DEPARTMENT OF GENERAL SERVICES

Items to be presented to the Board of Public Works

July 24, 2019

Pages

Construction 1

Construction Modification 2 thru 5

Energy Performance Modification 6 and 7

Architecture and Engineering Option 8 and 9

Maintenance 10 thru 15

Maintenance Option 16 and 17

Maintenance Modification 18 and 19

General Miscellaneous 20 and 21

Real Property 22 thru 35

Leases 36 thru 50

Capital Grants and Loans 51 thru 77 DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 1

Contact: Lauren Buckler 410.767.3174 lauren.buckler@.gov

1-C. CONSTRUCTION Department Of General Services

Contract ID: Upgrade Elevators - State Office Project No. BB-523-190-001, ADPICS No. 001B0600040

Contract Description: Modernization of six building elevator systems and one freight elevator (traction and hydraulic) at the Baltimore State Office – 301 West Preston Street in Baltimore.

Procurement Method: Competitive Sealed Bidding

Bids Amount Chilmar Corporation, Baltimore, MD $3,819,396 Nichols Contracting, Sandy Spring, MD $4,386,595 Banneker Ventures, LLC, Silver Spring, MD $5,383.476

Award: Chilmar Corporation

Term: 574 calendar days

Amount: $3,819,396

MBE Participation: 15% - Applies to base bid - $3,734,396.00

Remarks: A notice of availability of an Invitation for Bids (IFB) was posted on the DGS Web Site and eMaryland Marketplace.com on April 25, 2019. Approximately 162 potential vendors were notified of this solicitation electronically. Three bids were received and opened on June 4, 2019. Chilmar Corporation has been found responsible, its bid responsive and has confirmed its bid.

Fund Source: MCCBL 2018 Item 106

Resident Business: Yes MD Tax Clearance: 19-1779-1111

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 2

Contact: Lauren Buckler 410.767.3174 [email protected]

2-C-MOD. CONSTRUCTION CONTRACT MODIFICATION Department of General Services

Contract ID: Catonsville District Court Project No: BC-230-080-001, ADPICS No. 001B7400207/COI26852

Original Contract Approved: 12/7/16, DGS Item 1-C

Contractor: Costello Construction of MD, Inc., Columbia, MD

Contract Description: Contract for the construction of a new Catonsville District Court, a five story Court House at 6851 Johnnycake Road, Catonsville, MD., 21228. The overall 128,000 gross square foot building is located on Parcel “D” of the Rolling Crossroads Business Park.

Original Procurement Method: Competitive Sealed Bidding

Modification Description: Increase the gage of exterior stud framing from 16 gage to 10 and 12 gage due to the structural loads imposed on the framing.

Original Contract Term: 730 Calendar Days

Modification Term: 0 Calendar Days

Original Contract Amount: $ 54,485,000.00

Modification Amount: $ 289,275.00

Prior Modifications/Options: $ 1,918,395.83

Revised Total Contract Amount: $ 56,692,670.83

Percent +/- (This Modification): 0.53%

Overall Percent +/-: 4.05%

MBE Participation: 35% Full Split (7% African-American & 4% Asian- American)

MBE Compliance: 20%

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 3

2-C-MOD. CONSTRUCTION CONTRACT MODIFICATION (cont’d)

Remarks: Upon completion and submission of the exterior framing submittal, it was determined that the thickness of studs required based on the structural loads and the spans would be 10 and 12 gage.

Fund Source: MCCBL 2018 Item 110

Resident Business: Yes

MD Tax Clearance: 19-2071-1111

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 4

Contact: Lauren Buckler 410.767.3174 [email protected]

3-C-MOD. CONSTRUCTION CONTRACT MODIFICATION Department of General Services

Contract ID: Cheltenham Youth Facility - Design/Construct New Youth Detention Center Project No. DC-455-090-001, ADPICS No.001B4400536/COI27383

Original Contract Approved: 05/23/12, DGS Item: 1-C

Contractor: Turner Construction Company, Washington, DC

Contract Description: Construction Management (CM) at Risk Services for the new Youth Detention Center in Cheltenham, MD. The CM firm will provide professional management and construction services during both pre-construction and construction phases.

Original Procurement Method: Competitive Sealed Bidding

Modification Description: Credit related to Contract Contingency Fund per the contract documents.

Original Contract Term: 730 Calendar Days

Modification Term: 0 Calendar Days

Original Contract Amount: $ 46,785,052.00

Modification Amount: < $ 256,083.00>

Prior Modifications/Options: $ 2,738,407.60

Revised Total Contract Amount: $ 49,267,376.60

Percent +/- (This Modification): -0.55%

Overall Percent +/-: 5.31%

MBE Participation: 35%

MBE Compliance: 34.1%

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 5

3-C-MOD. CONSTRUCTION CONTRACT MODIFICATION (cont’d)

Remarks: The contract included a Contractor's Contingency Fund in the amount of $419,267.00. At the conclusion of this project there was $341,444.00 remaining. Per the contract 25% ($85,361.00) reverts to the contractor and 75% ($256,083.00) reverts to the State.

Fund Source: MCCBL 2015 Item 116

Resident Business: No

MD Tax Clearance: 19-2072-1111

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 6

Contact: Lauren Buckler 410.767.3174 [email protected]

4-EP-MOD. ENERGY PERFORMANCE CONTRACT MODIFICATION Department of Health

Contract ID: Holly Center and Clifton T. Perkins Hospital Facilities - Phase II- Comprehensive Energy Efficiency Project No.: EC-000-001-013, ADPICS No: 001B7400428/COI26391

Original Contract Approved: 05/10/2017, DGS Item 2-EP

Contractor: Johnson Controls, Inc., Sparks, Maryland

Contract Description: Phase-II of an energy performance contract with JCI to implement energy saving measures at Holly Center & Clifton T. Perkins Hospital Facilities based on the negotiated Phase-I generated by Johnson Controls, on 3/30/2017, and approved by Department of General Services Procurement Review Board (DPRB). Phase II requires the incumbent to furnish detailed engineering, construction, start-up, training, maintenance services, and a savings guarantee for the approved program.

Original Procurement Method: Competitive Sealed Bidding

Modification Description: MEA has approved State Agency Loan Program (SALP) Fund to finance DMH request to implement expanded scope of work prescribed by the existing Energy Performance Contract (EPC), and the loan would finance a number of energy conservation measures (ECM) which include: new DDC controls upgrade at Perkins Hospital for the Admin North Building and Admin Support Building, replacing 37 Fan Coil units.

Original Contract Amount: $ 9,502,140

Modification Amount: $ 500,000

Prior Modifications/Options: $ 264,877

Revised Total Contract Amount: $10,267,017

Percent +/- (This Modification): 5.26%

Overall Percent +/-: 8.05%

Remarks: Additionally the Contractor has requested a time extension of 150 Days to complete the work.

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 7

4-EP-MOD. ENERGY PERFORMANCE CONTRACT MODIFICATION (cont’d)

Fund Source: MEA State Agency Loan Program (SALP)

Resident Business: Yes

MD Tax Clearance: 19-2149-1111

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 8

Contact: Lauren Buckler 410.767.3174 [email protected]

5-AE-OPT. ARCHITECTURE AND ENGINEERING SERVICES OPTION Department of General Services

Contract ID: Professional Services Agreement to Provide Architectural and Engineering Services for Construction Scheduling and Claims Analysis for Multiple Construction Projects with Fees $300,000 or Less Project No. DGS-18-018-IQC, ADPICS No. 001B8400066/COI25365 I-Civil Inc. 001B8400065/COI25356 Connell & Laurence

Original Contract Approved: 07/26/2017 BPW, Item 4-AE

Contractors: I-Civil Inc., Sparks, MD (SB12-26795) O’Connell & Lawrence, Inc., Olney, MD (SB 11-3062)

Original Contract Description: Indefinite Quantity Contract Agreement to provide architectural and engineering services for construction scheduling and claims analysis to the Maryland Department of General Services on an as needed basis. The proposed agreement will be effective for two years with one two-year renewal option. The selected firms may be awarded more than one project. The aggregate fee for the total of projects awarded to any firm may not exceed $500,000.

Original Procurement Method: Maryland Architectural and Engineering Services Act

Option Description: Exercise renewal option

Original Contract Term: 8/18/2017 – 8/17/2019

Option Term: 8/18/19 – 8/17/2021

Original Contract Amount: $500,000 Est. per Firm 2 firms x $500,000 = $1,000,000

Option Amount: $500,000 Est. per Firm 2 firms x $500,000 = $1,000,000

Prior Modifications/Options: N/A

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 9

5-AE-OPT. ARCHITECTURE AND ENGINEERING SERVICES OPTION (cont’d)

Remarks: Individual projects awarded under this agreement may not exceed $300,000; however, the selected firms may be awarded more than one project. The aggregate fee for the total of projects awarded to any firm may not exceed $500,000. The fee for each project awarded under the proposed agreement shall be negotiated and the contract will be approved and executed by the State individually. Projects will normally be awarded on a rotating basis beginning with the number one ranked firm. Once the project award process has been initiated with a firm in the normal rotation, the next opportunity for project award will go to the next firm in the rotation.

The Department of General Services is satisfied with the performance of these contractors and has determined that it is in the best interest of the State to renew the contract under the same terms, conditions, and provisions.

Fund Source: Various accounts

Resident Business: Yes

MD Tax Clearance: 19-1142-0111 I-Civil Inc. 19-0793-1111 O’Connell & Lawrence, Inc.

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 10

Contact: Eric Lomboy 410.767.7522 [email protected]

6-M. MAINTENANCE CONTRACT Department of Human Services

Contract ID: Unarmed Uniformed Guard Service - Charles County Department of Social Services Project No. 001IT821022, ADPICS No. 001B0600032

Contract Description: Unarmed uniformed guard service at the Department of Social Services in Charles County.

Procurement Method: Competitive Sealed Bidding

Bids Amount Alexander Security Consultants, LLC, Brandywine, MD $388,642.17 AFSI, Gaithersburg, MD $397,352.55 Devine Professional Consulting Group, Silver Spring, MD $407,421.00 American Protection LLC, Suitland, MD $412,104.00 First Protect Security Inc., Gaithersburg, MD $444,885.00 Feba Security Services, Lanham, MD $480,054.33 Pro Security and Private Investigation, LLC, Suitland, MD $984,785.92

Award: Alexander Security Consultants, LLC

Term: 9/1/2019 – 8/31/2022

Amount: $229,607.49 Base Term $ 78,861.72 Option Year 1 $ 80,172.96 Option Year 2 $388,642.17 = Total including Option Years

MBE Participation: 0%

Performance Bond: N/A

Hiring Agreement Eligible: Yes

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 11

6-M. MAINTENANCE CONTRACT (cont’d)

Remarks: A notice of availability of an Invitation for Bids (IFB) was posted on the DGS Web Site and eMaryland Marketplace.com on April 30, 2019. Approximately 556 potential vendors were notified of this solicitation electronically. Ten bids were received and opened on May 22, 2019. Two bids were rejected because they did not meet the minimum qualifications. Another bid was rejected because they did not confirm their bid. Alexander Security Consultants, LLC has been found responsible, its bid responsive and has confirmed its bid.

Fund Source: N00 20 G0010 0819 70800 $16,822.89 N00 20 G3010 0819 70800 $25,296.08 N00 20 G4100 0819 70800 $3,738.42 N00 20 G5000 0819 70800 $8,722.98 N00 20 G6010 0819 70800 $7,476.84 N00 21 G0010 0819 70800 $20,647.22 N00 21 G3010 0819 70800 $31,353.19 N00 21 G4100 0819 70800 $4,588.27 N00 21 G5000 0819 70800 $10,705.97 N00 21 G6010 0819 70800 $9,176.54 N00 22 G0010 0819 70800 $20,963.12 N00 22 G3010 0819 70800 $31,832.89 N00 22 G4100 0819 70800 $4,658.47 N00 22 G5000 0819 70800 $10,869.77 N00 22 G6010 0819 70800 $9,316.94 N00 23 G0010 0819 70800 $3,628.23 N00 23 G3010 0819 70800 $5,509.54 N00 23 G4100 0819 70800 $806.27 N00 23 G5000 0819 70800 $1,881.31 N00 23 G6010 0819 70800 $1,612.55

Resident Business: Yes

MD Tax Clearance: 19-1933-1111

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 12

Contact: Eric Lomboy 410.767.7522 [email protected]

7-M. MAINTENANCE CONTRACT Department of General Services

Contract ID: Janitorial Service Project No. 001IT821015, ADPICS No. 001B0600030

Description: Janitorial service for the Edward F. Borgerding District Court/Multi-Service Center in Baltimore.

Procurement Method: Competitive Sealed Bids (Small Business Reserve)

Bids Amount Jasso Maintenance, LLC, Gaithersburg, MD $445,884.00 Hegens Management & Consulting Services, LLC, Washington, DC $485,806.93 ReadyClean Services Group, Inc., Baltimore, MD $493,126.80 Acclaim,USA, Inc., Upper Marlboro, MD $534,680.00 AFSI, Gaithersburg, MD $852,420.00 LDH Site Solutions, LLC, Capitol Heights, MD $1,058,045.40

Award Jasso Maintenance, LLC

Term: 01/01/2020 – 12/31/2022

Amount: $260,070.84 Base Term $ 90,834.48 Option year 1 $ 94,978.68 Option year 2 $445,884.00 = Total including Option Years

MBE Participation: 0%

Performance Bond: N/A

Hiring Agreement Eligible: Yes

DEPARTMENT OF GENERAL SERVICES ACTION AGENDA July 24, 2019 Page 13

7-M. MAINTENANCE CONTRACT (cont’d)

Remarks: A notice of availability of an Invitation for Bids (IFB) was posted on the DGS Web Site and eMaryland Marketplace.com on April 11, 2019 as a Small Business Reserve (SBR) only procurement. Approximately 1,106 potential vendors were notified of this solicitation electronically. Eight bids were received and opened on May 2, 2019. Two bids were rejected. One because they failed to submit any of the mandatory solicitation documents. The second bid was rejected because the bidder provided unsolicited discount prices. Jasso Maintenance, LLC has been found responsible, its bid responsive and has confirmed its bid.

Maryland Works notified DGS on 9/14/2018 they would not be pursuing the contract by a Community Service Provider.

Fund Source: H00 20 33541 0813 $43,795.14 H00 21 33541 0813 $86,690.28 H00 22 33541 0813 $86,690.28 H00 23 33541 0813 $42,895.14

Resident Business: