is requested in this Agenda Item because usage under the contract is not exceeding the original authorization. To date, $2.3 Million has been expended. The value of this modification to the vendor is estimated to be $1,000,000.

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 05-2745-1111

Board of Public Works Action - The above referenced Item was:

CAPPROVED' DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

------

138 48B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

INFORMATION TECHNOLOGY CONTRACT RENEWAL OPTION

ITEM: 13-IT-OPTION Agency Contact: Ellis Kitchen (410) 260-2994 [email protected]

DEPARTMENT/PROGRAM: Budget and Management (DBM) Office ofInformation Technology (OlT)

CONTRACT 10: DBM-2020-DESKTOP; Microcomputers, Printers with Peripherals Including Services and Software ADPICS NOs. See Attachment I

CONTRACT APPROVED: 2/27/2002 DBM BPW Agenda Item I-IT

CONTRACTORS: See Attachment I

CONTRACT DESCRIPTION: Multiple award contract to 15 vendors for supplying microcomputer hardware, associated peripherals, software and related incidental services for State agencies.

OPTION DESCRIPTION: Continue existing services by exercising the last of two one-year renewal options on the contract for 9 of the original 15 vendors (see Requesting Agency Remarks below).

TERM OF ORIGINAL CONTRACT: 3/1/2002 - 2/28/2005 (W/2 one-year renewal options)

TERM OF OPTION: 3/1/2006 - 2/28/2007

AMOUNT OF ORIGINAL CONTRACT: $50,000,000

AMOUNT OF OPTION: $20,000,000 (I Year; see Requesting Agency Remarks below)

139 498 8PW 2/112006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 13-IT-OPTION (Cont)

PRIOR MODIFICATIONS/OPTIONS: $16,500,000 Grand Total (see Attachment 2 and Requesting Agency Remarks below) REVISED TOTAL CONTRACT AMOUNT: $86,500,000

ORIGINAL PROCUREMENT METHOD: Competitive Sealed Proposals

FUND SOURCE: Various

APPROP. CODE: Various Agencies

REQUESTING AGENCY REMARKS: This contract supplies microcomputer hardware, associated peripherals, software and related incidental services for State agencies. Since this is the last renewal option on the contract a new solicitation will be conducted to replace this contract during the renewal period.

There are three categories of equipment and software being supplied under this contract as follows:

• Category I is for microcomputers, associated peripherals and incidental services such as delivery, setup, installation and warranty support; • Category 2 is for microcomputer printers and related incidental services; and • Category 3 is for microcomputer Commercial off the Shelf (COTS) software and related incidental services.

The original contract had 15 vendors on it. Four of these vendors were not included in the first renewal option due to various reasons such as going out of business, being merged with other companies or having MD tax payment issues.

For this renewal option a fifth contractor is not being renewed (Logicom Systems, Inc.) because this vendor has moved and has not provided current contact information. In addition, GTSI Corporation has a tax clearance issue and may be added to the contract in a future Agenda. Attachment I lists the 9 vendors being renewed.

140 50B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 13-IT-OPTION (Cont)

As indicated in the Attachment, the current option was approved by the Board for $16,500,000, which was an estimate. As of the submission date of this Agenda Item, a total of approximately $16,900,000 has been spent with approximately another $500,000 estimated to be spent prior to the end of the first option's term.

RESIDENT BUSINESSES: See Attachment I

MD TAX CLEARANCES: See Attachment I

Bo ublic Works Action - The above referenced Item was:

APPROVED DISAPPROVED DEFERRE THDRAWN

WITH DISCUSSION 141 51B ITEM: l3-IT-OPTION (Cont) ATT ACHMENT I BPW 2/1/2006

MD Res. Contractor MD Tax Clearance # ADPICS # Business?

I) Apple Computer, Inc. 05-2795-1111 050B6800027 No Lakeland, NJ

2) Daly Computers, Inc. 05-2251-1111 050B6800028 Yes Clarksburg, MD (MDOT Certified MBE)

3) Data Networks of America, 05-2250-1111 050B6800029 Yes Inc. Hunt Valley, MD

4) Digital Intelligence Systems 05-2522-1011 050B6800030 Yes Corp. Chantilly, VA (Local Office in Bethesda, MD) (MDOT Certified MBE)

5) Hartford Computer Group, 05-2807-1111 050B6800031 Yes Inc. (formerly Enable Systems, Inc.) Baltimore, MD

6) Gateway Computers, Inc. 05-2806-0011 050B6800033 No N. Sioux City, SD

7) Halifax Technology 05-2810-1011 050B6800038 Yes Services, Inc. Alexandria, VA (Local Office in Frederick, MD)

8) Ismart, LLC 05-2233-1111 050B6800035 Yes Elkridge, MD

9) NCS Technologies, Inc. 05-2796-00 II 050B6800036 No Sterling, VA (MDOT Certified MBE) 52B ITEM: 13-IT-OPTION (Cont) AITACHMENT 2 BPW 2/1/2006

PRIOR MODIFICATIONS/OPTIONS (Cont):

Opt. #1 $16,500,000 Renewed contract for the period 3/1/2005 - 2/28/2006.

143 53B BPW 2/112006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

SERVICES CONTRACT MODIFICATION

ITEM: 14-S-MOD Agency Contact: Cecilia Januszkiewicz (410) 260-7042 [email protected]

DEPARTMENT~ROGRAM: Budget and Management (DBM) Office of Personnel Services and Benefits (OPSB) Employee Benefits Division (EBD)

CONTRACT 10: F10R0200266; Prescription Drug Benefits ADP1CS NO. C0913005

CONTRACT APPROVED: 7/19/2000 DBM BPW Agenda Itern 1-S

CONTRACTOR: AdvancePCS Health, LP (Successor to PCS Health Systems) Scottsdale, AZ

CONTRACT DESCRIPTION: Contract to provide Pharmacy Benefits Manager (PBM) services. This will include comprehensive concurrent, prospective and retrospective drug utilization reviews for Maryland State employees and retirees.

MODI FICA TION DESCRIPTION: Modification request to provide services by the Contractor that support the Department in its application for and subsequent data submissions to the Federal Centers for Medicare and Medicaid Services. This is for the retiree drug-subsidy available to employer-sponsored prescription benefit plans that cover retirees that are eligible for and otherwise would be enrolled in a Medicare Part D plan.

TERM OF ORIGINAL CONTRACT: 6/112000 - 12/3112003 (W/3 one-year renewal options)

TERM OF MODIFICATION: 2/2/2006 - 6/30/2006

144 54B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 14-S-MOD (Cont)

AMOUNT OF ORIGINAL CONTRACT: $790,127,403 Est.

AMOUNT OF MODIFICATION: $150,000 Est. (4 Months, 27 Days)

PRIOR MODIFICATIONS/OPTIONS: $792,350,000 Est. Grand Total (see Attachment)

REVISED TOTAL CONTRACT AMOUNT: $1,582,627,403 Est.

PERCENT +/- (THIS MODIFICATION): +.01%

OVERALL PERCENT +/-: +18.9%

ORIGINAL PROCUREMENT METHOD: Competitive Sealed Proposals

FUND SOURCE: Various

APPROP. CODE: FIOA0245

REQUESTING AGENCY REMARKS: It is in the best interest of the State to modifY this contract to provide these services. Pursuant to the Medicare Prescription drug, Improvement and Modernization Act of2003 (42 USC 1395w-132), the Federal Department of Health and Human Services will provide a subsidy to employers that sponsor prescription benefits plans that provide coverage to Medicare Part D (i.e. drug benefit) eligible retirees who remain in the employer's plan and do not seek Part D coverage.

The General Assembly has allocated the disposition of any subsidies received by the State in connection with the State Employee and Retiree Health and Welfare Benefits Program prescription benefits coverage, per Maryland Annotated Code, State Personnel and Pensions Art. ~~2-516(c) and 34-101(d).

In order to receive such subsidies, employers must submit detailed enrollment/eligibility data and detailed claims data to the Centers for Medicare and Medicaid Services. Data submissions must be in a specified format and submitted on a regular basis. By way of this modification, the Contractor will be responsible for collecting, formatting, analyzing and submitting the State's enrollment data and claims data in support of the State's application for retiree drug subsidies. 145 55B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 14-S-MOD (Cont)

RESIDENT BUSINESS: No

MD TAX CLEARANCE: 06-0085-0000

Board of Public Works Action - The above referenced Item was:

(/PPROVED) DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

146 56B ITEM: 14-S-MOD (Cont) ATTACHMENT BPW 2/1/2006

PRIOR MODIFICA nONS/OPTIONS):

Mod. #1 ( $850,000) Est. Increased the prescription drug rebate amount paid to the State by the contractor for each claim. This decreased the State's cost on this contract by an estimated $850,000 during the period 1/112004 - 1/31/2004. Opt. #1 $287,800,000 Est. Exercised renewal option for the period 1/1/2004- 12/31/2004. Opt. #2 $355,400,000 Est. Exercised renewal option for the period 1/1/2005 - 12/31/2005. Mod. #2 $150,000,000 Est. Changed the plan year to the State fiscal year; reduced the contract term by six months to coincide with the end of the State fiscal year; changed the definition of dependent to be consistent with COMAR 17.04.013.03A (II); added a voluntary mail-order program; added a voluntary specialty pharmacy program; provided for prior authorization, supply limitations and step therapy; changed the co-payment structure; changed the retail network; and lowered the costs to the State by changing the dispensing fees and the discounts provided to the State. This was for the period 1/112006 - 6/30/2006. Mod. #3 $ o Clarified that the separate rebates for mail claims and retail claims that are provided in the Second Modification are to be measured in the aggregate as well and meet a blended aggregate rebate for all prescriptions (mail and retail). $792,350,000 Est. Total

147 57B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

GENERAL MISCELLANEOUS

ITEM: 15-GM Agency Contact: James F. Ports (410) 865-1000 [email protected]

DEPARTMENT/PROGRAM: Transportation (MDOT) Maryland Transit Administration (MTA) Paratransit Service Program

AMOUNT OF REQUEST: $717,500.00

FUND SOURCE: 100% Spec.

APPROP. CODE: JOOHOI

DESCRIPTION: Request for approval of a non-monetary consulting agreement and payments related to the settlement agreement reached in Mary E. Smith, et al. v. Robert Flanagan, et al., in the United States District Court for the District of Maryland, Civil Case No. L-03-CY-2895. The Plaintiffs in this case alleged that MTA's paratransit service does not comply with the Americans with Disabilities Act and Rehabilitation Act.

The MT A Paratransit Service provides transportation to eligible, disabled individuals who cannot use fixed-route transportation in the metropolitan Baltimore area. The Settlement provides for management of the State's Paratransit Services Program to remain in the hands ofMDOT and MT A. There has been no admission or adjudication of liability. A consultant will make non- binding recommendations to maintain and improve service.

If a disagreement arises, the parties may mediate and, if unsuccessful, litigate disputed issues. If approved by the Board and the Court, the settlement would release all claims of the named Plaintiffs and preclude for 12-18 months, claims involving injunctive and declaratory relief for other potential class members (individuals eligible to use the service from December 15, 2002 to December 15, 2005).

The requested funds would provide $350,000.00 for past attorneys' fees and a $50,000.00 reserve for attorneys' fees incurred during the period of the agreement. Additionally, $280,000.00 is requested to pay for consulting fees required by the settlement agreement. A total of$37,500.00 will be paid to the five named Plaintiffs (@$7,500.00 each).

148 REVISED 58B BPW 2/1/2006

DEPARTMENT OF BUDGET AND MANAGEMENT ACTION AGENDA

ITEM: 15-GM (Cont)

REQUESTING AGENCY REMARKS: Pursuant to State Government Article SS 12-404 and 12-501 MDOT, MTA, and the Office of the Attorney General recommend this requested settlement to avoid complex and costly litigation. In light of the cost oflitigation and the disruption caused by litigation, the requested amount is economically reasonable.

The consulting fees will pay for the services of an expert, chosen jointly by the Plaintiffs and the State, to provide recommendations for improvements in MT A paratransit services operations. The implementation of these recommendations will be decided through a process of with court intervention that could include further litigation in the event of a negotiation impasse. The consultant may also be called upon to address specific concerns of class representatives after the consultant's initial review and technical memorandum of the MTA system. The consultant's fees are not to exceed $280,000.00.

A Fairness Hearing was held on January 26, 2006, by the United States District Court for the District of Maryland. The Court approved the proposed Settlement Agreement and determined that it was fair, reasonable and adequate. The Settlement does not become effective until approved by the Board of Public Works.

If approved by the Board and the Court, MT A may disburse payments to the named Plaintiffs and their attorneys (Brown, Goldstein & Levy, LLP, the Maryland Disability Law Center, and Montgomery, McCracken, Walker & Rhoades, LLP).

Board of Public Works Action - The above referenced Item was:

APPROVED ./ DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION 149 IC SUPPLEMENT C

UNIVERSITY SYSTEM OF MARYLAND

February 1, 2006

Contact: James Salt - 301-445-1987 ([email protected]) USM Rep: James Stirling

CONSTRUCTION CONTRACT

ITEM: I-C

INSTITUTION: University of Maryland, Baltimore

CONTRACT NO. & TITLE: RFP #85067MM, On Call Mechanical Contracting Services

DESCRIPTION: All labor, material, equipment and supervision necessary to complete mechanical renovation/repair construction projects on an "on call" basis for the Physical Plant/Offices of Facilities Management at the University System of Maryland institutions in the Baltimore region. Work is to be performed on a time and material, not to exceed basis.

PROCUREMENT METHOD: Request for Proposal

BIDS OR PROPOSALS: Technical Price Total Price based on Score Score Score 3 sample projects

Emjay Engineering Co., Inc. 59 40 99 S 139,240.80 Baltimore, MD

Maryland Mechanical, Inc. 60 37 97 S 148,027.65 Baltimore, MD

A.W.A. Mechanical, Inc. 52 28 80 S 178, 146.34 Baltimore, MD

AWARDS: Emjay Engineering Co., Inc. 1706 Whitehead Road Baltimore, MD 21207

Maryland Mechanical Systems, Inc. 300 South Haven Street Baltimore, MD 21224

150 2C SUPPLEMENT C

UNIVERSITY SYSTEM OF MARYLAND

February I, 2006

CONSTRUCTION CONTRACT

ITEM: I-C (continued)

INSTITUTION: University of Maryland, Baltimore

CONTRACT NO. & TITLE: RFP #85067MM, On Call Mechanical Contracting Services

AMOUNT: $3,000,000 (annual estimate for initial term) $3,000,000 (annual estimate for first renewal) $3,000,000 (annual estimate for second renewal) $3,000,000 (annual estimate for third renewal) $3.000,000 (annual estimate for fourth renewal) $15,000,000 No single project is anticipated to exceed $500,000.

TERM OF CONTRACT: Twelve months with four one-year renewal options at the sole option of the University.

PERFORMANCE BOND: 100% performance bonds required for those projects SI00,000 or greater.

FUND SOURCE: Various Institutional Funds 36.02.31 (Current Unrestricted Funds) 36.02.24 (Current Unrestricted Funds) 36.02.28 (Current Unrestricted Funds) 36.02.21 (Current Unrestricted Funds) 36.02.27 (Current Unrestricted Funds) 36.02.35 (Current Unrestricted Funds) Subobject XOO

REMARKS: The sources of funds for these projects will vary for each USM institution but include Facilities Renewal funds, Departmental Operating funds, and Auxiliary Services funds. The contract will be monitored by the University of Maryland, Baltimore. Five proposals were received and evaluated by an evaluation and selection committee that included representatives from UMB's Office of Procurement Services and Facilities Management, Towson University, and UMBC's Physical Plant. Three firms achieved the required minimum technical score. These three firms submitted fixed hourly rates and bid prices based on the use of three sample projects. 151 3C SUPPLEMENT C

UNIVERSITY SYSTEM OF MARYLAND

February I, 2006

CONSTRUCTION CONTRACT

ITEM: I-C (continued)

INSTITUTION: University of Maryland, Baltimore

CONTRACT NO. & TITLE: RFP #85067MM, On Call Mechanical Contracting Services

REMARKS: (cont'd) One ofthe three firms submitted hourly rates that were non-competitive and is not being recommended for award. The award is being recommended to the two highest rated mechanical contractors. As projects arise, the University will compete each project greater than $25,000 between the two awarded on-call mechanical contracting firms (see awarded firms). These finns will be required to use the fixed hourly rates as well as material mark-up, sub-contractor mark- up, and equipment rental mark-up they quoted as part of this procurement for the term of the contract. Hourly rates may increase in the renewal option terms based upon federal minimum wage increases and/or increases in the Consumer Price Index. The percentage mark-up for material, subcontractors, and equipment rental remains the same in the renewal option temlS.

TAX COMPLIANCE NO: 05-2351-1111 (Emjay Engineering Co., Inc.) 05-2352-1111 (Maryland Mechanical Systems, Inc.)

RESIDENT BUSINESSES: Yes

BOARD OF PUBLIC WORKS ACTIO"": THE ABOVE REFERENCED IT

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITII D1SCUSSIO,," WITIIOUT DISCUSSION

-., 1~•.. 4C SUPPLEMENT C

UNIVERSITY SYSTEM OF MARYLAND

February 1, 2006

Contact Person: James Salt - 301-445-1987 ([email protected]) USM Rep: James Stirling

CONSTRUCTION CONTRACT

ITEM: 2-C

INSTITUTION: University of Maryland, Baltimore

CONTRACT NO. & TITLE: #85085MM - Contractor for the Underground Utilities Distribution Project at Coppin State University

DESCRIPTION: All labor, material, equipment and supervision to complete excavation, installation and site restoration for several underground utilities throughout the Coppin State University Campus. Underground utility systems to be installed include sanitary piping, domestic water piping, heating and chilled water piping, and underground ductbank.

PROCUREMENT METHOD: Sealed Competitive Bid

BIDDERS:

Total Points

Ligon & Ligon, Inc. 90 $3,413,080 Baltimore, MD 21215

Green Contracting Company 88 $7,782,000 Baltimore, MD 21237

AWARD: Ligon & Ligon, Inc. 3310 Ridgewood Avenue Baltimore, MD 21215

AMOUNT: $ 3,413,080

153 5C SUPPLEMENT C

UNIVERSITY SYSTEM OF MARYLAND

February 1, 2006

CONSTRUCTION CONTRACT

ITEM: 2-C (continued)

INSTITUTION: University of Maryland, Baltimore

CONTRACT NO. & TITLE: #85085MM - Contractor for the Underground Utilities Distribution Project at Coppin State University

TERM OF CONTRACT: Six months from the Notice to Proceed.

PERFORMANCE BOND: A 100% performance bond is required.

FUND SOURCE: MCCBL 2004, Item 058

REMARKS: The contract will be monitored by the University of Maryland, Baltimore. In response to the multi-step bid invitation, three technical offers were received and evaluated. Two firms achieved the minimum required technical score and were requested to submit bid prices. The award is recommended to the firm with the lowest price.

TAX COMPLIANCE NO; 06-0030-1111 Ligon & Ligon, Inc.

RESIDENT BUSINESS; Yes

BOARD OF PUBLIC WORKS ACTION; THE ABOVE REFERENCED ITEM WAS;

DISAPPROVED DEFERRED WITIIDRAWN

WITH DISCUSSION

154 6C SUPPLEMENT C

UNIVERSITY SYSTEM OF MARYLAND

February 1, 2006

Contact Person: James Salt 301-445-1997 ([email protected]) USM Rep: James Stirling

CONSTRUCTION CONTRACT:

ITEM: 3-C

INSTITUTION: University of Maryland, College Park for University of Maryland, Center for Environmental Science

CONTRACT NO. & TITLE: Contract No. F-125481-K, RFP No. 82423-F, Project No. 04-110- 835-00, Truitt Lab Addition, University of Maryland Center for Environmental Science (UMCES), Solomons Island

DESCRIPTION: All labor, materials, equipment, supplies, supervision and other resources as required for the Truitt Lab Addition. The work consists ofthe construction of approximately 13,000 GSF addition to the R.V. Truitt Laboratory at Solomons Island. The new construction will allow for the Center for Environmental Science to expand its research activities in restoration ecology. The facility includes aquaculture research bays, laboratories, classroom and support spaces.

PROCUREMENT METHOD: Competitive Sealed Proposals

PROPOSALS: Technical

John L. Mattingly Construction. Acceptable $3,833,200 White Plains

Baltimore Contractors, Inc. Acceptable $3,836,200 Baltimore

Maryland Construction, Inc. Acceptable $3,994,000 Bowie

Biscayne Contractors, Inc. Acceptable $4,936,209 Forestville

AWARD: John L. Mattingly Construction, Inc.

AMOUNT: $3,833,200 155 7C SUPPLEMENT C

Ul\'IVERSITY SYSTEM OF MARYLAND

February 1,2006

CONSTRUCTION CONTRACT:

ITEM: 3-C (continued)

DEPARTMENT: University of Maryland, College Park for University of Maryland, Center for Environmental Science

PERFORMANCE BOND: The contract is secured with a performance bond equal to the contract amount.

FUND SOURCE: MCCBL 2005, Item 077 ($3,687,000) Current Unrestricted Funds ($146,200)

TERM OF CONTRACT: The duration of the contract is three hundred sixty five (365) calendar days from contract award.

REMARKS:

The Contractor has committed to achieving 15 percent MBE subcontractor participation.

This project was advertised in the Maryland Contract Weekly, eMarylandMarketPlace, Dodge Reports, Blue Reports and Construction Market Data. Thirteen contractors expressed interest in this project and picked up copies of the plans and specifications. Seven proposals were received. Four proposals were determined to be technically acceptable.

Facilities Management / Department of Architecture, Engineering & Construction at the University of Maryland College Park will manage the Contractor's work with procurement support from the University's Department of Procurement and Supply.

TAX COMPLIANCE NO.: 05-2690-1111

RESIDENT BUSINESS: Yes.

BOARD OF PUBLIC WORKS ACTION: TilE ABOVE REFERENCED ITEM WAS:

(APPROVED) DISAPPROVED DEFERRED WITIIDRAWN

WITII DISCUSSION WITHOUT DISCUSSION 156 8C SUPPLEMENT C

UNIVERSITY SYSTEM OF MARYLAND

February 1,2006

Contact Person: James Salt 301-445-1987 ([email protected]) USM Rep: James Stirling

GENERAL MISCELLANEOUS:

ITEM: 4-GM MaD

DEPARTMENT: University of Maryland, Baltimore County

CONTRACT TITLE: Construction of Privatized Student Housing on UMBC campus

ORIGINAL CONTRACT APPROVED: May 8, 2002, Item 4-GM

DESCRIPTION OF ORIGINAL CONTRACT: The State of Maryland on behalf of the University of Maryland, Baltimore County entered into a ground lease with the Maryland Economic Development Corporation, a public instrumentality, as Tenant, and Erickson Retirement Communities, LLC, as Developer, for the Walker Avenue Apartments project. The project was to provide a 58 I-bed (164 units) student-residence apartment facility in two phases and approximately 430 parking spaces. Construction of the Walker Avenue Apartments is complete and it has been fully occupied since Fall 2005. The transaction consisted of the University as Landlord leasing the land for a term of forty years. Erickson was responsible for developing and constructing the apartments. Upon completion, Capstone Properties Corp. became responsible for managing and leasing the apartments in accordance with the ground lease and a management agreement with MEDCa. Upon expiration of the term or full payment of the bonds, the apartments will revert to the State.

DESCRIPTION OF MODIFICATION: The University of Maryland, Baltimore County requests Board of Public Works approval of:

1. The First Amendment to the Ground Lease and Agreement. The two recommended amendments to the ground lease are:

MEDca issued tax-exempt variable-rate bonds in the amount of 537,500,000 for the project. MEDCa desires to refinance these bonds to remove the risk associated with variable-rate debt and to issue fixed-rate bonds. There would be no change to the original 40 year term. The ground lease does not provide for refinancing the MEDCa debt. The recommended amendment would modify the ground lease to permit the desired refinancing. As with the original bond issue, the debt under the refinance would be indirect and off-balance sheet to the University, the University System of Maryland, and the State.

Correcting an incorrect section reference. 157 9C SUPPLEMENT C

UNIVERSITY SYSTEM OF MARYLAND

February I, 2006

GENERAL MISCELLANEOUS:

ITEM: 4-GM MOD (continued)

CONTRACT TITLE: Construction of Privatized Student Housing on UMBC campus

DESCRIPTION OF MODIFICATION (continued):

2. A Lessor's Estoppel Certificate from the State, as landlord, in favor of the Trustee bank, the underwriters, and the bond insurer as provided in the ground lease.

REMARKS: The existing variable-rate debt is credit enhanced by a letter of credit issued by Wachovia Bank, National Association which expires on June 6, 2006. The University desires to eliminate the risk of variable-rate financing and to avoid the risk of not being able to extend or replace the letter of credit. These amendments are in the long-term interest of the University, the University of Maryland System, and the State.

BOARD OF PUBLIC WORKS ACTION: TilE ABOVE REFERENCED ITEM WAS:

APPROVED DlSAI'PROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

1~5 JOC (2nd Revision) SUPPLEMENT C

UNIVERSITY SYSTEM OF MARYLAND

February 1, 2006

Contact Person: James Salt 301-445-1987 USM Rep: James Stirling SERVICE CONTRACT

ITEM: 5-S

INSTITUTION: University of Baltimore

CONTRACT NO. & TITLE: B60174 - Marketing and Advertising for the University of Baltimore.

DESCRIPTION: Contract to assist the University in developing a marketing strategy, advertising administration and creative services.

PROCUREMENT METHOD: Competitive Sealed Proposals

BIDS OR PROPOSALS: Vendor Technical Rank Price Overall Rank (over five years)

Profiles 1 $3,705,000 (4) 1 Rooftop Communications 2 $3,690,000 (3) 2 Jill Tanenbaum Designs 3 $3,690,000 (3) 3 Blakeslee 4 $3,690,000 (3) 4 Engine Performance 5 $3,420,000 (I) 5 Strategix Noblesteed 6 $3,690,000 (3) 6 Carnegie Communications 7 $3,645,000 (2) 7 Chmmel Communications 8 $3,690,000 (3) 8

AWARD: Profiles, Inc. Baltimore

AMOUNT: $770,000 (first one-year term)

TERM OF CONTRACT: (11/1/05 - 10/31/06 with four one-year renewal options at the sole option of the University, with BPW prior approval.

159 IIC (2nd Revision) SUPPLEMENT C

UNIVERSITY SYSTEM OF MARYLAND

February I, 2006 SERVICE CONTRACT

ITEM: 5-S (continued)

DEPARTMENT: University of Baltimore

PERFORMANCE BOND: A perfonnance bond was not required as the University will make monthly payment after service is performed.

FUND SOURCE: 28.02.31.00 (Current Unrestricted Funds)

REMARKS: The source of funds for this contract is the University's operating budget. The solicitation was advertised in the Maryland Contract Weekly and e-Maryland Marketplace. The Contractor has committed to an MBE goal of 15%.

In response to RFP UB 06-B-04-001, the University received and evaluated eight proposals. Profiles, Inc. offered the best value to the University and was selected for award, having submitted the highest ranked technical proposal and a price proposal that was 8.3% higher than the lowest priced proposal. Profiles proposal best supports enrollment growth goals, increased awareness and brand strengthening for the University of Baltimore. The Profiles response includes an integrated campaign of television, radio, print and web critical for success in the competitive education marketplace and in our media-saturated environment.

Retroactive approval is requested pursuant to USM Procurement Policies and Procedures Section VII. The Contract was not submitted timely because of a misunderstanding of the method for calculating the total contract amount. Total of fees to be paid to Profiles, Inc. over the five year period is $482,000; less than the $500,000 threshold for service contracts to be submitted to the BPW for approval. Total contract amount includes cost of ad placements in newspapers, radio, TV.

TAX COMPLIANCE NO.: 06-0032-01 I I

RESIDENT BUSINESS: Yes

BOARD OF PUBLIC WORKS ACTION: TIlE ABOVE REFERENCED ITEM WAS:

( APPROVED ~ DISAPPROVED DEFERRED WITIIDRAWN

• WITH DISCUSSION WITHOUT DISCUSSION 160 ID (revised) SUPPLEMENTAL D

DEPARTMENT OF PUBLIC SAFETY & CORRECTIONAL SERVICES

February 1,2005

Contact: Becky Jednorski 410-339-5027 [email protected]

EOUIPMENT CONTRACT

ITEM: I-E

DIVISION OF CORRECTION Eastern Correctional Institution

CONTRACT NO. & TITLE: Q0006071-063-2003, ECI Various Furniture

DESCRIPTION: Various furniture to equip the Eastern Correctional Institution Annex Building

PROCUREMENT METHOD: Preference Purchase

AWARD: Maryland Correctional Enterprises, Jessup

AMOUNT: $76,307.80

FUND SOURCE: MCCBL 100% Item 063 MCCBL 2003

REMARKS:

Furniture includes: tanks (boxes & lids), security beds, norix chairs, game top tables, desk, chairs, bookcases and group seating for 25.

BOARD OF PUBLIC WORKS ACTION: THE ABOVE REFERENCED ITEM WAS:

IlISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION J WITHOUT DISCUSSION

IGl There being no further business, the meeting was adjourned. ~m~Respectfully submitted, Sheila C. McDonald, Esq. Executive Secretary INDEX FEBRUARVI,2006

Agriculture, Department of Agricultural Cost Share Program 64 Alcohol & Drug Abuse Administration 92-103 Archi ves 124 Aviation Administration 10-13,22 Baltimore, University of 159 Bonds 62 Budget & Management, Department of... 126,136-147 College Savings Plan of Maryland 115 Coppin State Co llege 153 Eastern Correctional Institution 161 Education, Department of 111 Environment, Department of 67-71 General Services, Department of 28,34, 132 Capital Grants and Loans Capital Expenditures American Red Cross .48 Agriculture and Education Complex 50 Mental Health Association of Montgomery County 52 Prince George's Hospital Center 54 Grant Applications/Certifications Red Wiggler Community Farm 43,44 Camp ESP A .45 American Red Cross .47 Health & Mental Hygiene, Department of.. .41 Alcohol & Drug Abuse Administration 92-103 Higher Education Commission, Maryland Community Colleges Howard Community College 59 Montgomery College Rockville Campus 56 Highway Administration 4-7,16,18 Housing & Community Development 72 St. Mary's City Commission 32 Howard Community College 59 Human Resources, Department of Social Services Administration 104 Labor, Licensing & Regulation, Department of.. 129 INDEX FEBRUARY 1,2006

Maryland Transit Administration 8.14.19, 148 Maryland. University System of Baltimore. University of 159 Coppin State University 153 Maryland, University of Baltimore Campus 150, 153 Baltimore County Campus 157 Center for Environmental Science 155 College Park Camp us 155 MiIitary Department 33.39 Montgomery College 56 Natural Resources. Department 0f 36 Forest Products 91 State Forest & Par Service 24 Program Open Space 78-80 Rural Legacy Program 81-90 Public Safety & Correctional Services. Department of Corrections, Division of Eastern Correctional Insti tute 161 Public Works, Board of Procurement Agency Acti vity Reports 74 Wetlands Administration 63 Rural Legacy Program 81-90 State Police Department. 119 Transportation, Department of Aviation Administration 10-13.22 Highway Administration 4-7, 16,18 Maryland Transit Administration 8, 14,19,148 Treasurer. State 76 Bonds . Veterans Affairs, Department 0f 26 Wetlands Administration 63 Worker's Compensation Commission 122