Baltimore County Council Agenda – WS March 13, 2018 | LS March 19, 2018

BALTIMORE COUNTY COUNCIL

NOTES TO THE AGENDA

LEGISLATIVE SESSION 2018

 

Issued:        March 8, 2018

Work Session:       March 13, 2018

Legislative Day No.   6  :     March 19, 2018

 

The accompanying notes are

compiled from unaudited

information provided by

the Administration and

other sources.

 

OFFICE OF THE COUNTY AUDITOR

 

BALTIMORE COUNTY COUNCIL

March 19, 2018

NOTES TO THE AGENDA

 

TABLE OF CONTENTS

PAGE

LEGISLATIVE SESSION

 

Witnesses………………………………………………………………… ii

 

BILLS – FINAL READING

 

Bill 9-18…………………………………………………………………….. 1

Bill 10-18…………………………………………………………………… 5

 

FISCAL MATTERS

 

FM-1…………………………………………………………………………. 6

FM-2…………………………………………………………………………. 8

FM-3……………………………………………………………………….. 13

FM-4……………………………………………………………………….. 17

FM-5……………………………………………………………………….. 21

FM-6……………………………………………………………………….. 25

FM-7……………………………………………………………………….. 28

FM-8………………………………………………………………………….. *

FM-9………………………………………………………………………….. *

FM-10……………………………………………………………………… 10

 

MISCELLANEOUS BUSINESS

 

MB-2 (Res. 23-18)…………………………………………………… 31

 

APPENDIX

 

Correspondence (1) (a)……………………………………………. 35

 

* Addendum

 

i

 

BALTIMORE COUNTY COUNCIL AGENDA

LEGISLATIVE SESSION 2018,  LEGISLATIVE DAY NO.  6

MARCH 19, 2018     6:00 P.M.

 

 

CEB = CURRENT EXPENSE BUDGET

BY REQ. = AT REQUEST OF COUNTY  EXECUTIVE

 

Page

 

CALL OF BILLS FOR FINAL READING AND VOTE

 

 

GAIL WATTS, DIRECTOR, DEPARTMENT OF CORRECTIONS

1             Bill 9-18 – Mr. Jones(By Req.) – CEB – 001-008-0801 Corrections

 

COUNCIL

5             Bill 10-18 – Councilmembers Kach, Almond, Quirk, Marks & Bevins – County Budget

 

 

APPROVAL OF FISCAL MATTERS/CONTRACTS

 

 

KYRLE PREIS, CHIEF, FIRE DEPARTMENT

6             1.  BAT#18-02 – Fire Department – BCFD

 

STEVE WALSH, DIRECTOR, DEPARTMENT OF PUBLIC WORKS

8             2.  Amendment to Contract – Ecoflo, Inc. – Contaminated gasoline recycling services – DPW

10             10. Contract – East Coast Management Group, Inc. – Snow removal and deicing services – DPW

 

                      DELLA LEISTER, DEPARTMENT OF HEALTH AND HUMAN SERVICES

13             3.  Contracts – (2) – Temporary dental hygienists and dental assistants – Dental clinics/School-based

Dental Sealant Program-HHS

17             4.  Contracts – (3) – Recovery housing services – HHS

 

JOANNE WILLIAMS, DIRECTOR, DEPARTMENT OF AGING

21             5.  Contract – 2 Hearts Assisted Living, LLC – Assisted living care services – AGING

25             6.  Contract – Patrice Milani Fitness Equipment, Inc. – Repair/maintenance various exercise equipment-AGING

 

KEITH DORSEY, DIRECTOR, OFFICE OF BUDGET AND FINANCE

28             7.  Amendments to Contracts – (2) – On-call tree trimming, removal and stump removal services-OBF

*              8.  Contract – Ruppert Landscape, Inc. – Maintenance (ball diamonds)/mowing services (athletic fields,

parks, etc.) – Inwood/Sparrows Pt. – OBF

*              9.  Contract – Classic Lawn and Landscape, Inc. – Athletic field mowing and maintenance – Double

Rock/Texas – OBF

 

 

MISCELLANEOUS BUSINESS

 

COUNCIL

35             1.  Correspondence – (a)(8) – Non-Competitive Awards (February 12, 2018)

31             2.  Res. 23-18 – Mr. Crandell – Approval of PUD – Country Club Estates

  1. Reappointment – Mr. Quirk – Baltimore County Board of Appeals – Maureen Murphy

 

 

* Addendum

 

 

 

ii

 

 

 

 

 

 

 

Gail Watts                                                                                                                          March 19, 2018

 

 

Bill 9-18 (Supplemental Appropriation)                                                  Council District(s) _All_

 

 

Mr. Jones (By Req.)

 

 

Department of Corrections

 

Corrections Program

 

 

The Administration is requesting a supplemental appropriation of Unassigned General Fund Balance (Surplus) funds totaling $3.5 million to the Department of Corrections – Corrections Program to fund unexpected overtime costs ($600,000) and higher-than-anticipated healthcare costs ($2.9 million) for the inmate population at the Baltimore County Detention Center.  See Exhibit A.

 

                                                                      Fiscal Summary

 

Funding

Source

  Supplemental Appropriation   Current

Appropriation

  Total

Appropriation

County (1)

$             3,500,000   $          37,689,216   $       41,189,216

State

     

Federal

   

Other

   

Total

$             3,500,000 $          37,689,216   $       41,189,216

(1)  Unassigned General Fund Balance (Surplus).

 

 

 

Analysis

 

This proposed bill appropriates $3.5 million from Surplus to the Corrections Program, increasing the FY 2018 Program budget from $37,689,216 to $41,189,216.  The Department advised that funds are needed to cover projected excess employee overtime costs ($600,000) and inmate healthcare contract costs ($2.9 million) during FY 2018.

 

Bill 9-18 (Supplemental Appropriation) (cont’d)                                                     March 19, 2018

 

The Department advised that due to a large number of Correctional Officer vacancies and required training classes for new employees, an additional $600,000 for overtime is required to maintain staffing levels for daily operations.  The Department’s FY 2018 adopted budget includes approximately $1.9 million for overtime.  The Department expects to expend approximately $3.3 million for overtime costs offset by approximately $820,000 of turnover savings.  The Department advised that it is working diligently to fill the vacant positions (16 vacancies as of February 28, 2018 of which 5 are in the hiring process).

 

On September 5, 2017, the Council approved an approximate 9-year and 6-month contract totaling an estimated $115.7 million ($33 million estimated for the initial 3-year term) with PrimeCare Medical, Inc. to provide comprehensive on-site medical, behavioral, and dental healthcare services for Detention Center inmates.  The contractor also provides certain off-site care (e.g., MRI’s) as well as medical supplies/pharmaceuticals.  The Department advised that estimated expenditures under this contract total $9.7 million for FY 2018.  The Department’s FY 2018 adopted budget includes $6.8 million for inmate medical care services; therefore, an additional $2.9 million is needed to fully fund estimated costs for the remainder of the fiscal year.

 

As of June 30, 2017, the County’s Unassigned General Fund Surplus (“Surplus”) totaled $106.0 million (excludes $3.3 million that was assigned as a source of funding for the FY 2018 budget).  In addition, the County maintains a separate Revenue Stabilization Reserve Account (“Rainy Day Fund”) which totaled $99.4 million as of June 30, 2017.  The expected Surplus balance and Rainy Day amounts together total $205.4 million.

 

This supplemental appropriation will affect ongoing spending subject to the Spending Affordability Committee’s FY 2018 guideline; following approval of this agenda item, the FY 2018 budget will be approximately $113,888 under the guideline.

 

On May 1, 2017, the Council approved a $500,000 supplemental appropriation from Surplus to the Department’s Corrections Program to fund additional salary expenses due to additional Correctional Officer post assignments and retirement/resignation leave payouts.

 

In addition, on June 5, 2017, the Council approved a $175,000 BAT from the Reserve for Contingencies Program to cover unanticipated overtime expenditures related to inmate hospital details that required additional staffing, as well as an increase in the number of officers assigned to the Central Acceptance Facility’s recycling detail and to the Mental Health Unit.

Bill 9-18 (Supplemental Appropriation) (cont’d)                                                     March 19, 2018

 

With the affirmative vote of five members of the County Council, Bill 9-18 will take effect April 2, 2018.

 

 

 

 

 

 

 

 

 

Council                                                           Fiscal Note                                               March 19, 2018

 

 

Bill 10-18                                                                                                          Council District(s) _All_

 

 

Councilmembers Kach, Almond, Quirk, Marks and Bevins

 

 

County Budget

 

 

Bill 10-18 requires the County Executive to hold at least two public meetings on the proposed annual budget.

 

The bill requires that, at least 30 days but no more than 90 days prior to the submission of the proposed budget to the County Council (April 15), the County Executive shall hold at least two public meetings to hear testimony and receive input from the public on the budget.  There may be forthcoming amendments to this bill.

 

Upon the affirmative vote of five members of the County Council, Bill 10-18 will take effect on April 2, 2018.

 

 

 

 

 

Chief Kyrle Preis                                        Fiscal Note                                             March 19, 2018

 

 

FM-1 (BAT 18-02) (Appropriation Transfer)                                          Council District(s)   All_

 

 

Fire Department

 

 

BAT 18-02 – Fire Department

 

 

The Administration is requesting approval of a General Fund budget appropriation transfer (BAT) totaling $2,920,000 from the Debt Service Program – Non-General Obligation Debt to the Fire Department – Field Operations Program.  The funds will cover higher-than-anticipated callback expenses ($1,825,000) due to unanticipated vacancies and to provide salary adjustments ($1,095,000) as a result of an arbitration award.

 

 

                                                                      Fiscal Summary

 

From
 
Program
  Current Appropriation   Transfer Amount

Adjusted

Appropriation

040-4005 Debt Service – Non-General Obligation Debt $         21,431,440 $    (2,920,000) $         18,511,440
To
016-1604 Fire Department – Field Operations $         82,258,295 $      2,920,000 $         85,178,295

 

 

Analysis

Source of Funds

The source of funding for the transfer is the Debt Service – Non-General Obligation Debt Program.

 

Specifically, the Office of Budget and Finance advised that $2,920,000 is available from the Debt Service – Non-General Obligation Debt Program due to a restructuring of the amortization  schedule  for the  Police,  Fire and  Widows Pension Plan that occurred in September 2017.

 


 

FM-1 (BAT-18-02) (Appropriation Transfer) (cont’d)                                              March 19, 2018

 

Use of Funds

The Department advised that funds will be used for its Field Operations Program as follows:

  • $1,825,000 for callback due to a delay in hiring a recruit class in the previous fiscal year and more retirements than were projected in the current fiscal year; and
  • $1,095,000 to facilitate salary payments to Emergency Medical Services personnel as a result of a Grade Separation Grievance Arbitration Award.

 

This BAT will not affect ongoing spending subject to the Spending Affordability Committee’s FY 2018 guideline.

 

On May 1, 2017, the Council approved a $2.7 million supplemental appropriation from Surplus to the Department’s Field Operations Program to fund additional salary ($2,250,000) and callback ($350,000) expenses due to unanticipated leave and less retirements than expected and to its Contributions Volunteer Fire Program to fund higher-than-anticipated attended status by the volunteers ($100,000).

 

County Charter, Section 712, provides that “[d]uring any fiscal year, the county council, upon the recommendation of the county executive on the advice of the county administrative officer, may make additional or supplementary appropriations from unexpended and unencumbered funds set aside for contingencies in the county budget…provided that the director of finance shall certify in writing that such funds are available for such appropriation.”

 

 

 

 

Steve Walsh                                                Fiscal Note                                             March 19, 2018

 

FM-2 (Contract Amendment)                                                                       Council District(s)  All_

 

 

Department of Public Works

 

Contaminated Gasoline Recycling Services

 

 

The Administration is requesting an amendment to a contract with ECOFLO, Inc. to continue to provide contaminated gasoline recycling services for the County.  The proposed amendment increases the maximum compensation by $70,000, from $25,000 to $95,000, for the entire 2-year term of the contract, including the renewal period.  The contract commenced June 1, 2017.

 

Fiscal Summary

 

Funding

Source

Contract Amendment

 

Current

Maximum Compensation

Amended

Maximum

Compensation

County (1)

$       70,000  $           25,000  $         95,000

State

Federal

Other

Total

$       70,000   $           25,000 $         95,000 (2)
 

(1)  General Fund Operating Budget.

(2)  Maximum compensation for the entire 2-year term, including the renewal period.

 

 

Analysis

Under the proposed amendment, the contractor will continue to provide contaminated gasoline recycling services on an as-needed basis.  The County provides above-ground tanks at the Eastern Sanitary Landfill (ESL) in White Marsh and the Central Acceptance Facility (CAF) in Cockeysville where residents can bring contaminated gasoline.  The County also maintains gas tanks at its maintenance facilities in Glen Arm and Randallstown.  Upon the County’s request, the contractor will collect, transport, test, and recycle the contaminated gasoline products from these locations.   The contractor must pick up the gasoline within 3 days of the  County’s request.   The

FM-2 (Contract Amendment) (cont’d)                                                                        March 19, 2018

 

County may add locations as needed.  Services will be billed at a cost of $2.75 per gallon of gasoline collected.

 

The County entered into the original contract on June 1, 2017 for a two-year term and not to exceed $25,000 in any contract year.  The contract did not require Council approval.  The proposed amendment increases the maximum compensation by $70,000, from $25,000 to $95,000, for the entire 2-year term of the contract, including the 1-year renewal period.   All other terms and conditions remain the same.

 

Prior to the commencement of the renewal period, the County may entertain a request for an escalation in the unit price in accordance with the Consumer Price Index – All Urban Consumers – Unites States Average – All Items (CPI-U), as published by the United States Department of Labor, Bureau of Labor Statistics at the time of the request, or up to a maximum 5% increase on the current pricing, whichever is lower.  The County may terminate the agreement by providing prior written notice.

 

The Department advised that the amendment is necessary due to the higher volume of gasoline recycling at the ESL and CAF.  The Department further advised that the effects of assuming the ESL and CAF operations from Maryland Environmental Service (July 1, 2017) was not known at the time the Request for Quotation was issued (April 14, 2017).  The Department also advised that the higher bid price (previous contract price was $1.23 per gallon) and the addition of the County’s maintenance facilities were not adequately included in the original contract cap.  As of February 26, 2018, expenditures/encumbrances under this contract totaled $24,755.  The Department advised that, based on current volume, the annual costs are estimated at $41,250 plus a 15% contingency.

 

The County awarded the contract through a competitive procurement process based on a Request for Quotation.  The Office of Budget and Finance, Purchasing Division advised that ECOFLO, Inc. was the only respondent.

 

County Charter, Section 715, requires that “any contract must be approved by the County Council before it is executed if the contract is…for services for a term in excess of two years or involving the expenditure of more than $25,000 per year….”

 

 

 

Steve Walsh                                                Fiscal Note                                             March 19, 2018

 

 

FM-10 (Contract)                                                                                            Council District(s)   All_

 

 

Department of Public Works

 

Snow Removal and Deicing Services

 

 

The Administration is requesting approval of a contract with East Coast Management Group, Inc. to provide on-call snow removal and salt application services.  The contract commenced December 15, 2017, continues through April 30, 2018, and may not exceed $25,000 unless approved by the Council.  If approved, the contract will automatically renew for nine additional years (November 1 through April 30 constitutes a snow season).  Compensation for this contract, together with all other contracts for these services, may not exceed the amount appropriated for snow removal and salt application services during the entire 9-year and 4½-month term, including the renewals.  The contract amount is not reasonably estimable at this time.

 

Fiscal Summary

 

Funding Source

Initial Term
 

Maximum Compensation

County (1)

*   *  

State

Federal

Other

Total

* (2) * (3)
 

(1)  General Fund Operating Budget.

(2)  The hourly rates for the contractor are $110, $140, and $145, depending on the type of equipment provided, with no specified maximum compensation.  The contract, together with all other contracts for these services, is limited in the aggregate to the amount appropriated for snow removal and salt application services.  The contract amount is not reasonably estimable at this time.

(3)  Maximum compensation, together with all other contracts for these services for the entire 9-year and 4½-month term, including renewals, may not exceed the amount appropriated for snow removal and salt application services each year.  The amounts are not reasonably estimable at this time.

 

 

FM-10 (Contract) (cont’d)                                                                                              March 19, 2018

 

Analysis

 

In accordance with the Department’s snow removal plan, responsibility for most Priority 1 routes (i.e., roads with traffic volumes of at least 10,000 vehicles per day) will be assigned to contractors, allowing the County to focus its efforts on subdivision streets more quickly.

 

The contract commenced December 15, 2017, continues through April 30, 2018, and may not exceed $25,000 unless approved by the Council.  If approved, the contract will automatically renew for nine additional years on the same terms and conditions, unless the County provides notice of non-renewal.  A snow season begins November 1 and ends April 30.  The contract does not establish a fixed dollar amount. Compensation paid to all contractors providing snow removal and salt application services may not exceed the amount appropriated during the entire 9-year and 4½-month term, including the renewals.  The Department advised that an estimated amount for the contract is undeterminable due to the unpredictable nature and timing of snow falls (i.e., density and depth of snow falls, number of snow falls occurring during the season).  The County may terminate the agreement by providing 30 days prior written notice.

 

The FY 2018 budget for the Storm Emergencies Program totals $9 million, including $1.1 million for contractual snow removal services.  As of March 2, 2018, the County’s financial system indicated that approximately $7.6 million has been expended under this program, including approximately $2.9 million for contractual services.  The Department advised that FY 2017 snow removal expenditures totaled approximately $5.8 million, including approximately $2.4 million for contractual services.

 

The contractor will provide four 1-ton pick-up trucks or four small single-axle dump trucks and two single-axle dump trucks (over 8 tons), all with a plow and spreader, as well as two skid loaders (for emergencies only) at hourly rates of $110, $145, and $140, respectively.  The contractor will be paid based on the actual hours the equipment is in service, including up to 2 hours for travel time (1 hour each to and from the County highway shop).  Additionally, the minimum work shift for any dispatched truck is 4 hours.  The County will provide all rock salt for spreading on road surfaces.  The Department advised that as of March 5, 2018, the contractor has incurred expenditures totaling $11,390.

 

The Office of Budget and Finance, Purchasing Division advised that the pricing and contract terms are based on similar contracts established by the State of Maryland.  However, hourly rates may be changed at the time of each  annual  renewal  based  on the  State rates in effect at that time.

FM-10 (Contract) (cont’d)                                                                                              March 19, 2018

 

The State contract includes an additional incentive payment to the contractor after the snow season ends in the amount of $500 per truck if the contractor was available and present for all snow events.  The County’s contracts also include this incentive payment.

 

In procuring these services, the Department requested and received a waiver of a sealed bid process from the Administrative Officer due to the competition with surrounding jurisdictions.  Accordingly, the contractor was selected on a non-competitive basis.

 

For the 2017/2018 snow season, the Department advised that approximately 260 pieces of snow removal equipment (e.g., trucks, loaders, backhoes, and graders) are available from its Bureau of Highways and Equipment Maintenance and Bureau of Utilities, the Department of Recreation and Parks, the Department of Education, and the Office of Budget and Finance – Property Management Division.  The County currently has contracts with 53 contractors, excluding this contractor, which provide an estimated 319 pieces of equipment.

 

County Charter, Section 715, requires that “any contract must be approved by the County Council before it is executed if the contract is…for services for a term in excess of two years or involving the expenditure of more than $25,000 per year….”

 

 

 

 

Della Leister                                                Fiscal Note                                             March 19, 2018

 

 

FM-3 (2 Contracts)                                                                                    Council District(s)    All  _

 

 

Department of Health and Human Services

 

Temporary Dental Hygienists and Dental Assistants – Dental Clinics/School-Based Dental Sealant Program

 

 

The Administration is requesting approval of two contracts to provide temporary dental staffing for the Department’s dental clinics and School-Based Dental Sealant Program.  The two contractors are All Pro Placement Service, Inc. and Top Executive Services, LLC.  Each contract commenced December 1, 2017, continues through March 31, 2018, and may not exceed $25,000 unless approved by the Council.  If approved, the contracts will continue through November 30, 2018 and will automatically renew for four additional 1-year periods with the option to further extend the initial term or any renewal term an additional 90 days.  The contracts do not specify a maximum compensation for the initial 1-year term.  Compensation for both contractors combined may not exceed $172,000 for the entire 5-year and 3-month term, including the renewal and extension periods.  See Exhibit A.

 

                                                                      Fiscal Summary

 

Funding Source

Combined

Maximum Compensation

Notes

County (1)

  $             51,000 (1) General Fund Operating Budget.

(2) First Financial Federal Credit Union of Maryland Grant and Baltimore County Public Schools funds.

(3) Maximum compensation for both contractors combined for the entire 5-year and 3-month term, including the renewal and extension periods. The contracts do not specify a maximum compensation for the initial 1-year term.

State

Federal

Other (2)

121,000

Total

$           172,000 (3)

 

Analysis

The contractors will provide temporary dental assistants and dental hygienists to assist with the Baltimore  County  Department  of  Health’s  dental  clinics  and  School-Based  Dental  Sealant

FM-3 (2 Contracts) (cont’d)                                                                                           March 19, 2018

 

Program.  The Department’s dental clinics are located at the Eastern Family Resource Center and the Liberty Family Resource Center and provide dental services to Baltimore County residents, including children up to age 20, pregnant women, and senior citizens ages 60 and older, who are uninsured or have medical assistance.  Each center is staffed with a full-time dentist, dental assistant, and dental hygienist.  A third dentist and dental assistant split time between the two centers.  The contractors will provide dental assistants and dental hygienists during staff vacancies.

 

The School-Based Dental Sealant Program provides preventive dental services, including dental screenings and dental sealant placement, to prevent tooth decay in second and third graders in select Title I County elementary schools; the schools are recommended by the Baltimore County Public Schools’ Director of Health Services.  This program has three provider teams consisting of one dental clinician and one dental assistant.  One team uses a full-time dentist and dental assistant and the other two teams use one full-time dental hygienist and one temporary dental assistant.  The Program uses temporary dental assistants to assist the full-time dentist or hygienist.

 

Hourly rates are $55.87 and $46.00 for a temporary dental hygienist and $30.20 and $28.00 for a temporary dental assistant for All Pro Placement Services, Inc. and Top Executive Services, LLC, respectively.  The County does not guarantee a minimum amount of work to either contractor; the assignment of work is at the County’s sole discretion.  The Department advised that it provided dental screenings to 1,469 students and placed dental sealants on 1,000 students during FY 2017 and expects to provide dental screenings to 1,700 students and to place dental sealants on 1,200 students during FY 2018.  The Department further advised that it expects 2,509 and 2,600 dental visits at its two dental clinics during FY 2017 and FY 2018, respectively.

 

Each contract commenced December 1, 2017, continues through March 31, 2018, and may not exceed $25,000 unless approved by the Council.  If approved, the contracts will continue through November 30, 2018 and will automatically renew for four additional 1-year periods with the option to further extend the initial term or any renewal term an additional 90 days on the same terms and conditions, unless the County provides notice of non-renewal.  The contracts do not specify a maximum compensation for the initial 1-year term.  Compensation for both contractors combined may not exceed $172,000 for the entire 5-year and 3-month term, including the renewal and extension periods.

 

FM-3 (2 Contracts) (cont’d)                                                                                           March 19, 2018

 

Prior to the commencement of each renewal period, the County may entertain a request for an escalation in accordance with minimum wage adjustments that are mandated by State and Federal law.  The County may terminate the agreements by providing 30 days prior written notice.

 

The County awarded the contracts through a competitive procurement process from three bids received.  The Department advised that the third bid was deemed non-responsive as the contractor did not have the required minimum years of experience.

 

On January 22, 2013, the Council approved a 5-year contract not to exceed $125,155 with All-Pro Placement Services, Inc. to provide temporary dental staffing for the School-Based Dental Sealant Program.  As of February 28, 2018, the County’s financial system indicated that $124,864 had been expended/encumbered under the contract.

 

County Charter, Section 715, requires that “any contract must be approved by the County Council before it is executed if the contract is…for services for a term in excess of two years or involving the expenditure of more than $25,000 per year….”

 

 

 

 

Della Leister                                                Fiscal Note                                             March 19, 2018

 

 

FM-4 (3 Contracts)                                                                                        Council District(s)   All_

 

 

Department of Health and Human Services

 

Recovery Housing Services

 

 

The Administration is requesting approval of three contracts to provide recovery housing services for County residents ages 18 and older who are in recovery from a substance use disorder or a co-occurring disorder.  The three contractors are Another Chance Recovery Services, Inc.; Misha House, LLC; and One Promise Transitional Housing, LLC.  The contracts commenced December 19, 2017, continue through April 30, 2018, and may not exceed $25,000 unless approved by the Council.  If approved, the contracts will continue through June 30, 2018 and will automatically renew for two additional 1-year periods with the option to further extend the initial term or any renewal term an additional 120 days.  The contracts do not specify a maximum compensation for the initial approximate 6-month term or for the entire approximate 2-year and 10-month term, including the renewal and extension periods.  Compensation to the three contractors, combined with all other contractors providing these services, is limited to the amount of grant funds appropriated for these services in any fiscal year.  Estimated compensation for all contractors providing these services totals $176,225 for FY 2018 and $528,675 for the approximate 2-year and 10-month term, including the renewal and extension periods.   See Exhibit A.

 

Fiscal Summary

 

Funding

Source

FY 2018

 

Combined

Total Compensation

County

State (1)

$       176,225 $           528,675

Federal

Other

Total

$       176,225 (2) $           528,675 (3)
 

(1) Maryland Department of Health, Behavioral Health Administration.

(2) Estimated compensation for all contractors providing these services for FY 2018.

(3) Estimated compensation for all contractors providing these services for the approximate 2-year and 10-month term, including the renewal and extension periods, assuming the FY 2018 estimated cost for each renewal period.  Compensation for all contractors is limited to the amount of grant funds appropriated for these services in any fiscal year.

 

FM-4 (3 Contracts) (cont’d)                                                                                           March 19, 2018

 

Analysis

 

The contractors will provide recovery housing services for County residents ages 18 and older who are in recovery from a substance use disorder or a co-occurring disorder (e.g., mental illness) and do not have the financial means to pay for these services (insurance does not cover these services).  The three contractors are Another Chance Recovery Services, Inc.; Misha House, LLC; and One Promise Transitional Housing, LLC.  Another Chance Recovery Services, Inc. will provide services at its facility, which is located at 6305 Belair Road; Misha House, LLC and One Promise Transitional Housing, LLC will provide services at various housing locations.  The Department advised that all facilities provide separate accommodations for men and women.

 

The three contractors will provide in-house Level II (monitored) services, which include peer-run groups, drug screenings, house meetings, and involvement in self-help and/or treatment services.  Another Chance Recovery Services, Inc. will provide services at a per diem rate of $25; Misha House, LLC and One Promise Transitional Housing, LLC will provide services at a per diem rate of $20.

 

The Department’s Bureau of Behavioral Health (BBH) will refer clients for these services and will serve as the “gatekeeper” for the individual admissions into its recovery housing program.  Individuals will be referred only after the BBH reviews a person’s application and determines that the individual is an appropriate candidate for this service and the level of service required.  Individuals may be funded for recovery housing up to a maximum of 90 days, dependent upon the length of time an individual needs to 1) secure either employment or entitlement benefits that will cover the cost of residing in the recovery house or 2) secure another stable living arrangement that is supportive of recovery.  The Department advised that these three contracts, in addition to its current contracts, will allow flexibility and availability to clients.  The Department estimates 31 clients will be served annually by all contractors providing these services.

 

The contracts commenced December 19, 2017, continue through April 30, 2018, and may not exceed $25,000 unless approved by the Council.  If approved, the contracts will continue through June 30, 2018 and will automatically renew for two additional 1-year periods with the option to further extend the initial term or any renewal term an additional 120 days on the same terms and conditions, unless the County provides notice of non-renewal.  The contracts do not specify a maximum compensation for the initial approximate 6-month term or for the entire approximate 2-year and 10-month term, including the renewal and extension periods.  Compensation to the three contractors, combined with all other contractors providing these services, is limited to the amount

FM-4 (3 Contracts) (cont’d)                                                                                           March 19, 2018

 

of grant funds appropriated for these services in any fiscal year.  Estimated compensation for all contractors providing these services totals $176,225 for FY 2018 and $528,675 for the approximate 2-year and 10-month term, including the renewal and extension periods, assuming the FY 2018 estimated cost for each renewal period.  The County may terminate the agreements by providing 30 days prior written notice.

 

On December 21, 2015, the Council approved three similar 5-year and 2-month contracts (which commenced August 3, 2015) with Port Recovery, Inc., Marian House, Inc., and The House of Nehemiah Outreach and Ministries, Inc.  The Department advised that it is not currently referring clients to Port Recovery and that it has not utilized The House of Nehemiah Outreach and Ministries in FY 2018.  As of February 27, 2018, expenditures under the contracts with Port Recovery, Inc., Marian House, Inc., and The House of Nehemiah Outreach and Ministries, Inc. totaled $179,412, $62,790, and $23,633, respectively.

 

The Office of Budget and Finance, Purchasing Division advised that the County awarded the contracts through an emergency procurement process; no other contractors were solicited.  The Department advised that a single provider (Marian House, Inc.) is unable to provide services to the number of clients who require them, and that expediting these additional contracts will ensure a continuity of services and provide additional housing options throughout the County.  The Department further advised that a housing recovery vendor must be a member of the State-approved Maryland Association for Recovery Residences, and that the three selected contractors best fit the client needs, location, and services to be provided.  According to the County’s financial system, $11,882 has been encumbered under each of the contracts with Another Chance Recovery Services, Inc. ($825 expended) and Misha House, LLC, and $10,800 has been encumbered under the contract with One Promise Transitional Housing, LLC.

 

County Charter, Section 715, requires that “any contract must be approved by the County Council before it is executed if the contract is…for services for a term in excess of two years or involving the expenditure of more than $25,000 per year….”

 

Joanne Williams                                         Fiscal Note                                            March 19, 2018

 

 

FM-5 (Contract)                                                                                          Council District(s)    All  _

 

 

Department of Aging

 

Assisted Living Care Services

 

 

The Administration is requesting approval of a contract with 2 Hearts Assisted Living, LLC t/a 2 Hearts ALF, LLC to provide assisted living care for eligible County senior citizens 62 years of age and older.  The contract commences upon Council approval, continues through June 30, 2018, and may be renewed for three additional 1-year periods.  Compensation for all contractors providing these services is limited to the amount appropriated each fiscal year.  Estimated compensation for all contractors providing these services totals $441,400 for FY 2018 and $1,765,600 for the entire approximate 3-year and 3½-month term, including the renewal periods.  See Exhibit A.

 

                                                                      Fiscal Summary

 

Funding

Source

 

FY 2018

 

Combined

Total

Compensation

County

     

State (1)

  $           441,400 $       1,765,600

Federal

 

Other

 

Total

  $           441,400 (2) $       1,765,600 (3)
 

(1)  Maryland Department of Aging.

(2)  Estimated compensation for all contractors providing these services for FY 2018.  Compensation for all contractors combined is limited to the amount appropriated each fiscal year.

(3) Estimated compensation for all contractors providing these services for the approximate 3-year and 3½-month term, assuming the FY 2018 estimated cost for each renewal period.

 

 

 

FM-5 (Contract) (cont’d)                                                                                                 March 19, 2018

 

Analysis

 

The Department operates the Senior Assisted Group Home Subsidy Program for low and moderate income seniors.  The program provides access to state-licensed small assisted living sites (4 to 16 beds).

 

The contractors will provide assisted living services to eligible County seniors 62 years of age and older (or under 62 as approved by the Maryland Department of Aging).  Services include providing onsite supervision 24 hours-per-day, 7 days-per-week, three meals-per-day, an evening snack, personal services (e.g., grooming, bathing, dressing), housekeeping, and laundry services.  To be eligible, a client’s gross monthly income may not exceed $2,861 for single households and $3,741 for two-person households; assets may not exceed $11,000 for an individual or $14,000 for a couple; and the client must not be enrolled in Medicaid.

 

The client is responsible for entering into a service agreement for the services needed directly with the contractor of his or her choice from the County’s list of contractors.  The County will pay the contractor up to $650 per month per client (the subsidy amount), based on the client’s contribution of income, at a rate to be determined by the State of Maryland.  The client is responsible for paying any contractor fees in excess of the County’s subsidy amount.  Contractor fees charged to clients vary depending on the level of services provided and may not exceed the fees charged to non-subsidized clients for the same level of service.

 

The County currently contracts with 21 other contractors to provide assisted living services to eligible seniors as follows:

 

  • A Caring Place, Inc. d/b/a Oakleigh House
  • Angels Among Us ALF, Inc.
  • Beechwood Assisted Living, LLC
  • Best Care Assisted Living, LLC
  • Comforts at Catonsville, LLC
  • Dulaney Valley Assisted Living and Dulaney Valley Assisted Living at Hunt Valley
  • Gloria Friends Home, Inc.
  • Grace Manor Senior Assisted Living, LLC
  • Hampton Meadows, LLC
  • Homestyle Assisted Living LLC

FM-5 (Contract) (cont’d)                                                                                                 March 19, 2018

 

 

  • House of Victory Home Care Inc. t/a The House of Victory Apostolic
  • L. Care Enterprise Home Again II, Inc. T/A J.L. Care Enterprises
  • Joyous Living, Inc.
  • Lifespring, LLC
  • Ma Maison, Inc. T/A Ma Maison I, Ma Maison II, Ma Maison III
  • Marlyn Place LLC
  • Na’s Place A Haven of Rest, Inc.
  • Rolling Meadows d/b/a 303 N. Rolling Road, LLC
  • Rose Hill Management, Inc. t/a Hearthomes at Lutherville I and II
  • Splendid Home Care II, LLC
  • Woodholme Manor, LLC

 

The contract commences upon Council approval, continues through June 30, 2018, and may be renewed for three additional 1-year periods on the same terms and conditions.  Compensation for all contractors providing these services is limited to the amount appropriated each fiscal year.  Estimated compensation for all contractors providing these services totals $441,400 for FY 2018 and $1,765,600 for the entire approximate 3-year and 3½-month term, including the renewal periods.  Either party may terminate the agreement by providing 30 days prior written notice.  The contracts are subject to the availability of State funds and to termination by the County in the event of a reduction or termination in funding.

 

The County contracts with any provider that is licensed by the State of Maryland, serves Baltimore County residents, and meets Department criteria for providing these services.

 

The Department advised that there is currently a waiting list of three seniors who applied and are eligible for these services; the number of clients served per year depends on each client’s longevity and changing service needs as well as State funding levels.  The Department served 46 clients in FY 2017 and expects to serve 52 clients in FY 2018.  The Department advised that it expended $271,148 in FY 2017 and $180,775 in FY 2018 through February 27, 2018 for these services.

 

County Charter, Section 715, requires that “any contract must be approved by the County Council before it is executed if the contract is…for services for a term in excess of two years or involving the expenditure of more than $25,000 per year….”

 

 

 

 

 

Joanne Williams                                         Fiscal Note                                             March 19, 2018

 

 

FM-6 (Contract)                                                                                          Council District(s)    All  _

 

 

Department of Aging

 

Repair/Maintenance Various Exercise Equipment

 

 

The Administration is requesting approval of a contract with Patrice Milani Exercise Equipment, Inc. to provide maintenance and repair services for exercise equipment at various sites, including senior centers, police precincts, and fire stations throughout the County.  The contract commenced December 1, 2017, continues through April 1, 2018, and may not exceed $25,000 unless approved by the Council.  If approved, the contract will continue through November 30, 2018 and will automatically renew for four additional 1-year periods with the option to further extend the initial term or any renewal term an additional 90 days.  The contract does not specify a maximum compensation for the initial 1-year term.  Compensation may not exceed $261,395 for the entire 5-year and 3-month term, including the renewal and extension periods.

 

                                                                      Fiscal Summary

 

Funding Source

Maximum Compensation

Notes

County (1)

  $           130,698 (1) Police and Fire Departments – General Fund Operating Budgets.

(2) Department of Aging – Donations to the Senior Programs/

Services.

(3) Maximum compensation for the entire 5-year and 3-month term,

including the renewal and extension periods. The contract does

not specify a maximum compensation for the initial 1-year term.

State

Federal

Other (2)

           130,697

Total

$           261,395 (3)

 

Analysis

 

The contractor will provide all labor, materials, tools, equipment, supervision, and incidentals to repair and maintain the exercise equipment at County senior centers (Arbutus, Ateaze, Bykota, Catonsville, Cockeysville, Edgemere, Essex, Jacksonville, Liberty, Parkville, Pikesville, Reisterstown, and Seven Oaks), police precincts, and fire stations throughout the County.  The contactor will provide quarterly preventative maintenance on various equipment  and ensure that

FM-6 (Contract) (cont’d)                                                                                                 March 19, 2018

 

 

all equipment is in proper working condition.  The County may add or delete equipment from locations as needed.  The Department advised that other agencies may utilize the contract as needed.

 

Rates for quarterly preventive maintenance at senior centers range from $175.60 (Reisterstown) to $486 (Cockeysville), depending on the number, type, and age of equipment.  The Office of Budget and Finance, Purchasing Division advised that the contractor will visit other County locations to determine pricing as requested by other agencies.  Labor for maintenance and repairs (outside of preventive maintenance) will be billed at an hourly rate of $120.  The markup for materials (outside any warranties) is 67%.

 

The contract commenced December 1, 2017, continues through April 1, 2018, and may not exceed $25,000 unless approved by the Council.  If approved, the contract will continue through November 30, 2018 and will automatically renew for four additional 1-year periods with the option to further extend the initial term or any renewal term an additional 90 days on the same terms and conditions, unless the County provides notice of non-renewal.  The contract does not specify a maximum compensation for the initial 1-year term.  Compensation may not exceed $261,395 for the entire 5-year and 3-month term, including the renewal and extension periods.  Estimated contract usage for the Departments of Aging, Police, and Fire total $130,697, $65,349, and $65,349, respectively.

 

Prior to the commencement of each renewal period, the County may entertain a request for an escalation in unit prices in accordance with the Consumer Price Index – All Urban Consumers – United States Average – All Items (CPI-U), as published by the United States Department of Labor, Bureau of Labor Statistics at the time of the request, or up to a maximum 5% increase on the current pricing, whichever is lower.  The County may terminate the agreement by providing 30 days prior written notice.

 

The County awarded the contract through a competitive procurement process based on low bid from four bids received.  The Department advised that it has unpaid invoices totaling $871, and the Fire Department has expended $3,005 for these services under the proposed contract.

 

On July 3, 2017, the Council approved a 5-year and 3-month contract (which commenced May 21, 2017) with Energ Wellness Solutions, LLC for the same services.  The Department advised that the County is in the process of terminating this contract for cause, with expenditures totaling $10,292 (Department of Aging – $10,007 and Fire Department – $285).

FM-6 (Contract) (cont’d)                                                                                                 March 19, 2018

 

 

County Charter, Section 715, requires that “any contract must be approved by the County Council before it is executed if the contract is…for services for a term in excess of two years or involving the expenditure of more than $25,000 per year….”

 

 

 

 

Keith Dorsey                                               Fiscal Note                                             March 19, 2018

 

FM-7 (2 Contract Amendments)                                                                Council District(s)    All_

 

 

Office of Budget and Finance

 

On-Call Tree Trimming, Removal and Stump Removal Services

 

 

The Administration is requesting amendments to two contracts, with Excel Tree Expert Company, Inc. (primary contractor) and Forest Valley Tree & Turf, LLC (secondary contractor), for continued on-call tree trimming, tree removal, and stump removal services throughout the County. The proposed amendments increase the maximum compensation for both contracts combined by $750,000, from $2,290,623 to $3,040,623, for the entire 5-year and 4-month term, including the renewal and extension periods.  The contracts commenced April 20, 2015.

 

Fiscal Summary

 

Funding

Source

Combined Contract

Amendments

 

Combined

Current Maximum Compensation

Combined Amended

Maximum Compensation

County (1)

$          750,000 $         2,290,623 $      3,040,623

State

                     —

Federal

 —                      —

Other

                     —

Total

$          750,000 (2) $         2,290,623 $      3,040,623 (3)
 

(1) General Fund Operating Budget or Capital Projects Fund, depending on the nature of the work.

(2) Additional compensation for both contractors combined for the entire 5-year and 4-month term, including the renewal and extension periods.

(3) Maximum compensation for both contractors combined for the entire 5-year and 4-month term, including the renewal and extension periods.

 

 

Analysis

 

The contractors will continue to clear trees and limbs from highways, roadways, and areas around

FM-7 (2 Contract Amendments) (cont’d)                                                                   March 19, 2018

 

sidewalks, curbs, and gutters.  The contractors will provide tree trimming, tree removal, and stump removal services as needed at various locations throughout Baltimore County as required by the Office of Budget and Finance, Property Management Division, the Department of Public Works, and the Department of Environmental Protection and Sustainability.  The contractors will provide all labor, materials, supervision, transportation, fuel, equipment, and related items necessary to perform the services.  The contracts also provide that, in the event of an emergency, the contractors must respond to a job site within 2 hours of notification by the County.

 

Unit prices range from $10.19 to $1,808.73 for Excel Tree Expert Company, Inc. and $70 to $1,680 for Forest Valley Tree & Turf, LLC, depending upon the type of service (tree trimming, tree removal, or stump removal) and the diameter of the tree or stump.  In addition, the contracts provide compensation to the contractors for equipment rental and mobilization.  The unit prices include a markup of 99% for Excel Tree Expert Company, Inc. and 300% for Forest Valley Tree & Turf, LLC for any work performed during non-business hours (Monday-Friday, from 5:00 p.m. to 7:00 a.m., weekends, or holidays). Each contract provides that the County will, on a project-by-project basis, utilize services from only the primary contractor unless the primary contractor cannot supply the services within a specified period of time.  In such a case, the secondary contractor would be contacted to perform the work.

 

The Office advised that the proposed amendments are necessary due to an increase in storm damaged trees or trees identified as dead and hazardous and unexpected issues with ash trees being affected by the Emerald ash borer beetle.  The proposed amendments increase the maximum compensation for both contracts combined by $750,000, from $2,290,623 to $3,040,623, for the entire 5-year and 4-month term, including the renewal and extension periods.  All other terms and conditions remain the same.

 

On July 6, 2015, the Council approved the original contracts (which commenced April 20, 2015) with combined compensation not to exceed $2,290,623 for the entire 5-year and 4-month term. Compensation may not exceed $2,098,077 for Excel Tree Expert Company, Inc. and $2,290,623 for Forest Valley Tree & Turf, LLC.  On  September 1, 2015, the Department of Public Works, Bureau of Solid Waste Management entered into a separate contract with Excel Tree Expert Company, Inc. not to exceed $25,000 (which did not require Council approval) for tree trimming and pruning services to clear alleys for the trash haulers.  In February 2016, the County terminated this contract (with total expenditures of $24,897) and consolidated these tasks into the current contract with Excel Tree Expert Company, Inc.   The  Office  advised  that  as  of  March 2, 2018,

 

FM-7 (2 Contract Amendments) (cont’d)                                                                   March 19, 2018

 

expenditures under the contracts totaled $1,281,743 for Excel Tree Expert Company, Inc. and $453,696 for Forest Valley Tree & Turf, LLC.

 

Prior to the commencement of each renewal period, the County may entertain a request for an escalation in unit prices in accordance with the Consumer Price Index – All Urban Consumers – United States Average – All Items (CPI-U), as published by the United States Department of Labor, Bureau of Labor Statistics at the time of the request, or up to a maximum 5% increase on the current pricing, whichever is lower.  The County may terminate the agreements by providing 30 days prior written notice.

 

The County awarded the contracts through a competitive procurement process based on the two lowest responsible and responsive bids from nine bids received of which one bid was withdrawn.

 

County Charter, Section 715, requires that “any contract must be approved by the County Council before it is executed if the contract is…for services for a term in excess of two years or involving the expenditure of more than $25,000 per year….”

 

 

 

 

Council                                                           Fiscal Note                                               March 19, 2018

 

 

MB-2 (Res. 23-18)                                                                                            Council District(s) _7_

 

 

Mr. Crandell

 

 

Approval of PUD – Country Club Estates

 

 

Resolution 23-18 approves the review of a proposed Planned Unit Development (PUD) in the Seventh Councilmanic District.

 

Bill 5-10 substantially revised the process for the review and approval of a PUD.  However, the first step in the process was not changed (namely, that an application for a PUD must first be submitted to the Council member in whose District the PUD is proposed to be located).

 

Bill 36-11 further amended the PUD process to require that, after submission of the PUD application to the appropriate Council member, the applicant must hold a post-submission community meeting.  This meeting is similar to the community input meeting that is required during the development review and approval process, except the post-submission community meeting is required at the beginning of the process, prior to the adoption of a resolution approving the further review of the PUD.  The applicant must give 3 weeks’ notice of the meeting and post the property.  Notice must be mailed to adjoining property owners and community associations that represent the area.  At the meeting, the applicant must provide information about the plan, allow questions and comments, maintain a record, compile minutes of the meeting, and forward the minutes to the Council member and to the Department of Permits, Approvals and Inspections (PAI).  Community residents and organizations may also provide written comments to the Council member.  In addition, the Council member may require the applicant to hold another post-submission meeting.

 

The applicant must also send copies of the PUD application to PAI; PAI must then transmit copies of the application to the appropriate reviewing agencies, and these agencies must provide a preliminary written evaluation of the PUD proposal to the Council member.

 

Once these procedures are completed to the satisfaction of the Council member, and if the Council finds that the proposed site is eligible for review, the Council, by adoption of a resolution that has  additional advertising  and  posting requirements, may approve the continued review of

MB-2 (Res. 23-18) (cont’d)                                                                                             March 19, 2018

the PUD according to the County’s development review and approval process.  The adopting resolution is introduced only after all of the steps required by Bill 36-11 have been concluded. Resolution 23-18 also avers that the applicant has complied with all of the aforementioned procedural steps.

 

In the proposed PUD project known as “Country Club Estates,” an application was filed by CRD Golf, LLC for review and approval of a 76.4± acre development site located on the south side of Wise Avenue, west of Grays Road, in the Seventh Councilmanic District.  The development site is a portion of the 271± acre Sparrows Point Country Club property, which is improved with a 27-hole golf course, a 62-slip marina, tennis and swim facilities, and clubhouse.  The property is zoned a mix of residential (D.R.1 and D.R.5.5), resource conservation (R.C.20), business (B.M.), and industrial (M.H.-I.M.) zoning.  The property is located entirely within the Urban Rural Demarcation Line.

 

Sparrows Point Country Club, Inc. has entered into a joint venture with the applicant, CRD Golf, LLC, to develop a portion of the property with a new residential community.  To facilitate the proposed development, Sparrows Point Country Club intends to reduce the total number of golf holes from 27 holes to 18 holes and then sell the 76.4± acre development area to CRD Golf, LLC for the development of the residential community.  Within the development area, the applicant proposes to develop 66 single-family (detached) homes, 53 villas (single-family attached units), and 193 townhomes (single-family attached units), and an integrated 17.8± acre park/ environmental area surrounding the existing pond.  Pedestrian pathways and sidewalks located throughout the development will provide connectivity to these spaces, to the club, and to the different neighborhoods within the community.

 

The community benefit to be provided by the applicant pursuant to Baltimore County Code, Section 32-4-242(b)(6) will consist of monetary contributions, which, combined, total $150,000:  (1) $25,000 contribution towards the community’s efforts to relocate the Aquila Randall Monument; (2) $5,000 contribution towards the installation of community signage in North Point Village; (3) $40,000 contribution towards the installation of a kayak launch and other amenities at Battle Grove Park and an accessible kayak launch at Edgemere Senior Center; (4) $5,000 contribution towards the community’s efforts to install water service to the Todd’s Inheritance historic structure in Edgemere; (5) $25,000 contribution towards the repair or retrofit of an existing stormwater management facility in the vicinity of the PUD property; (6) $25,000 contribution towards the installation of community amenities at Oakleigh Beach; and (7) $25,000 contribution towards the installation of a  turf  field  at  Patapsco  High  School.   In  the  event  any  specified

MB-2 (Res. 23-18) (cont’d)                                                                                             March 19, 2018

improvement does not receive necessary local, state, or federal approval or funding, the applicant and the community requesting such improvement may reallocate the funds in a mutually-agreed upon manner, subject also to the approval of the Council member in whose District the PUD is located.

 

Upon its passage by the County Council, Resolution 23-18 will be forwarded to the Departments of Planning and PAI.

 

 

 

 

 

 

 

 

 

 

 

 

BALTIMORE COUNTY COUNCIL

NOTES TO THE AGENDA

APPENDIX A