ebook img

BPW - Maryland State Archives - Maryland.gov PDF

54 Pages·2012·1.52 MB·English
Save to my drive
Quick download
Download
Most books are stored in the elastic cloud where traffic is expensive. For this reason, we have a limit on daily download.

Preview BPW - Maryland State Archives - Maryland.gov

Martin O’Malley Governor Maryland Department of Transportation Anthony G. Brown The Secretary’s Office Lt. Governor Beverley K. Swaim-Staley Secretary Darrell B. Mobley Deputy Secretary BOARD OF PUBLIC WORKS (BPW) ACTION AGENDA May 23, 2012 Pages Construction 1-6 Architecture/Engineering 7-31 Maintenance 32-43 Landlord Lease 44 General/Miscellaneous 45-47 Expedited Procurement 48-49 Request Real Property Conveyance 50-52 1 Suzette Moore - (410) 859-7792 BPW – 05/23/12 [email protected] DEPARTMENT OF TRANSPORTATION ACTION AGENDA CONSTRUCTION CONTRACT ITEM: 1-C MARYLAND AVIATION ADMINISTRATION CONTRACT ID: MAA-CO-12-008 Runway 10-28 Runway Safety Area (RSA), Pavement & Standard Compliance at BWI Thurgood Marshall Airport (BWI Marshall) ADPICS NO: MAACO12008 CONTRACT DESCRIPTION: This contract provides runway pavement rehabilitation and safety standards improvements for Runway 10-28 at BWI Marshall Airport. These improvements seek to address RSA standards as mandated by Congress, and dictated by the Federal Aviation Administration, to be completed by December 31, 2015. AWARD: P. Flanigan & Sons, Inc. Baltimore, MD AMOUNT: $40,339,104 TERM: 300 Calendar Days PROCUREMENT METHOD: Competitive Seal Bidding (One Bid Received) MBE PARTICIPATION: 20% PERFORMANCE SECURITY: Performance and Payment Bonds at 100% of Contract Amount Exists REMARKS: The Engineer’s Estimate is $45,663,130. The 11% cost difference is attributed to the volatile prices of asphalt (P-401) and the contractor’s use of extended weekends in lieu of night-only closures for the majority of the electrical work. These two items resulted in a greater savings for MAA, although the Engineer did account for these items in his estimate. This Solicitation was advertised on eMM and on the MAA Website. The solicitation was also sent to the Governor’s Office of Minority Affairs and five (5) minority business associations on February 17, 2012. A total of seventeen (17) firms purchased the contract documents. One (1) bid was received and one (1) bid was not accepted due to lateness. The remaining plan holders were contacted as to why they did not bid the project. Three (3) contractors responded stating they were working on other jobs and other commitments precluded participating on this project. 2 TEM: 1-C (Continued) BPW – 05/23/12 Prospective bidders had a reasonable opportunity to respond to this solicitation, therefore, in accordance with COMAR 21.05.02.02, the Procurement Officer recommends award of this contract to P. Flanigan & Sons, Inc. as a sole source contract under COMAR 21.05.05. The work consist of areas of excavation and placement of new full strength runway, taxiway and shoulder paving sections; install drainage pipe; areas of shallow depth excavation; and construction of a new perimeter and service roads at the Runway 10 end and on the south side of the airfield. FUND SOURCE: 100% Special Funds Budgeted to MAA APPROPRIATION CODE: J06I0003 MD TAX CLEARANCE: 12-0784-1111 RESIDENT BUSINESS: Yes BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION 3 Suzette Moore - (410) 859-7792 BPW – 05/23/12 [email protected] DEPARTMENT OF TRANSPORTATION ACTION AGENDA CONSTRUCTION CONTRACT ITEM: 2-C MARYLAND AVIATION ADMINISTRATION CONTRACT ID: MAA-CO-12-009 Hourly Garage Tunnel Repairs at BWI Thurgood Marshall Airport (BWI Marshall) ADPICS NO: MAACO12009 CONTRACT DESCRIPTION: This contract provides for the repair of water leaks in the Pedestrian Tunnel and Stairwell B in the Hourly Garage at BWI Marshall. The work includes the installation of a new service animal relief area, erosion and sediment control measures and the removal and restoration of damaged finishes and the landscaping. AWARD: Mid-Atlantic General Contractors, Inc. Beltsville, MD AMOUNT: $701,145 TERM: 150 Calendar Days PROCUREMENT METHOD: Competitive Sealed Bidding (Multi-Step) (Small Business Reserve) BIDS: Mid-Atlantic General Contractors, Inc. $701,145 Beltsville, MD J & J Construction $860,533 Littlestown, PA MBE PARTICIPATION: 20% PERFORMANCE SECURITY: Performance and Payment Bonds at 100% of Contract Amount Exists REMARKS: The Engineer’s Estimate is $626,816. This Solicitation was advertised on eMM and on the MAA Website. The solicitation was sent to the Governor’s Office of Minority Affairs and five (5) minority business associations on February 13, 2012. 4 ITEM: 2-C (Continued) BPW – 05/23/12 MAA directly solicited ten (10) small businesses. Nine (9) sets of specifications were sold and two (2) firms submitted bids. FUND SOURCE: 100% Special Funds Budgeted to MAA APPROPRIATION CODE: J06I0003 MD TAX CLEARANCE: 12-0785-0011 RESIDENT BUSINESS: Yes BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION 5 Sandra E Clifford (410) 385-4833 BPW – 05/23/2012 [email protected] DEPARTMENT OF TRANSPORTATION ACTION AGENDA CONSTRUCTION CONTRACT ITEM: 3-C MARYLAND PORT ADMINISTRATION CONTRACT ID: 511922 Pier 4 Approach Slab Reconstruction And Restroom - Fairfield Marine Terminal ADPICS NO.: P511922 CONTRACT DESCRIPTION: This contract is for paving reconstruction and new restroom facilities at Pier 4, Fairfield Marine Terminal. AWARD: Cianbro Corporation Pittsfield, Maine (Local office: Baltimore, MD) AMOUNT: $2,421,142 TERM: 120 Work Days from Notice to Proceed PROCUREMENT METHOD: Competitive Sealed Bidding BIDS: Cianbro Corp. $2,421,142 Pittsfield, ME (Local office: Baltimore, MD) Marine Technologies, Inc. $2,495,687 Baltimore, MD McLean Contracting Co. $2,686,000 Glen Burnie, MD Corman Marine Construction Inc. $2,765,931 Annapolis Junction, MD Joseph B Fay Co. $3,070,618 Baltimore, MD Flippo Construction Co. Inc. $3,674,767 Forestville, MD 6 ITEM: 3-C (Continued) BPW – 05/23/12 MBE PARTICIPATION: 21% PERFORMANCE SECURITY: Performance and Payment Bond at 100% of the Contract Amount REMARKS: The Engineer’s Estimate for this contract was $2,275,405. This Solicitation was advertised in eMaryland Marketplace. Six (6) responsive and responsible bids were received. The work under this contract is to furnish all labor, equipment and materials necessary for demolition and removal of existing paving, wharf deck, heavy timber framing, concrete walls and earth fill and appurtenances, driving new steel piles, cathodic protection system, dynamic pile testing, and construction of new concrete deck with steel support beams. The existing restroom facility and holding tanks are to be removed and disposed of, and a new restroom facility furnished and constructed. Also included are maintenance of traffic, relocation of existing water and electric lines, temporary sanitary facilities, repair of asphalt paving, and all related work. The MBE goal established for this contract was 16%; however the contractor is exceeding this goal by 4.7%. FUND SOURCE: 100% Special Funds Budgeted to MPA APPROPRIATION CODE: J03D0002 RESIDENT BUSINESS: Yes MD TAX CLEARANCE: 12-0711-1110 ________________________________________________________________________ BOARD OF PUBLIC WORKS ACTION– THE ABOVE-REFERENCED ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION 7 Norie A. Calvert 410-545-0433 BPW -- 05/23/12 [email protected] DEPARTMENT OF TRANSPORTATION ACTION AGENDA ARCHITECTURAL/ENGINEERING SERVICES ITEM: 4-AE STATE HIGHWAY ADMINISTRATION CONTRACT ID: BCS 2008-14 A & B Aerial & Underground Utility Relocation Design Services, Statewide ADPICS NO.: SBCS0814A & SBCS0814B CONTRACT DESCRIPTION: These are two (2) of three (3) open-end task order contracts for Aerial & Underground Utility Relocation Design Services, Statewide. PROCUREMENT METHOD: Maryland Architectural and Engineering Services Act; recommendation approved by the Transportation Professional Services Selection Board on May 3, 2012. AWARD: KCI Technologies, Inc. Contract A Sparks, Maryland The Wilson T. Ballard Company, Inc. Contract B Owings Mills, Maryland AMOUNT: $3,000,000 each TERM: Five (5) Years (ending May 1, 2017) DBE PARTICIPATION: 25% PROPOSALS: Technical Proposal Technical NTE Rating (Max 800) Ranking Price KCI Technologies, Inc. 515 1 $3,000,000 Sparks, MD (Contract A) The Wilson T. Ballard Company, Inc. 512 2 $3,000,000 Baltimore, MD (Contract B) Wallace Montgomery, LLP / KCW, Inc. 473 3 Contract C Towson, MD Rummel, Klepper & Kahl, LLP 437 4 N/A Baltimore, MD 8 ITEM: 4-AE (Continued) BPW -- 05/23/12 Technical Proposal Technical NTE Rating (Max 800) Ranking Price AB Consultants, Inc./ PHRA, Inc. 423 5 N/A Lanham, MD A.Morton Thomas & Associates, Inc./ Century Engineering, Inc. 405 6 N/A Rockville, MD Dewberry & Davis, Inc. Whitney, Bailey, Cox & Magnani, LLC 393 7 N/A Baltimore, MD URS Corporation 389 8 N/A Hunt Valley, MD Johnson, Mirmiran & Thompson, Inc. 385 9 N/A Sparks,MD Michael Baker, Jr, Inc. 355 10 N/A Linthicum, MD REMARKS: This Solicitation was advertised in The Daily Record, eMaryland Market Place and SHA web page. The Consultants shall perform Aerial & Underground Utility Relocation Design Services to supplement the State Highway Administration’s Office of Highway Development staff. Assignments may include but not be limited to the necessary tasks required to identify and provide relocation design of all underground and above ground existing and proposed utilities within project areas; which may include researching utility records, designating files, test pit files and investigating existing utility facilities in the field. The consultants may also be required to act as design agents for any utility company whose facilities may be impacted by State Highway Administration projects all in connection with the project. This contract includes a provision authorizing an extension for up to one-third of the original contract term as provided in Revised Board Advisory 1995-1. FUND SOURCE: Federal and Special Funds Budgeted to SHA APPROPRIATION CODE: B0101 MD TAX CLEARANCE: KCI Technologies, Inc. 12-0574-1110 The Wilson T. Ballard Company 12-0824-0111 RESIDENT BUSINESSES: Yes _____ BOARD OF PUBLIC WORKS ACTION - THE ABOVE REFERENCED ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION 9 Sandra E. Clifford – 410-385-4833 BPW – 05/23/12 [email protected] DEPARTMENT OF TRANSPORTATION ACTION AGENDA CONTRACT MODIFICATION: (Architectural Engineering Services) ITEM: 5-AE-MOD MARYLAND PORT ADMINISTRATION CONTRACT ID: 507802 Open-Ended Contract for Dredging Consulting Services to Support State of Maryland’s Dredged Material Management Program ADPICS NO.: CO283680 ORIGINAL CONTRACT APPROVED: Item 1-AE, DOT Agenda 11/28/07 ORIGINAL PROCUREMENT METHOD: Maryland Architectural and Engineering Services Act CONTRACTOR: Gahagan & Bryant Associates, Inc. Baltimore, MD MODIFICATION: Modification No. 2 provides for a six-month extension to the contract, from January 1, 2013 to June 30, 2013. AMOUNT: $ 0 ORIGINAL CONTRACT AMOUNT: $5,500,000 REVISED CONTRACT AMOUNT: $5,500,000 PERCENTAGE INCREASE: 0% TERM: 1/07/08 – 1/06/11 (Original) 1/07/11 – 12/31/12 (Modification No. 1) 1/1/13 – 6/30/13 (Modification No. 2) MBE PARTICIPATION: 20% (MBE Compliance 14%) REMARKS: This six-month extension will enable the Maryland Port Administration (MPA) to further utilize services of Gahagan & Bryant Associates, Inc. to assist MPA with engineering design for the new dredged material placement options.

Description:
May 23, 2012 Tunnel and Stairwell B in the Hourly Garage at BWI Marshall. appurtenances, driving new steel piles, cathodic protection system, dynamic . Mid-Chesapeake Bay Island Design, and the Feasibility Study of the Sparrows
See more

The list of books you might like

Most books are stored in the elastic cloud where traffic is expensive. For this reason, we have a limit on daily download.