1

Suzette Moore - (410) 859-7792BPW – 06/09/10

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

CONTRACT MODIFICATION:

ITEM: 1-C-MOD

MARYLAND AVIATION ADMINISTRATION:

CONTRACT ID:MAA-CO-09-003

Erosion Repairs at BWIThurgoodMarshallAirport

ADPICS NO. CO257372

CONTRACT APPROVED:Item 1-C, DOT Agenda 04/15/09

ORIGINAL PROCUREMENT METHOD:Competitive Sealed Bidding

CONTRACTOR:Melvin Benhoff Sons, Inc.

Baltimore, MD

MODIFICATON:Modification No. 2 provides additional funds for emergency erosion repairs at two sites at BWI Marshall. In addition, this modification will extend the duration of the contract by 233 days, non-compensable.

AMOUNT:$81,169.93 (NTE)

ORIGINAL CONTRACT AMOUNT:$1,098,738.12

REVISED CONTRACT AMOUNT:$1,179,908.05

PERCENTAGE INCREASE:7% (MOD # 2)

REMARKS:The original contract included repair of erosion at nine sites. The additional funds will cover costs of added work, winter shutdown and work delay at site E-6 to protect an environmentally sensitive stream habitat.

FUND SOURCE:100% Special Funds Budgeted to MAA

APPROPRIATION CODE:J06I0003

RESIDENT BUSINESS:Yes

MD TAX CLEARANCE:10-4343-1111

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

APPROVEDDISAPPROVEDDEFERREDWITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

ATTACHMENT I
Amount / Term / BPW/DCAR
Date / Reason
Original Contract / $1,098,738.12 / 180 calendar days / 04/15/09 Item 1-C
Modification #1 / 12/7/09, DCAR / add 150 calendar days to contract expiration date
Modification #2 / $81,169.93 / 6/9/10 / extend contract duration by 233 days
Revised Amount / $1,179,908.05

Suzette Moore- (410) 859-7792 BPW - 06/09/10

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 2-M

MARYLAND AVIATION ADMINISTRATION:

CONTRACT ID:MAA-MC-11-001

Uninterrupted Power Supply (UPS) Systems

Inspection, Repair and Maintenance at BWI

Marshall / MartinStateAirports

ADPICS NO. MAAMC11001

CONTRACT DESCRIPTION:This contract provides a preventive maintenance and emergency

repair program for twenty-six (26) UPS units at Baltimore/Washington International Thurgood Marshall

Airport (BWI) and Martin State Airports (MTN). The work includes monthly service of battery

maintenance, semi-annual service of temperature checks on all breakers, connections and system

components.

AWARD:Ward Boland Associates, Inc. Owings Mills, MD

TERM OF CONTRACT:Three (3) Years (August 1, 2010-July 31, 2013),

with one (1) two (2) year renewal option

AMOUNT:$690,463.45

PROCUREMENT METHOD:Competitive Sealed Bidding

(One Bid Received)

MBE PARTICPATION:0% (no subcontractable opportunities)

PERFORMANCE SECURITY:Performance and Payment Bonds at 100% of

Contract Amount Exists

REMARKS:This Solicitation was advertised on eMarylandMarketplace and the MAA Website. Five

(5) sets of specifications were sold, one (1) bid was received. MAA contacted other bidders to inquire

about reasons for not bidding. Reasons for not bidding were; unable to meet experience requirements

and unable to meet bonding requirements. The MAA has determined that other potential bidders had

reasonable opportunity to respond.

In accordance with COMAR 21.05.02.20 and 21.05.05.03 negotiations were held with the single bidder,

resulting in a six percent (6%) price reduction. MAA recommends award of this contract in accordance

with COMAR 21.05.05. There are no MDOT Certified MBE Firms to perform subcontracting work.

ITEM: 2-M (Continued)BPW- 06/09/10

FUND SOURCE:100% Special Funds budgeted to MAA

APPROPRIATION CODE:JO610003

RESIDENT BUSINESS:Yes

MD TAX CLEARANCE:10-4194-1111

______

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

APPROVEDDISAPPROVEDDEFERREDWITHDRAWN

WITH DISCUSSIONWITHOUT DISCUSSION

Robert P. Gay 410-545-0433 BPW -- 06/09/10

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM:3-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: AX9446114

Structural Repairs on Bridges – Statewide

ADPICS NO. AX9446114

CONTRACT DESCRIPTION:This Contract consists of providing all materials, labor and equipment to perform structural repairs on SHA Bridges, Statewide.

AWARD:Concrete General, Inc.

Gaithersburg, MD

AMOUNT:$8,618,702.00 NTE

TERM OF CONTRACT: June 21, 2010 throughJune 30, 2012

PROCUREMENT METHOD:Competitive Sealed Bidding

BIDS:

Concrete General, Inc. $8,618,702.00

Gaithersburg, MD

PDI-Sheetz Construction Corp.$8,680,314.20

Linthicum, MD

A & M Concrete Corp.$8,920,520.00

Dulles, VA

Brawner Builders, Inc.$8,978,092.50

Hunt Valley, MD

Marine Technologies, Inc.$9,858,370.00

Baltimore, MD

The Marksmen Co. $10,058,319.20

A Division of M.D. Miller Co.

MBE PARTICIPATION: 5%

PERFORMANCE SECURITY:Payment and Performance Bonds for 100% of the award amount exist for this contract

ITEM: 3-M (Continued)BPW – 06/09/10

REMARKS:The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page. Two-hundred seventy one (271) contractors were notified for this project on eMaryland Marketplace; Forty nine (49) of which were MDOT Certified MBE’s.

All bids are a result of Contractor submitted unit prices or labor rates extended by SHA estimated quantities.

This contract includes a provision authorizing an extension for a reasonable, limited and defined time to spend funds remaining oncontractasprovided in Board Advisory 1995-1.

FUND SOURCE:100% Special Funds Budgeted to SHA

APPROPRIATION CODE:J02B0102

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-4302-1111

______

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

APPROVEDDISAPPROVEDDEFERREDWITHDRAWN

WITH DISCUSSIONWITHOUT DISCUSSION

Robert P. Gay 410-545-0433 BPW - 06/09/10

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM:4-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: 4772161412

Install, Repair or Replace Traffic Barrier at Various Locations in WashingtonCounty

ADPICS NO. 4772161412

CONTRACT DESCRIPTION:This Contract is for on-call services for installing, repairing and / or replacing damaged traffic barrier (guardrail) at various locations in WashingtonCounty.

AWARD:Penn Line Service

Scottdale, PA

AMOUNT:$596,191.00 NTE

TERM OF CONTRACT: June 21, 2010 through December 31, 2012

PROCUREMENT METHOD:Competitive Sealed Bidding

BIDS:

Penn Line Service, Inc.$596,191.00

Scottdale, PA

Green Acres Contracting Co.$616,669.00

Scottdale, PA

L. S. Lee, Inc. $668,000.00

York, PA

MBE PARTICIPATION: 0% (single element of work)

PERFORMANCE SECURITY:Payment and Performance Bonds for 100% of the award amount exist for this contract

REMARKS:The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page. Two-hundred thirteen (213) contractors were notified for this project on eMaryland Marketplace; Thirty two (32) of which were MDOT certified MBE’s.

All bids are a result of Contractor submitted unit prices or labor rates extended by SHA estimated quantities.

ITEM: 4-M (Continued)BPW – 06/09/10

This contract includes a provision authorizing an extension for a reasonable, limited and defined time to spend funds remaining oncontractasprovided in Board Advisory 1995-1.

FUND SOURCE:100% Special Funds Budgeted to SHA

APPROPRIATION CODE:J02B0102

RESIDENT BUSINESS: No

MD TAX CLEARANCE: 10-4313-1111

______

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

APPROVEDDISAPPROVEDDEFERREDWITHDRAWN

WITH DISCUSSIONWITHOUT DISCUSSION

Robert P. Gay 410-545-0433 BPW - 06/09/10

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM:5-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: 4921371412

Retracing of Existing Waterborne and Thermoplastic Roadway Lines at Various Locations in HowardCounty

ADPICS NO. 4921371412

CONTRACT DESCRIPTION:This Contract consists of retracing of existing waterborne and thermoplastic roadway lines at various locations in HowardCounty.

AWARD:Interstate Road Management Corp.

Hazelton, PA

AMOUNT:$777,150.00 NTE

TERM OF CONTRACT: June 21, 2010 through June 30, 2012

PROCUREMENT METHOD:Competitive Sealed Bidding

BIDS:

Interstate Road Management Corp.$777,150.00

Hazelton, PA

Traffic Lines, Inc.$803,500.00

Farmingdale, NJ

Alpha Space Control Co., Inc.$895,250.00

Fayetteville, PA

Denville Line Painting, Inc.$959,625.00

Rockaway, NJ

Priceless Industries, Inc.$969,210.00

Baltimore, MD

MBE PARTICIPATION: 0% (single element of work)

PERFORMANCE SECURITY:Payment and Performance Bonds for 100% of the award amount exist for this contract

ITEM: 5-M (Continued)BPW – 06/09/10

REMARKS:The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page. Twenty four (24) contractors were notified for this project on eMaryland Marketplace; Three (3) of which were MDOT certified MBE’s.

All bids are a result of Contractor submitted unit prices or labor rates extended by SHA estimated quantities.

This contract includes a provision authorizing an extension for a reasonable, limited and defined time to spend funds remaining oncontractasprovided in Board Advisory 1995-1.

FUND SOURCE:100% Special Funds Budgeted to SHA

APPROPRIATION CODE:J02B0102

RESIDENT BUSINESS: No

MD TAX CLEARANCE: 10-4314-0001

______

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

APPROVEDDISAPPROVEDDEFERREDWITHDRAWN

WITH DISCUSSIONWITHOUT DISCUSSION

Robert P. Gay 410-545-0433 BPW - 06/09/10

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM:6-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: 4922161412

Linestriping at Various Locations in WashingtonCounty

ADPICS NO. 4922161412

CONTRACT DESCRIPTION:This Contract consists of linestriping at various locations in WashingtonCounty.

AWARD:Denville Line Painting, Inc.

Rockaway, NJ

AMOUNT:$878,080.00 NTE

TERM OF CONTRACT: June 21, 2010 through December 31, 2012

PROCUREMENT METHOD:Competitive Sealed Bidding

BIDS:

Denville Line Painting, Inc. $878,080.00

Rockaway, NJ

Alpha Space Control Co., Inc.$891,002.80

Fayetteville, PA

Oglesby Construction, Inc.$1,017,710.00

Norwalk, OH

A-Annandale, Inc.$1,031,674.00

Dumfries, VA

Priceless Industries, Inc.$1,375,840.00

Baltimore, MD

MBE PARTICIPATION: 0% (single element of work)

PERFORMANCE SECURITY:Payment and Performance Bonds for 100% of the award amount exist for this Contract

ITEM: 6-M (Continued)BPW – 06/09/10

REMARKS:The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page. One-hundred twenty five (125) contractors were notified for this project on eMaryland Marketplace; Twenty six (26) of which were MDOT certified MBE’s.

All bids are a result of Contractor submitted unit prices or labor rates extended by SHA estimated quantities.

This contract includes a provision authorizing an extension for a reasonable, limited and defined time to spend funds remaining oncontractasprovided in Board Advisory 1995-1.

FUND SOURCE:100% Special Funds Budgeted to SHA

APPROPRIATION CODE:J02B0102

RESIDENT BUSINESS: No

MD TAX CLEARANCE: 10-4339-0001

______

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

APPROVEDDISAPPROVEDDEFERREDWITHDRAWN

WITH DISCUSSIONWITHOUT DISCUSSION

Robert P. Gay 410-545-0433 BPW -- 06/09/10

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM:7-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: 5280341412

Maintenance and Repair of Highway Street Lighting at Various Locations in BaltimoreCounty

ADPICS NO. 5280341412

CONTRACT DESCRIPTION:This Contract consists of the maintenance and repair of highway street lighting at various locations in BaltimoreCounty.

AWARD:Lighting Maintenance, Inc.

Rockville, MD

AMOUNT:$2,085,780.55 NTE

TERM OF CONTRACT: June 21, 2010 through December 31, 2012

PROCUREMENT METHOD:Competitive Sealed Bidding

BIDS:

Lighting Maintenance, Inc. $2,085,780.55

Rockville, MD

Midasco, LLC$2,326,540.00

Elkridge, MD

Rommel Engineering & Constr., Inc.$4,999,991.00

Fruitland, MD

MBE PARTICIPATION: 100%

PERFORMANCE SECURITY:Payment and Performance Bonds for 100% of the award amount exist for this contract

REMARKS:The Solicitation was advertised on eMaryland Marketplace and SHA's Internet

Web Page. One-hundred five (105) contractors were notified for this project on eMaryland

Marketplace; Thirteen (13) of which were MDOT certified MBE’s.

All bids are a result of Contractor submitted unit prices or labor rates extended by SHA estimated quantities.

ITEM: 7-M (Continued)BPW – 06/09/10

This contract includes a provision authorizing an extension for a reasonable, limited and defined time to spend funds remaining oncontractasprovided in Board Advisory 1995-1.

The MBE Goal established for this contract was 5%. The Prime contractor is a Certified Minority Business Enterprise therefore the MBE Participation is 100%.

This work involves the repair maintenance of lighting that was designed in accordance with AASHTO standards for roadway lighting. The illumination standards are established by the Illumination Engineering Society. For street lighting SHA uses full “luminaire cutoffs,” there is only a 3% spillover at 80% axis. These full cutoffs are usually less glaring to drivers, yet they distribute full intensity light to the ground. Highmast lighting is designed as straight “down lighting” and is used on major highways.

FUND SOURCE:100% Special Funds Budgeted to SHA

APPROPRIATION CODE:J02B0102

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-4485-1111

______

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

APPROVEDDISAPPROVEDDEFERREDWITHDRAWN

WITH DISCUSSIONWITHOUT DISCUSSION

Robert P. Gay 410-545-0433 BPW - 06/09/10

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM:8-M

STATE HIGHWAY ADMINISTRATION

CONTRACT ID: 5282161412

Maintenance and Repair of Highway Street Lighting at Various Locations in WashingtonCounty

ADPICS NO. 5282161412

CONTRACT DESCRIPTION:This Contract consists of the maintenance and repair of highway street lighting at various locations in WashingtonCounty.

AWARD:Sustainable Infrastructure, LLC

Baltimore, MD

AMOUNT:$216,251.00 NTE

TERM OF CONTRACT: June 21, 2010 through December 31, 2012

PROCUREMENT METHOD:Competitive Sealed Bidding

BIDS:

Sustainable Infrastructure, LLC$216,251.00

Baltimore, MD

Rommel Engineering & Constr., Inc.$487,431.35

Fruitland, MD

MBE PARTICIPATION: 0% (single element of work)

PERFORMANCE SECURITY:Payment and Performance Bonds for 100% of the award amount exist for this contract

REMARKS:The Solicitation was advertised on eMaryland Marketplace and SHA's Internet Web Page. One-hundred four (104) contractors were notified for this project on eMaryland Marketplace; Twelve (12) of which were MDOT certified MBE’s.

All bids are a result of Contractor submitted unit prices or labor rates extended by SHA estimated quantities.

100% of the work will be performed by a Certified Small Business Enterprise.

ITEM: 8-M (Continued)BPW – 06/09/10

This contract includes a provision authorizing an extension for a reasonable, limited and defined time to spend funds remaining oncontractasprovided in Board Advisory 1995-1.

This work involves the repair maintenance of lighting that was designed in accordance with AASHTO standards for roadway lighting. The illumination standards are established by the Illumination Engineering Society. For street lighting SHA uses full “luminaire cutoffs,” there is only a 3% spillover at 80% axis. These full cutoffs are usually less glaring to drivers, yet they distribute full intensity light to the ground. Highmast lighting is designed as straight “down lighting” and is used on major highways.

FUND SOURCE:100% Special Funds Budgeted to SHA

APPROPRIATION CODE:J02B0102

RESIDENT BUSINESS: Yes

MD TAX CLEARANCE: 10-4338-0000

______

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

APPROVEDDISAPPROVEDDEFERREDWITHDRAWN

WITH DISCUSSIONWITHOUT DISCUSSION

Suzette Moore – (410) 859-7792 BPW – 06/09/10

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 9-m-OPT

Maryland Aviation Administration

CONTRACT ID:MAA-MC-2006-006

Solid Waste Removal and Recycling Services at

BWI Thurgood Marshall and MartinStateAirports

ADPICS NO: CO257570

ORIGINAL CONTRACT APPROVED:Item 8-M, DOT Agenda 08/10/05

ORIGINAL PROCUREMENT METHOD:Competitive Sealed Bidding

CONTRACTOR:Allied Waste Services

Baltimore, MD

MODIFICATION:Exercise the renewal option for a period of two (2) years fromOctober 1, 2010

through September 30, 2012.

AMOUNT:$2,712,913.28

ORIGINAL CONTRACT AMOUNT:$3,890,523.14

REVISED CONTRACT AMOUNT:$6,603,436.42

PERCENTAGE INCREASE:69%

ORIGINAL TERM:10/01/05-09/30/08 (Original)

10/01/08-09/30/10 (Renewal No. 1)

10/01/10-09/30/12 (Renewal No. 2)

ORIGINAL MBE PARTICIPATION:0% (see remarks)

RENEWAL MBE PARTICIPATION:20% (see remarks)

REMARKS: The unit prices have not been increased for this renewal option and remain consistent with the pricing in the last year of the first renewal period.

Allied Wastecontinues to comply with the contract requirements and maintains an exceptionally high level of customer service. Allied Waste has assisted MAA to improveMAA’s recycling program, by providing information to tenants. The contractor has trained tenants and MAA Building MaintenanceDepartmentto use the equipment correctly.

ITEM:9-M-OPT (Continued)BPW – 06/09/10

The MBE Goal on the original contract was 0%; however Allied has agreed to sub-contract out 20% of the work to an MDOT certified MBE.

FUND SOURCE:100% Special Funds Budgeted to MAA

APPROPRIATION CODE:JO6I0002

MD TAX CLEARANCE:10-4348-1110

RESIDENT BUSINESS:Yes

______

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

APPROVEDDISAPPROVEDDEFERREDWITHDRAWN

WITH DISCUSSIONWITHOUT DISCUSSION
ATTACHMENT I
Amount / Term / BPW/DCAR
Date / Reason
Original Contract / $3,890,523.14 / 10/01/05-09/30/08 / 08/10/05, 8-M
Renewal Option No. 1 / 10/01/08-09/30/10 / 07/16/08, 12-M-OPT / as provided in the contract
Renewal Option No. 2 / $2,712,913.28 / 10/01/10-09/30/12 / as provided in the contract
Revised Amount / $6,603,436.42

Suzette Moore – (410) 859-7792 BPW – 06/09/10

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

MAINTENANCE CONTRACT

ITEM: 10-m-OPT

Maryland Aviation Administration

CONTRACT ID:MAA-MC-07-014

Runway/Taxiway Regulators and Computer

Lighting System Repair and Maintenance at

BWIMarshallAirport

ADPICS NO: CO256851

ORIGINAL CONTRACT APPROVED:Item 6-M, DOT Agenda 09/12/07

ORIGINAL PROCUREMENT METHOD:Sole Source

CONTRACTOR:ADB Airfield Solutions

Columbus, OH

MODIFICATION:Exercise the finalrenewal option for a period of two (2) years fromOctober 1, 2010

through September 30, 2012.

AMOUNT:$356,800.00

ORIGINAL CONTRACT AMOUNT:$511,300.00

REVISED CONTRACT AMOUNT:$868,100.00

PERCENTAGE INCREASE:69%

ORIGINAL TERM:10/01/07-09/30/10 (Original)

10/01/10-09/30/12 (Renewal No. 1)

ORIGINAL MBE PARTICIPATION:0%

RENEWAL MBE PARTICIPATION:0%

REMARKS: This contract provides for factory trained technicians, equipment, parts and expertise to repair and maintain runway and taxiway regulator, and maintenance to the computerized airfield lighting control and monitoring system at BWI Marshall.

The unit prices have not been increased for this renewal option and remain consistent with the base period of the contract. The contractor has performed satisfactorily during the initial term of the contract.

ITEM:10-M-OPT (Continued)BPW – 06/09/10

FUND SOURCE:100% Special Funds Budgeted to MAA

APPROPRIATION CODE:JO6I0002

MD TAX CLEARANCE:XX-XXXX-XXXX

RESIDENT BUSINESS:Yes

______

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

APPROVEDDISAPPROVEDDEFERREDWITHDRAWN

WITH DISCUSSIONWITHOUT DISCUSSION
ATTACHMENT I
Amount / Term / BPW/DCAR
Date / Reason
Original Contract / $511,300.00 / 10/01/07-09/30/10 / 09/12/07 Item 6-M
Renewal Option No. 1 / $356,800.00 / 10/01/10-09/30/12 / 6/9/10 / As provided for in original contract
Revised Amount / $868,100.00

Christine Romans – 410-767-3796BPW—6/09/10

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

EQUIPMENT CONTRACT

ITEM: 11-E

MARYLAND TRANSIT ADMINISTRATION

CONTRACT ID:M5012645

Procurement of Transit Bus Video Cameras and Equipment

ADPICS NO.: M5012645

CONTRACT DESCRIPTION:Retro-active approval is requested toprovide for the delivery

of On Board Bus CCTV cameras and associated parts and equipment for theperiod of 10/29/09 to 10/28/10.

AWARDS:March Networks.

Atlanta, GA

TERM:One (1) year from Notice to Proceed

AMOUNT:$1,274,306.00

PROCUREMENT METHOD:Sole Source

DBE PARTICIPATION:0%

PERFORMANCE SECURITY:NA

REMARKS: This item was placed as a Purchase Order based on our understanding that this was a commodity procurement and as such, subject to the MTA’s commodity exemption as noted in 7-403 (a) of the Transportation Article, Annotated Code of Maryland which states that “purchases on behalf of the Administration (MTA) of rolling stock and other property peculiar to the operation of transit facilities or railroad facilities are not subject to the law governing procurement by the DGS, as well as COMAR 21.02.05.01 E (3) which states the exception and COMAR 21.02.01.04 B (8) which defines the authority of DGS. The need for this contract stems from MTA’s decision that the on board bus cameras were a commodity and could be placed under the DGS exemption. Further analysis indicated that while these items are commodities, the MTA requested BPW approval of a similar purchase in 2004 and the MTA should seek approval of this purchase.

FUND SOURCE:100% Special Funds Budgeted to MTA

APPROPRIATION CODE:JO5 H0105

RESIDENT BUSINESS:No

MD TAX CLEARANCE:10-4416-0000

______

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

APPROVEDDISAPPROVEDDEFERREDWITHDRAWN

WITH DISCUSSIONWITHOUT DISCUSSION

Suzette Moore - (410) 859-7792BPW – 06/09/10

DEPARTMENT OF TRANSPORTATION

ACTION AGENDA

SERVICE CONTRACT

ITEM:12-S

MARYLAND AVIATION ADMINISTRATION:

CONTRACT ID:MAA-MAP-P6010366

RAD Multiplexer Equipment at BWIMarshallAirport

ADPICS NO: MAP6010366

CONTRACT DESCRIPTION:This contract provides equipment to transport MAA Telecommunications voice, signaling, and supervision data from several different telecommunications access points around BWI Marshall including BWI Marshall’s 800 Mhz radio services between the on-site towers and is compatible with other RAD equipment on-site.