Baltimore County Council Agenda – WS March 14, 2017 | LS March 20, 2017

BALTIMORE COUNTY COUNCIL

NOTES TO THE AGENDA

LEGISLATIVE SESSION 2017

 

Issued:        March 9, 2017

Work Session:       March 14, 2017

Legislative Day No.   6  :       March 20, 2017

 

The accompanying notes are

compiled from unaudited

information provided by

the Administration and

other sources.

 

OFFICE OF THE COUNTY AUDITOR

 

BALTIMORE COUNTY COUNCIL

March 20, 2017

NOTES TO THE AGENDA

 

TABLE OF CONTENTS

 

 

 

PAGE

LEGISLATIVE SESSION

 

Witnesses…………………………………………………………………. ii

 

BILLS – FINAL READING

 

Bill 10-17…………………………………………………………………….. 1

Bill 11-17…………………………………………………………………….. 4

 

FISCAL MATTERS

 

FM-1……………………………………………………………………………. 5

FM-2……………………………………………………………………………. 8

FM-3…………………………………………………………………………. 11

FM-4…………………………………………………………………………. 14

FM-5…………………………………………………………………………. 23

FM-6…………………………………………………………………………. 27

FM-7…………………………………………………………………………. 31

FM-8…………………………………………………………………………. 34

FM-9…………………………………………………………………………. 38

FM-10……………………………………………………………………….. 41

FM-11……………………………………………………………………….. 17

FM-12……………………………………………………………………….. 20

 

MISCELLANEOUS BUSINESS

 

MB-2 (Res. 27-17)……………………………………………………. 44

MB-3 (Res. 28-17)……………………………………………………. 46

APPENDIX

 

Correspondence (1) (a)…………………………………………….. 48

 

i

BALTIMORE COUNTY COUNCIL AGENDA

LEGISLATIVE SESSION 2017,  LEGISLATIVE DAY NO.  6

MARCH 20, 2017     6:00 P.M.

 

CEB = CURRENT EXPENSE BUDGET

BY REQ. = AT REQUEST OF COUNTY  EXECUTIVE

 

Page

CALL OF BILLS FOR FINAL READING AND VOTE

 

  1. GREGORY BRANCH, DIRECTOR, DEPARTMENT OF HEALTH AND HUMAN SERVICES

1          Bill 10-17 – Mr. Quirk(By Req.) – CEB – Linkage to Care

 

COUNCIL

4          Bill 11-17 – Mr. Quirk – Zoning Regulations – Bakery

 

 

APPROVAL OF FISCAL MATTERS/CONTRACTS

 

            TERRENCE SHERIDAN, CHIEF, POLICE DEPARTMENT

5          1. Contract – Mintz Productions Group, LLC – Hostage Negotiation Team – Annual Training Seminar -PD

 

STEVE WALSH, DIRECTOR, DEPARTMENT OF PUBLIC WORKS

8          2. Contracts – (2) – Performance of utility infrastructure inspections and cleaning services – DPW

 

            KEITH DORSEY, DIRECTOR, OFFICE OF BUDGET AND FINANCE

11         3. Contract – Popowski Brothers, Inc. d/b/a PBI Restorations – Emergency fire/water mitigation services – OBF

14           4. Contract – Ryan Teeter d/b/a Leading Design and Development, LLC – GMAX Testing of synthetic turf fields-OBF

17         11. Amendment to Contract – Lorenz, Inc. – Mowing/maintenance of athletic fields and parks – OBF

20         12. Contract – Lorenz, Inc. – Mowing/maintenance of medians, roadsides and roundabouts – OBF

 

            ROBERT STRADLING, DIRECTOR, OFFICE OF INFORMATION TECHNOLOGY

23         5. Contract – Microwave Networks, Inc. – On-call repair of microwave radios-Electronic Services – OIT

27           6. Contract – Sudina Search, LLC – Recruiting services – Vacancies in essential/highly technical skilled areas-OIT

31           7. Contract – Cross Match Technologies, Inc. – Hardware/software support, upgrades – LiveScan fingerprint systems-OIT

34           8. Amendment to Contract – Council of State Governments, LTD – Phase II – Crisis Response System (BCCRS) – OIT

 

            ANDREA VAN ARSDALE, DIRECTOR, DEPARTMENT OF PLANNING

38           9. Contracts – (5) – Assistance-Low-income first-time homebuyers – Settlement Expense Loan Program (SELP) – DP

 

AMY GROSSI, REAL ESTATE COMPLIANCE

41         10. Contract of Sale – 8911 Kelso Drive, LLC – Acquisition of easement – Brien Run Sewer Line – REC

 

 

MISCELLANEOUS BUSINESS

 

COUNCIL

48         1.  Correspondence –  (a)(4) – Non-Competitive Awards (February 7, 2017)

 

            STEVE WALSH, DIRECTOR, DEPARTMENT OF PUBLIC WORKS

44         2.  Res. 27-17 – Mr. Quirk(By Req.) – Extension of Sanitary Sewer System – Delight Road – Reisterstown

 

COUNCIL

46           3.  Res. 28-17 – – Cnclmbrs. Bevins, Crandell & Marks – Planning Board – Review of Regulations on Development Plans and Plats

  1. Appointment – Mr. Quirk(By Req.) – Baltimore County Agricultural Preservation Advisory Board – Stephen P. Myer
  2. Res. 29-17 – Mr. Marks – Property Tax Exemption – BLIND – Darlene T. Hohl
  3. Res. 30-17 – Mr. Jones – Property Tax Exemption – DAV – Lakeasha S. Mendez
  4. Res. 31-17 – Mrs. Bevins – Property Tax Exemption – DAV – Jerry Kauffman

 

ii

 

Dr. Gregory Branch                                   Fiscal Note                                             March 20, 2017

 

 

Bill 10-17 (Supplemental Appropriation)                                                  Council District(s) _All_

 

 

Mr. Quirk (By Req.)

 

 

Department of Health and Human Services

 

Linkage to Care

 

 

The Administration is requesting a supplemental appropriation of federal funds totaling $15,500 to the Linkage to Care Gifts and Grants Fund program.  The funds will be used to support the salary and fringe benefit costs of one new part-time (34 hours-per-week) Human Services Associate who will identify County residents newly diagnosed with Hepatitis C and link them to appropriate treatment and services.  See Exhibit A.

 

                                                                      Fiscal Summary

 

Funding

Source

  Supplemental Appropriation   Current

Appropriation

  Total

Appropriation

 

County

       

State

       

Federal (1)

  $           15,500   $         230,000   $            245,500  

Other

       

Total

  $           15,500   $         230,000   $            245,500  
 

(1) U.S. Department of Health and Human Services, Centers for Disease Control and Prevention funds passed through the Maryland Department of Health and Mental Hygiene.  No County matching funds are required.

 

Analysis

 

The Linkage to Care Program links County residents with highly infectious diseases, such as HIV/AIDs and Hepatitis C, to case management, the Department’s Partner Services Program, and appropriate medical care.  The program primarily focuses on connecting newly infected residents  to services  and re-engaging care  for residents in need  who are not  presently receiving

 

 

Bill 10-17 (Supplemental Appropriation) (cont’d)                                                    March 20, 2017

 

 

  1. The Department advised that according to the Centers for Disease Control, nationwide increases in the use of heroin and the prescription opioid epidemic, have resulted in increased cases of Hepatitis C, which may lead to new HIV outbreaks. The Department also advised that the Maryland Department of Health and Mental Hygiene’s data show that 2,280 unduplicated Medicaid enrollees in the County had a Hepatitis C diagnosis during FY 2014.

 

The proposed $15,500 supplemental appropriation will be used to support the salary and fringe benefits costs of one new part-time (34 hours-per-week) Human Services Associate who will identify County residents newly infected with Hepatitis C and not in medical care, and link them to appropriate treatment and services.  The Department identifies potential clients for participation in the program by performing outreach to individuals who have received positive lab test results.  The Department advised that approximately 5% of potential candidates elect to receive program services each year.  The Department estimates that the program will serve 60 clients in FY 2017 and 250 clients in FY 2018.

 

The grant period is FY 2017.  No County matching funds are required.

 

With the affirmative vote of five members of the County Council, Bill 10-17 will take effect April 2, 2017.

 

 

 

Council                                                        Fiscal Note                                             March 20, 2017

 

 

Bill 11-17                                                                                                           Council District(s) _All_

 

 

Mr. Quirk (By Req.)

 

 

Zoning Regulations – Bakery

 

 

Bill 11-17 proposes to authorize a bakery to be located in a B.M. (Business Major) Zone as a matter of right.

 

The B.M. Zone is designed for large-scale commercial uses.  A variety of uses are permitted as a matter of right in the zone, including a service garage, funeral establishment, hotel, marina, theater, and warehouse.  Bill 11-17 will add a bakery as a permitted use.

 

With the affirmative vote of five members of the County Council and signature by the County Executive, Bill 11-17 will take effect on April 3, 2017.

 

Chief Terrence Sheridan                         Fiscal Note                                             March 20, 2017

 

 

FM-1 (Contract)                                                                                               Council District(s) _All_

 

 

Police Department

 

Hostage Negotiation Team – Annual Training Seminar

 

 

The Administration is requesting approval of a contract with Mintz Productions Group, LLC to provide audio/visual services for the annual Police Hostage Negotiation seminar.  The contract commenced January 1, 2017, continues through March 31, 2017, and may not exceed $25,000 unless approved by the Council.  If approved, the contract will continue through December 31, 2017 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 $79,233 for the entire 5-year and 3-month term, including the renewal and extension periods.  The Baltimore County Police Foundation funds all costs associated with the seminar.

 

 

Fiscal Summary

 

Funding Source

Maximum Compensation
 

Notes

County

   —   (1) Baltimore County Police Foundation.

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

State

   —  

Federal

   —  

Other (1)

  $             79,233  

Total

  $             79,233 (2)

     

 

 

Analysis

 

The contractor will provide the labor, materials, tools, equipment, supervision, and technicians for the audio/visual presentation for the annual Police Hostage Negotiation seminar.

 

 

FM-1 (Contract) (cont’d)                                                                                                 March 20, 2017

 

 

The Baltimore County Police Foundation and the Baltimore Office of the Federal Bureau of Investigation have sponsored an annual Police Hostage Negotiation seminar for over 30 years.  The 2017 seminar took place on February 7th and February 8th at the Hunt Valley Inn.  Each year the County pays the costs related to the 2-day seminar, and the Foundation, which collects a $195 registration fee from each participant, subsequently reimburses the County for the actual costs incurred.  Estimated attendance for the seminar totals 750 participants.  The Department advised that approximately 81 of its officers attended this year’s seminar.  The Department also advised that the registration fees of attendees from outside the County support the inclusion of Baltimore County employees; therefore, there was no cost to the County.  The Department further advised that the actual costs incurred for the 2017 seminar totaled $15,134.

 

The contract commenced January 1, 2017, continues through March 31, 2017, and may not exceed $25,000 unless approved by the Council.  If approved, the contract will continue through December 31, 2017 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 $79,233 for the entire 5-year and 3-month term, including the renewal and extension periods.

 

Prior to the commencement of each 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 – 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 contract was awarded through a competitive procurement process based on low bid from two bids received.

 

On February 2, 2004, the Council approved a 6-year contract for similar services with Nelson White Systems, Inc. with compensation not to exceed $95,608.  The Department advised that since FY 2011, Mintz Productions Group, LLC has provided these services under three successive 2-year contracts; $75,262 was paid to the contractor under these three contracts.  Amounts expended during FY 2015 and FY 2016 totaled $27,277.

 

 

FM-1 (Contract) (cont’d)                                                                                                 March 20, 2017

 

 

On September 2, 2014, the Council approved a 3-year contract estimated to total $327,240 with Hunt Valley Inn to provide the meeting space, food and beverages, and lodging for the annual Police Hostage Negotiation seminar.  The Baltimore County Police Foundation similarly provides the funding for 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….”

 

 

 

 

 

 

Steve Walsh                                               Fiscal Note                                             March 20, 2017

 

 

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

 

 

Department of Public Works

 

Performance of Utility Infrastructure Inspections and Cleaning Services

 

 

The Administration is requesting approval of two contracts to provide on-call inspection and cleaning services for sanitary and stormwater collection systems throughout the County.  The two contractors are Mobile Dredging and Video Pipe Services, Inc. and Pipe and Plant Solutions, Inc.  The contracts commence upon Council approval, continue for 1 year, 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 120 days.  The contracts do not specify a maximum compensation for the initial 1-year term.  Compensation for both contractors combined may not exceed $14,802,998 for the entire 5-year and 4-month term, including the renewal and extension periods.

 

                                                                      Fiscal Summary

 

Funding Source

Combined
Maximum Compensation
  Notes

County (1)

  $        14,802,998   (1) Metropolitan District Operating Budget.

(2) Maximum compensation for both contractors combined for the entire 5-year and 4-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

   

Total

  $        14,802,998 (2)

 

Analysis

 

The contractors will furnish all necessary labor, materials, supervision, and equipment to provide on-call inspection and cleaning services for sanitary and stormwater collection systems throughout the County.  Services will be provided for projects that primarily relate to the County’s 2005 consent decree with the  U.S. Department of Justice,  U.S. Environmental Protection Agency

 

 

FM-2 (2 Contracts) (cont’d)                                                                                            March 20, 2017

 

 

(EPA), and the Maryland Department of the Environment (MDE) for the elimination of sanitary sewer overflows.  Services will include cleaning and inspection of sanitary and stormwater system pipes; inspection and/or GPS surveys of manholes/structures; smoke testing; and dyed water testing and dyed water flooding.  Services will be performed in compliance with the Baltimore County Standard Specifications for Construction and Materials.  The contractors are also responsible for the safe and continuous maintenance of traffic in areas of inspection and cleaning.  The contractors’ work will supplement the County’s in-house resources.

 

The contracts commence upon Council approval, continue for 1 year, 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 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 1-year term.  Compensation for both contractors combined may not exceed $14,802,998 for the entire 5-year and 4-month term, including the renewal and extension periods.  Additionally, compensation may not exceed $14,150,354 for Mobile Dredging and Video Pipe Services, Inc. and $14,802,998 for Pipe and Plant Solutions, Inc.

 

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 contracts stipulate that the contractors are liable for liquidated and actual damages in the event that certain criteria are not met (e.g., specified time frames, reporting requirements, and other issues resulting in additional workload and/or expenditures on the part of the County).  Funding for these contracts will not be encumbered at this time.  Rather, contract costs will be charged as project tasks are assigned.

 

The contracts were awarded through a competitive procurement process based on the lowest two bids from four bids received.

 

On October 4, 2010, the Council approved two 5-year and 4-month contracts for similar services with  Hydrostructures, P.A.  d/b/a  ACS Hydrostructures of Virginia, LLC  and  Video Pipe Services,

 

 

FM-2 (2 Contracts) (cont’d)                                                                                            March 20, 2017

 

 

Inc. (now Mobile Dredging and Video Pipe, Inc.), with compensation not to exceed $12,212,159 for both contractors combined.  On August 5, 2013, the Council approved amendments to the two contracts, adding three automatic 1-year renewal periods and increasing the maximum compensation by $11,400,951 to $23,613,110, for both contractors combined.  As of February 28, 2017, the County’s financial system indicated that a total of $21,493,583 has been expended/encumbered under the two contracts as follows: $6,934,405 for Hydrostructures, P.A. and $14,559,178 for Video Pipe Services, Inc.  The Department of Public Works advised that both contractors have consistently met their deadlines.  The Office of Budget and Finance, Purchasing Division advised that the County is entering into new contracts because the two contractors combined are nearing the maximum compensation limit.  The Office further advised that the new contracts are anticipated to generate cost savings due to new technologies, and in some cases, lower unit prices.

 

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 20, 2017

 

 

FM-3 (Contract)                                                                                              Council District(s)  _All_

 

 

Office of Budget and Finance

 

 

Emergency Fire/Water Mitigation Services

 

 

The Administration is requesting approval of a contract with Popowski Brothers, Inc. to provide emergency fire and water mitigation services in County-owned and/or operated buildings.  The contract commences upon Council approval and continues through August 31, 2017.  Compensation may not exceed $200,000 for the entire approximate 5-month term.  See Exhibit A.

 

 

                                                                      Fiscal Summary

 

Funding Source   Maximum

Compensation

  Notes
County (1)   $               200,000   (1) General Fund Operating Budget.

(2) Maximum compensation for the entire approximate 5-month term.

State    
Federal    
Other    
Total   $               200,000   (2)

 

Analysis

 

The contractor will furnish all labor, materials, equipment, tools, and incidentals needed to perform emergency fire and water mitigation services in County-owned and/or operated buildings.  Services may include remediation of fire, flood, sewer back-up, smoke, water, and mold damages, and will be provided 24-hours-per-day, 7-days-per-week.

 

The contract commences upon Council approval and continues through August 31, 2017.  Compensation may not exceed $200,000 during the entire approximate 5-month term.  The County may terminate the agreement by providing 30 days prior written notice.

 

 

FM-3 (Contract) (cont’d)                                                                                                 March 20, 2017

 

 

Hourly rates for labor range from $28 to $135, depending on the worker’s skill level and time status (i.e., regular, overtime, second shift, third shift, or holiday). The contractor’s mark-up for materials, equipment rentals, and subcontractor costs is 20%.

 

This contract was awarded as a piggyback of an existing competitively-bid University of Maryland contract that was awarded on September 1, 2012 and expires August 31, 2017.  The Office advised that the University of Maryland awarded the contract based on low bid.  The Office also advised that it plans to enter into another contract for services upon expiration, and that the University of Maryland will be rebidding its contract with the possibility of the County piggybacking this new agreement.

 

The following emergency contracts for similar services with Popowski Brothers, Inc. recently have been presented as Correspondence items:

 

Council Meeting Date   Amount   Location of Emergency Services
2/21/17   $    88,433   Liberty Family Resource Center
11/2/15   $    29,541   Hereford Public Library
8/3/15   $    30,221   Gwynn Oak Park Tenant House
7/6/15   $    75,724   County Circuit Court Building
7/6/15   $    78,876   Public Safety Building

 

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 20, 2017

 

 

FM-4 (Contract)                                                                                          Council District(s) __All__

 

Office of Budget and Finance

 

GMAX Testing of Synthetic Turf Fields

 

 

The Administration is requesting approval of a contract with Ryan Teeter d/b/a Leading Design and Development, LLC to provide GMAX (shock absorbency) testing of synthetic turf fields located throughout the County.  The contract commenced January 12, 2017, continues through March 31, 2017, and may not exceed $25,000 unless approved by the Council.  If approved, the contract will continue through February 28, 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 approximate 1-year and 1½-month term or for the entire approximate 5-year and 4½-month term of the contract.  Compensation may not exceed the amount appropriated for these services during the entire contract term.  Estimated compensation totals $10,650 for the initial approximate 1-year and 1½-month term and $58,848 for the entire 5-year and 4½-month term, including the renewal and extension periods.

 

                                                                      Fiscal Summary

 

Funding Source

Initial

Term

 

Total

Compensation

County (1)

  $    10,650   $             58,848    

State

     

Federal

     

Other

     

Total

  $   10,650 (2) $             58,848 (3)
 

(1)  General Fund Operating Budget.

(2)  Estimated compensation for the initial approximate 1-year and 1½-month term.  The contract does not specify a maximum compensation for the initial term.  Compensation may not exceed the amount appropriated for these services.

(3)  Estimated compensation for the entire approximate 5-year and 4½-month term, including the renewal and extension periods.  The contract does not specify a maximum compensation for the entire contract term.  Compensation may not exceed the amount appropriated for these services.

 

 

 

FM-4 (Contract) (cont’d)                                                                                                 March 20, 2017

 

Analysis

 

The contractor will furnish all labor, materials, tools, equipment, and supervision needed to perform GMAX testing of the County’s synthetic turf fields (currently 18), which are required to meet shock absorbency safety standards established by the American Society for Testing and Materials.  The contractor will test each site once per year and provide a written report of the test results.  As needed, the contractor will provide a full field inspection to evaluate the current condition of the synthetic turf’s infill and fiber; the inspection shall include a recommendation on how to preserve/prolong the life expectancy of the field and the estimated life expectancy of the field system.  The rates are $495 per site for GMAX testing and $750 per site for full field inspection.  The Office advised that the life expectancy of a turf field is 10 years and the County’s original turf fields were installed in 2008.

 

The contract commenced January 12, 2017, continues through March 31, 2017, and may not exceed $25,000 unless approved by the Council.  If approved, the contract will continue through February 28, 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 approximate 1-year and 1½-month term or for the entire approximate 5-year and 4½-month term of the contract.  Compensation may not exceed the amount appropriated for these services during the entire contract term.  Estimated compensation totals $10,650 for the initial approximate 1-year and 1½-month term and $58,848 for the entire approximate 5-year and 4½-month term, including the renewal and extension periods.

 

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 contract was awarded through a competitive procurement process based on the lowest responsive and responsible bid.  The Office advised that only one bid was received.

 

 

FM-4 (Contract) (cont’d)                                                                                                 March 20, 2017

 

On January 12, 2015, the County awarded a 2-year contract not to exceed $25,000 with the same contractor for similar services.  The Office advised that expenditures/encumbrances under the contract totaled $13,167.

 

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 20, 2017

 

FM-11 (Contract Amendment)                                                                      Council District(s)  All_

 

 

Office of Budget and Finance

 

Mowing/Maintenance of Athletic Fields and Parks

 

 

The Administration is requesting an amendment to a contract with Lorenz, Inc. to continue to provide on-call mowing services and maintenance of athletic fields, parks, and other County-owned property throughout the County.  The current contract expires June 30, 2017.  The amendment extends the term of the agreement by 5 months (July 1, 2017 through November 30, 2017).  The amendment does not increase the contract’s maximum compensation amount of $12,806,591 for all contractors providing these services for the entire approximate 5-year and 8-month term, including the renewal and extension periods.

 

Fiscal Summary

 

The $12,806,591 maximum compensation amount for all contractors providing these services remains unchanged.  As of March, 2, 2017, expenditures for all contractors providing these services totaled $3,242,759.  Estimated expenditures for the proposed 5-month extension total $447,343.

 

 

Analysis

 

Under the proposed amendment, the contractor will continue to provide all labor, materials, tools, equipment, and supervision for mowing services and maintenance of athletic fields, parks, and other County-owned properties throughout the County on an on-call basis.  Sites will be mowed and ball diamonds groomed every 7 to 10 days.  The County will be billed at unit prices ranging from $41.25 to $1,237.46, depending on the size of the site.  The contractor will maintain ball diamonds at a cost of $40 per diamond per job.

 

 

FM-11 (Contract Amendment) (cont’d)                                                                       March 20, 2017

 

 

The proposed amendment is necessary since the current contract expires June 30, 2017.  The Office advised that it would also be beneficial for the County and contractors to align contract terms with the typical mowing season, which ends November 30th.

 

On May 24, 2012, the Council approved the original approximate 5-year and 3-month contract, which commenced April 10, 2012, with this contractor and Bartenfelder Landscaping Services, Inc.  Compensation for both contractors combined may not exceed $12,806,591 for the entire approximate 5-year and 3-month term, including the renewal periods.  The proposed amendment extends the term of the agreement with Lorenz, Inc. by 5 months (July 1, 2017 through November 30, 2017) on the same terms and conditions; there is no change in the maximum compensation.  The County may terminate the agreement by providing 30 days prior written notice.

 

The Office advised that it similarly offered a 5-month extension to Bartenfelder Landscape Services, Inc.; however, the contractor chose not to extend its agreement.  The Office advised that beginning July 1, 2017, Lorenz Inc. will mow the sites previously mowed by Bartenfelder Landscape Services, Inc.  The Office further advised that it plans to solicit bids and have new contracts in place for the 2018 mowing season.

 

The original contracts were awarded through a competitive procurement process based on the two lowest bids from three bids received.  As of March 2, 2017, $3,242,759 has been expended under the two contracts, including $3,190,831 to Lorenz, Inc. and $51,928 to Bartenfelder Landscape Service, Inc.  The Office advised that Lorenz, Inc. provides all of the ball diamond grooming and was the low bidder on most of the mowing sites.  The Office estimates expenditures for the 5-month extension will total $447,343.

 

Lorenz, Inc. currently has the following contracts with the County:

 

 

 

FM-11 (Contract Amendment) (cont’d)                                                                       March 20, 2017

 

 

Council Approved   Type of Service   Maximum Compensation   Expenditures

as of 3/1/2017

  Contract Expiration Date
3/18/13   Mowing:

– Inwood Cluster

  $        194,944   $     152,518   3/31/18
    – Double Rock Cluster 1   148,529   102,614   3/31/18
    – Double Rock Cluster 2   111,397   75,119   3/31/18
    – Double Rock Cluster 3   144,369   106,186   3/31/18
    – Texas Cluster   179,727   126,311   3/31/18
    Towson Streetscape   258,421   64,734   2/28/18
    Westside Streetscape   168,011   50,513   2/28/18
8/5/13   Mowing Sparrows Point Cluster   277,166   208,229   3/31/18
11/4/13   Dundalk Streetscape   241,547   61,008   2/28/18
7/5/16   On-Call Landscaping   1,092,631 * 0   2/28/21
9/6/16   On-Call Repairs and Maintenance to Natural Turf Fields   2,024,644 * 14,570   2/28/21
    Total       $     961,802    
 

* Combined maximum compensation with one other contractor.

 

FM-12 on this agenda is a 5-year and 3-month contract with Lorenz, Inc. with estimated compensation totaling $583,340 to provide mowing services for highway medians, roadsides, and roundabouts at locations throughout the County.

 

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 20, 2017

 

 

FM-12 (Contract)                                                                                             Council District(s)   All_

 

 

Office of Budget and Finance

 

Mowing/Maintenance of Medians, Roadsides and Roundabouts

 

 

The Administration is requesting approval of a contract with Lorenz, Inc. to provide mowing services for highway medians, roadsides, and roundabouts located throughout the County.  The contract commenced March 1, 2017, continues through June 30, 2017, and may not exceed $25,000 unless approved by the Council.  If approved, the contract will continue through February 28, 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 or for the entire 5-year and 3-month term, including the renewal and extension periods.  Compensation may not exceed the amount appropriated for these services during the entire contract term.  Estimated compensation totals $105,570 for the initial 1-year term and $583,340 for the entire 5-year and 3-month term, including the renewal and extension periods.

 

 

Fiscal Summary

 

Funding Source

Initial

Term

 

Total

Compensation

County (1)

  $  105,570   $           583,340    

State

     

Federal

     

Other

     

Total

  $  105,570 (2) $           583,340 (3)
 

(1)  General Fund Operating Budget.

(2) Estimated compensation for the initial 1-year term. The contract does not specify a maximum compensation for the initial 1-year term. Compensation may not exceed the amount appropriated for these services.

(3)  Estimated 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 entire contract term. Compensation may not exceed the amount appropriated for these services.

 

 

 

FM-12 (Contract) (cont’d)                                                                                               March 20, 2017

 

 

Analysis

 

The contractor will provide mowing services for highway medians, roadsides, and roundabouts at 14 designated locations throughout the County.  Services include mowing, trimming, weed control, litter removal, turf maintenance, and chemical applications.  The contractor will perform these services two times per month, beginning in March and ending in November (a total of 18 site visits).  The unit rate for each site visit ranges from $85 to $1,295, depending on the size of the site.  The County may add mowing sites with total additional costs not to exceed 10% of the value of the original bid.  The County may accept or reject the contractor’s quoted prices for the additional services.  The County may also remove sites or reduce the mowing area of a site.  The Office advised that the contractor’s work will supplement the County’s in-house resources.

 

The contract commenced March 1, 2017, continues through June 30, 2017, and may not exceed $25,000 unless approved by the Council.  If approved, the contract will continue through February 28, 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 or for the entire 5-year and 3-month term, including the renewal and extension periods.  Compensation may not exceed the amount appropriated for these services during the entire contract term.  Estimated compensation totals $105,570 for the initial 1-year term and $583,340 for the entire 5-year and 3-month term.

 

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 contract was awarded through a competitive procurement process based on low bid from 5 bids received.  The two lowest bids were deemed non-responsive.

 

 

FM-12 (Contract) (cont’d)                                                                                               March 20, 2017

 

 

Lorenz, Inc. currently has the following contracts with the County:

 

Council Approved   Type of Service   Maximum Compensation   Expenditures

as of 3/1/2017

  Contract Expiration Date  
5/24/12   On-Call Athletic Fields Maintenance & Mowing   $   12,806,591 * $  3,190,831   11/30/17 **
3/18/13   Mowing:

– Inwood Cluster

  194,944   152,518   3/31/18  
    – Double Rock Cluster 1   148,529   102,614   3/31/18  
    – Double Rock Cluster 2   111,397   75,119   3/31/18  
    – Double Rock Cluster 3   144,369   106,186   3/31/18  
    – Texas Cluster   179,727   126,311   3/31/18  
    Towson Streetscape   258,421   64,734   2/28/18  
    Westside Streetscape   168,011   50,513   2/28/18  
8/5/13   Mowing Sparrows Point Cluster   277,166   208,229   3/31/18  
11/4/13   Dundalk Streetscape   241,547   61,008   2/28/18  
7/5/16   On-Call Landscaping   1,092,631 * 0   2/28/21  
9/6/16   On-Call Repairs and Maintenance to Natural Turf Fields   2,024,644 * 14,570   2/28/21  
    Total       $  4,152,633      
 

* Combined maximum compensation with one other contractor.

** FM-12 on this agenda is an amendment to extend the term 5 months; there is no change in the maximum compensation.

 

 

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….”

 

 

 

 

 

 

 

 

Rob Stradling                                             Fiscal Note                                             March 20, 2017

 

 

FM-5 (Contract)                                                                                               Council District(s)   All_

 

Office of Information Technology

 

 

On-Call Repair of Microwave Radios – Electronic Services

 

 

The Administration is requesting approval of a contract with Microwave Networks Incorporated to provide on-call repair services for microwave radios used for public safety communication.  The contract commenced September 1, 2016, continues for 1 year, and may not exceed $25,000 unless approved by the Council.  If approved, the contract will continue through August 31, 2018 and will automatically renew for three 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 2-year term or for the entire 5-year and 3-month term of the contract, including the renewal and extension periods.  Compensation may not exceed the amount appropriated for these services during the entire contract term.  Estimated compensation totals $30,000 for the initial 2-year term and $82,500 for the entire 5-year and 3-month term, including the renewal and extension periods.  See Exhibit A.

 

                                                                      Fiscal Summary

 

Funding Source   Initial

Term

  Total

Compensation

 
County (1)   $     30,000   $              82,500  
State      
Federal      
Other      
Total   $     30,000 (2) $              82,500 (3)
 

(1) General Fund Operating Budget.

(2) Estimated compensation for the initial 2-year term.  The contract does not specify a maximum compensation for the initial term.  Compensation may not exceed the amount appropriated for these services.

(3) Estimated 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 entire contract term.  Compensation may not exceed the amount appropriated for these services.

 

 

 

FM-5 (Contract) (cont’d)                                                                                                 March 20, 2017

 

Analysis

 

The County’s microwave radio system interconnects the transmitter sites that serve as the backbone of the County’s 800 MHz public safety telecommunications system.  The contractor will provide microwave radio repair services to ensure that this public safety communication equipment continues to be operational and properly maintained.

 

The County will be billed according to unit prices specific to equipment make and model, ranging from $325 to $2,568.  The County will be charged an additional $250 to $500 per unit for emergency repair requiring a 24-hour turnaround.  The contract also provides for field technical support on an as-needed basis at a rate of $1,075 per weekday and $1,475 on weekends and holidays plus $550 per day for travel.

 

The contract commenced September 1, 2016, continues for 1 year, and may not exceed $25,000 unless approved by the Council.  If approved, the contract will continue through August 31, 2018 and will automatically renew for three 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 2-year term or for the entire 5-year and 3-month term of the contract, including the renewal and extension periods.  Compensation may not exceed the amount appropriated for these services during the entire contract term.  Estimated compensation totals $30,000 for the initial 2-year term and $82,500 for the entire 5-year and 3-month term, including the renewal and extension periods.  The Office advised that as of March 7, 2017, $14,244 has been expended under the contract.

 

Prior to the commencement of each renewal period, the County may entertain a request for an escalation in unit prices limited to actual cost increases to the contractor.  The County may accept or reject the request for a price increase within 14 days.  If approved, the adjusted price will remain firm for 1 year from the date of increase.  The County may terminate the agreement by providing 30 days prior written notice.

 

The contract was awarded on a sole-source basis.  The Office advised that Microwave Network Incorporated is the exclusive manufacturer of the County’s microwave radios and does not allow third-party support.

 

 

 

FM-5 (Contract) (cont’d)                                                                                                 March 20, 2017

 

The Office advised that the contractor has provided these services since December 2012, and $45,878 was expended under these contracts.

 

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….”

 

 

 

 

 

 

 

 

 

 

Rob Stradling                                             Fiscal Note                                            March 20, 2017

 

 

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

 

 

Office of Information Technology

 

Recruiting Services – Vacancies in Essential/Highly Technical Skilled Areas

 

 

The Administration is requesting approval of a contract with Sudina Search, LLC to provide recruiting services in order to identify highly qualified candidates to fill essential County vacancies.  The contract commenced February 1, 2017, continues through April 30, 2017, and may not exceed $25,000 unless approved by the Council.  If approved, the contract will continue through January 31, 2018 and will automatically renew for four additional 1-year periods.  The contract does not specify a maximum compensation for the initial 1-year term or for the entire 5-year term.  Compensation may not exceed the amount appropriated for these services during the entire contract term.  The Office advised that the compensation amount is not reasonably estimable at this time due to the unpredictability of future vacancies and the need for these services.  See Exhibit A.

 

                                                                      Fiscal Summary

 

Funding Source   Initial

Term

  Total

Compensation

 
County (1)   $                 *   $                         *  
State      
Federal      
Other      
Total   $                 * (2) $                         * (3)
 

(1) General Fund Operating Budget.

(2) The Office is unable to provide an estimated compensation for the initial 1-year term.  The contract does not specify a maximum compensation for the initial 1-year term.

(3) The Office is unable to provide an estimated compensation for the entire 5-year term, including the renewal periods.  The contract does not specify a maximum compensation for the entire contract term.  Compensation may not exceed the amount appropriated for these services during the entire contract term.

 


 

FM-6 (Contract) (cont’d)                                                                                                 March 20, 2017

 

 

Analysis

 

The contractor will provide specialized search and recruiting services in order to identify highly qualified candidates to fill specialized and technical County vacancies.  The Office advised that the contractor’s experience in effectively identifying qualified candidates will allow the County to fill positions in a more expeditious manner, saving time and resources.

 

The County will pay the contractor a referral fee in the amount of 20% of a chosen candidate’s first year base salary, and the contractor will guarantee all candidates for the first 90 days of employment.  The fee is deemed payable when a candidate referred to the County by the contractor, either directly or indirectly, is hired as an employee, consultant, or independent contractor within 12 months of the contractor’s last communication regarding the candidate.  If a candidate resigns or is terminated, with the exceptions of County downsizing, lay-offs, relocation, or deviation in job duties, the contractor will provide the following refund or credit of the referral fee:

No. of Days of Employment   Refund/Credit
Up to 30 days   A full refund
31 – 60 days   Credit of two-thirds
61 – 90 days   Credit of one-third

 

The contract commenced February 1, 2017, continues through April 30, 2017, and may not exceed $25,000 unless approved by the Council.  If approved, the contract will continue through January 31, 2018 and will automatically renew for four additional 1-year periods 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 or for the entire 5-year term. Compensation may not exceed the amount appropriated for these services during the entire contract term.  The Office advised that the compensation amount is not reasonably estimable at this time due to the unpredictability of future vacancies and the need for these services.  The Office further advised that as of March 3, 2017, no costs have been incurred under this contract.  The County may terminate the agreement by providing 30 days prior written notice.

 

The Office advised that the contractor is currently recruiting for two positions: an Enterprise Architect and a Data Architect.  The Office further advised that the estimated referral fee for these two positions, in addition to a contingency for a third position, totals $75,000.

 

 

FM-6 (Contract) (cont’d)                                                                                                 March 20, 2017

 

 

The County awarded the contract on a non-competitive basis.  The Office requested that the proposed contract be designated as a 902(f) proprietary contract secured in the best interest of the County.  The Office advised that the contractor’s experience and its local presence will help quickly identify qualified personnel to fill specialized County positions.  County Charter, Section 902(f), states that “when…[competitive] bidding is not appropriate, a contract shall be awarded only by competitive negotiations, unless such negotiations are not feasible.  When neither competitive bidding nor competitive negotiations are feasible, contracts may be awarded by noncompetitive negotiations.”

 

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….”

 

 

 

 

 

 

 

 

 

Rob Stradling                                             Fiscal Note                                             March 20, 2017

 

 

FM-7 (Contract Amendment)                                                                  Council District(s)     All   _

 

 

Office of Information Technology

 

Hardware/Software Support, Upgrades – LiveScan Fingerprint Systems

 

 

The Administration is requesting an amendment to a contract with Cross Match Technologies, Inc. to continue to provide support, maintenance, and new equipment/upgrades of the LiveScan fingerprint systems.  The amendment adds five automatic 1-year renewal periods to the current approximate 6-year and 2-month term and increases the maximum compensation by $599,882, from $370,242 to $970,124, for the entire approximate 11-year and 2-month term of the contract, including the five additional renewal periods.  The contract commenced February 28, 2013.  See Exhibit A.

 

Fiscal Summary

 

Funding

Source

Contract Amendment

 

Current

Maximum Compensation

Amended Maximum Compensation

County (1)

  $          599,882   $           370,242

$           970,124

State

 

Federal

 

Other

 

Total

$          599,882   $           370,242   $           970,124 (2)
 

(1) Operating Budget and/or Capital Projects Fund.

(2) Maximum compensation for the entire approximate 11-year and 2-month term, including the five additional 1-year renewal periods.

 

 

Analysis

 

Under the proposed amendment, the contractor will continue to provide software and hardware support, technology refreshes, and maintenance on the existing and any new LiveScan fingerprint

 

 

FM-7 (Contract Amendment) (cont’d)                                                                         March 20, 2017

 

 

systems.  The LiveScan systems provide electronic transmission of demographic data, mug shots, and fingerprint records from the County’s Enterprise Booking System to the State’s Criminal Justice Information System central repository to facilitate rapid fingerprint identification of criminal and non-criminal subjects.  The LiveScan systems include fingerprint readers, printers, peripheral equipment, and software.  The County has 16 LiveScan systems which are used by each Police precinct, Police Headquarters, the Department of Corrections, and the Sheriff’s Office.

 

On December 7, 2006, the County awarded Cross Match Technologies, Inc. a contract to provide support for 14 LiveScan systems; the contract expired February 28, 2013.  The contract was awarded through a competitive procurement process and was considered a commodity purchase; expenditures under this contract totaled $267,166.  On September 8, 2009, the Council approved a contract not to exceed $97,980 with Cross Match Technologies, Inc. to provide a software interface between the LiveScan system used by the Police Department and the new Enterprise Booking System; expenditures under this contract totaled $58,400.

 

On May 6, 2013, the Council approved the current 6-year and 2-month contract (that was retroactively effective February 28, 2013) with compensation not to exceed $370,242.  The proposed amendment adds five automatic 1-year renewal periods to the current 6-year and 2-month term and increases the maximum compensation of the contract by $599,882, from $370,242 to $970,124, for the entire 11-year and 2-month term, including the renewal and extension periods.  All other terms and conditions remain the same.  The Office advised that the proposed increase in compensation of $599,882 during the extended contract term includes $317,520 for support and maintenance on existing and new equipment and a contingency of $282,362 to replace aged LiveScan system components.

 

The original contract was awarded on a non-competitive basis since Cross Match Technologies, Inc. is the sole developer of the proprietary database for the LiveScan systems.  The Office advised that as of March 7, 2017, $369,218 has been expended under the current contract – $224,078 on new equipment to replace aged LiveScan printers, scanners, and peripheral equipment (e.g., desktop computers) and $145,140 to cover support and maintenance agreements for all County-owned LiveScan 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….”

 

 

 

 

 

Rob Stradling                                             Fiscal Note                                             March 20, 2017

 

 

FM-8 (Contract Amendment)                                                                  Council District(s)     All   _

 

 

Office of Information Technology

 

Phase II – Crisis Response System (BCCRS)

 

 

The Administration is requesting an amendment to a contract with The Council of State Governments, LTD to provide for Phase II of a project to review and enhance the Police Department’s responses to people with behavioral health needs.  The proposed amendment extends the term of the agreement through March 31, 2017, unless the Council approves the agreement, in which case the term is extended through project completion (estimated to be December 31, 2017).  The County may further extend the agreement an additional 90 days.  The amendment states that the County will pay the contractor $75,000 for Phase II consulting services and increases the maximum compensation of the contract by $190,000, from $25,000 to $215,000, for the entire 17-month term of the contract, including the extension period.  The increased maximum compensation also provides contingency funding for additional Phase II services, if needed.  See Exhibit A.

 

Fiscal Summary

 

Funding

Source

Contract Amendment

 

Current

Maximum Compensation

Amended Maximum Compensation

County (1)

  $         190,000   $             25,000

$           215,000

State

 

Federal

 

Other

 

Total

$         190,000   $             25,000   $           215,000 (2)
 

(1) Capital Projects Fund (Enhanced Productivity Thru Technology).

(2) Maximum compensation for the entire 17-month term, including the extension period.

 

 

 

 

FM-8 (Contract Amendment) (cont’d)                                                                         March 20, 2017

 

Analysis

 

The Police Department advised that the contractor is a nonprofit, nonpartisan organization that “promote[s] effective data-driven practices—particularly in areas which the criminal justice system intersects with other disciplines, such as public health—to provide practical solutions to public safety and cross-systems problems.”

 

On December 15, 2016, the County entered into an agreement with the contractor (retroactive to November 1, 2016) to provide consulting services for Phase I of an initiative to review and enhance the Police Department’s responses to people with behavioral health needs.  Phase I included a preliminary review of the Baltimore County Crisis Response System (BCCRS) to identify strengths, challenges, and opportunities for enhancement for responding to people with behavioral health needs and to increase opportunities for diversion from the criminal justice system.  The BCCRS is a collaborative program between the County Police and Health Departments and Affiliated Sante Group in order to provide comprehensive crisis intervention services to persons in mental health crises.  The Office advised that the initial review of the BCCRS has been completed and key areas that need further assessment were identified.

 

Under the proposed amendment, the contractor will provide consulting services for Phase II of the initiative.  During Phase II, the contractor will conduct a more thorough assessment of BCCRS’s policies, practices, and data and make recommendations.  The review will include: 1) conducting interviews with stakeholders (e.g., Executive Office and leaders of the Police Department and behavioral health agencies); 2) reviewing written policies and procedures and training curricula and delivery; 3) reviewing and observing agency practices (e.g., direct observations of responses to behavioral health calls for services through ride-alongs); and 4) analyzing 911 data to map activity flows and procedures.  The contractor will provide a draft written report and presentation of preliminary recommendations to enhance operations of individual agencies and BCCRS, as well as best practices and national program models.

 

On December 15, 2016, the County entered into the original agreement with the contractor (retroactive to November 1, 2016) not to exceed $25,000 to provide Phase I consulting services through March 1, 2017.  The contract provided that if the County elected to proceed with Phase II and the Council approved the agreement, the term would continue through October 31, 2017 with the option to extend the term an additional 90 days.  The Office advised that as of March 1, 2017, $25,000 has been encumbered under the contract.

 

 

FM-8 (Contract Amendment) (cont’d)                                                                         March 20, 2017

 

 

The proposed amendment extends the term of the agreement through March 31, 2017, unless the Council approves the agreement, in which case the term is extended through project completion (estimated to be December 31, 2017).  The County may further extend the agreement an additional 90 days on the same terms and conditions.  The amendment states that the County will pay the contractor $75,000 for Phase II consulting services and increases the maximum compensation of the contract by $190,000, from $25,000 to $215,000, for the entire 17-month term, including the extension period.  The Office advised that the increased maximum compensation amount includes $90,000 for potential additional Phase II work and a $25,000 contingency.  The amendment also incorporates the scope of work to be performed for Phase II of the project.  All other terms and conditions remain the same.  The County may terminate the agreement by providing 30 days prior written notice.

 

The County awarded the agreement on a non-competitive basis, designating it as a 902(f) proprietary contract secured in the best interest of the County.  County Charter, Section 902(f), states that “when…[competitive] bidding is not appropriate, a contract shall be awarded only by competitive negotiations, unless such negotiations are not feasible.  When neither competitive bidding nor competitive negotiations are feasible, contracts may be awarded by noncompetitive negotiations.”

 

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….”

 

 

 

 

 

 

 

 

 

Andrea Van Arsdale                                 Fiscal Note                                            March 20, 2017

 

 

FM-9 (5 Contracts)                                                                                         Council District(s) _All_

 

 

Department of Planning

 

Settlement Expense Loan Program

 

 

The Administration is requesting approval of five contracts to administer the Settlement Expense Loan Program (SELP) to assist low- and moderate-income, first-time homebuyers.  The five contractors are Belair-Edison Neighborhoods, Inc., Diversified Housing Development, Inc., Eastside Community Development Corp., HARBEL Community Organization, Inc., and St. Ambrose Housing Aid Center, Inc.  Each contract commenced October 26, 2016, continues through June 30, 2017, and may not exceed $25,000 unless approved by the Council.  If approved, each contract may be renewed for four additional 1-year periods with the option to further extend the initial term or any renewal term an additional 90 days.  Compensation for all contractors combined may not exceed $631,775 for the initial 11-month term, including the extension period.  The contracts do not specify a maximum compensation for the entire contract term.  Compensation for each renewal period shall be negotiated between the County and the contractors and will be determined by the availability of grant funds.  Estimated compensation totals $3,158,875 for all contractors combined for the entire 4-year and 11-month term, including the renewal and extension periods.

 

Fiscal Summary

 

Funding Source

Initial
Term
 

Combined

Total

Compensation

County (1)

  $   300,000   $        1,500,000    

State

     

Federal (2)

      331,775   1,658,875  

Other

     

Total

  $   631,775 (3) $        3,158,875 (4)
 

(1) General Fund Operating Budget.

(2) U.S. Department of Housing and Urban Development (HUD) funds.

(3) Maximum compensation for the initial 11-month term, including the extension period, for all contractors combined.

(4) Estimated compensation for the entire 4-year and 11-month term, including the renewal and extension periods, for all contractors combined.  Compensation for each renewal period shall be negotiated between the County and the contractors and will be determined by the availability of grant funds.

 

 

 

FM-9 (5 Contracts) (cont’d)                                                                                            March 20, 2017

 

 

Analysis

 

The SELP is part of the HOME Investments Partnership Program funded by the U.S. Department of Housing and Urban Development (HUD).  The Department uses the HUD funds for its Housing and Homeownership Assistance Program to promote homeownership in the designated community conservation areas of the County and to assist low- and moderate-income, first-time homebuyers whose incomes are at or below 80% of the area median income.  The SELP provides loans of up to $10,000 for down payments and closing cost assistance to these first-time homebuyers purchasing existing homes in designated community conservation areas of the County.  SELP loans are forgiven after 15 years unless sale, transfer of title, or default occurs prior to the end of the 15 years.  Assistance also includes educational and counseling services.

 

Each contract commenced October 26, 2016, continues through June 30, 2017, and may not exceed $25,000 unless approved by the Council.  If approved, each contract may be renewed 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.  Compensation for all contractors combined may not exceed $631,775 for the initial 11-month term, including the extension period.  The contracts do not specify a maximum compensation for the entire contract term.  Compensation for each renewal period shall be negotiated between the County and the contractors and will be determined by the availability of grant funds.  Estimated compensation totals $3,158,875 for all contractors combined for the entire 4-year and 11-month term, including the renewal and extension periods.  The County may terminate the agreements by providing 30 days prior written notice.

 

The estimated number of clients to be served by each contractor is as follows:

  • Belair-Edison Neighborhoods, Inc. expects to provide homebuyer education to 350 families, counsel prospective buyers individually, and settle approximately 10 loans.
  • Diversified Housing Development, Inc. expects to provide homebuyer education to 700 families, counsel prospective buyers individually, settle approximately 25 loans, coordinate 1 foreclosure outreach event, and provide foreclosure prevention and mitigation counseling to 75 households.
  • Eastside Community Development Corporation expects to provide homebuyer education to 700 families, counsel prospective buyers individually, settle approximately 15 loans, coordinate 1 foreclosure outreach event, and provide foreclosure prevention and mitigation counseling to 75 households.

 

 

FM-9 (5 Contracts) (cont’d)                                                                                            March 20, 2017

 

 

  • HARBEL Community Organization, Inc. expects to provide homebuyer education to 700 families, counsel 300 prospective buyers individually, settle approximately 15 loans, and provide foreclosure prevention and mitigation counseling to 75 senior households.
  • Ambrose Housing Aid Center, Inc. expects to provide homebuyer education to 500 families, counsel prospective buyers individually, settle approximately 15 loans, provide foreclosure prevention and mitigation counseling to 75 households, coordinate 1 foreclosure outreach event, and provide legal services to 75 homeowners and/or seniors.

 

The contracts were awarded through a competitive procurement process based on qualifications and experience from seven proposals received.  The Department advised that as of March 2, 2017, $25,000 has been expended to Eastside Community Development Corporation under the proposed contract.

 

On July 2, 2012, the Council approved four 5-year and 9-month contracts, which commenced January 1, 2012, for the following contractors to administer the SELP:  HARBEL Community Organization, Inc., Diversified Housing Development, Inc., Southeast Community Development Corporation, and Neighborhood Housing Services of Baltimore, Inc.  The contracts expire June 30, 2017.  The Office of Budget and Finance, Purchasing Division advised that as of March 1, 2017, $2,610,792 has been expended/encumbered under these contracts.  The Department advised that it will continue to use the contracts with HARBEL Community Organization, Inc. and Diversified Housing Development, Inc. through June 30, 2017.  The Office further advised that the proposed contracts will begin retroactively in order to ensure continuity of services once the current agreements expire.

 

The 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….”

 

 

 

 

 

 

 

 

 

Amy Grossi                                                 Fiscal Note                                             March 20, 2017

 

 

FM-10 (Contract)                                                                                          Council District(s) __6__

 

 

Department of Permits, Approvals and Inspections

 

Acquisition of Easement – Brien Run Sewer Line

 

 

The Administration is requesting approval of a contract to acquire property (two parcels) totaling approximately 0.208 acre for $9,100 to be used for the rehabilitation of the Brien Run sewer line in Essex.  The property is owned by 8911 Kelso Drive, LLC and is located at 8911 Kelso Drive.  The property is zoned ML-IM (Manufacturing Light, Industrial Major) and will be used for temporary construction easement areas.  See Exhibit A.

 

Fiscal Summary

 

Funding Source

Purchase Price
 

Notes

County (1)

  $        9,100   (1) Capital Projects Fund.  

State

     

Federal

     

Other

     

Total

  $        9,100      

 

 

Analysis

 

Johnson, Mirmiran & Thompson, project engineer, completed an appraisal of the property in February 2015, recommending a value of $9,100.  After review and analysis, S. David Nantz, review appraiser, concurred with the appraisal, recommending the respective amount as just compensation for the acquisition.  The property owner accepted the County’s offer.

 

The 0.208-acre property to be acquired consists of two parcels that are part of a larger (13.76-acre) property, which is improved with a 214,000 sq. ft. manufacturing facility and is the site of the former Worthington Steel Company.

 

 

FM-10 (Contract) (cont’d)                                                                                               March 20, 2017

 

 

The Department advised that six acquisitions are needed for this project, of which this contract represents two acquisitions; this is the only acquisition that requires Council approval.  The Department further advised that only one property still needs to be acquired for this project.

 

The purpose of the Brien Run Interceptor project is to rehabilitate the Brien Run sewer line from the intersection of Compass Road and Lannerton Road to the Stemmers Run Pumping Station on Hengemihle Avenue.  Estimated construction costs total $13 million.  As of February 27, 2017, $142,584 has been expended/encumbered for this project, excluding the cost of this acquisition.  The Department advised that it expects construction will be advertised in September 2017, begin in April 2018, and be completed by April 2020.

 

County Charter, Section 715, requires Council approval of real property acquisitions where the purchase price exceeds $5,000.

 

 

 

 

 

 

 

 

 

Steve Walsh                                               Fiscal Note                                             March 20, 2017

 

 

MB-2 (Res. 27-17)                                                                                         Council District(s) __4__

 

 

Mr. Quirk (By Req.)

 

 

Department of Public Works

 

Extension of Sanitary Sewer System – Delight Road

 

 

Resolution 27-17 approves an extension of the County’s sanitary sewer to Delight Road in the Reisterstown area, Fourth Election District and Fourth Councilmanic District.  The extension will benefit one improved property at 115 Delight Road.

 

Fiscal Summary

 

Funding

Source

Construction
Cost
  Notes

County

 
$         193,706 (1) (1) Capital Projects Fund – Metropolitan District; includes $51,532 County contribution above the self-supporting project cost.

(2) Property owner’s responsibility to be paid over 40 years through front-foot assessments and construction loan charges.

State

 

Federal

 

Other

73,615 (2)

Total

$         267,321

 

 

Analysis

 

Section 20-1-119 of the Baltimore County Code (2015) authorizes the extension of the water and sewer system to serve existing housing units without meeting the normal requirement of the Metropolitan District Act that the project be self-supporting.  This section authorizes an exception if a project is judged necessary due to existing unsanitary conditions.  However, the system extension is conditioned upon the holding of a public hearing at which the Department of Public Works must notify the affected property owner(s) of all project costs.  The hearing for the proposed

 

 

MB-2 (Res. 27-17) (cont’d)                                                                                              March 20, 2017

 

 

extension was held on February 14, 2017.  The law also requires the County Council to approve the extension by adoption of a resolution.

 

According to the Administration, a determination has been made that a significant health problem exists in the affected area.  The extension of the sanitary sewer system will eliminate the problem by halting discharge of surface sewerage into the public area and the resulting well contamination.

 

The Administration advised that construction costs for the project total $267,321.  The County will assume a portion of the cost, and the balance will be paid by the property owner through front-foot assessment and associated construction loan charges over a 40-year period.  The County’s responsibility is $193,706 (including a $51,532 County contribution above the self-supporting project cost); the property owner’s responsibility is $73,615.

 

This resolution shall take effect from the date of its passage by the County Council.

 

 

 

 

 

 

 

 

Council                                                        Fiscal Note                                             March 20, 2017

 

 

MB-3 (Res. 28-17)                                                                                      Council District(s) __All__

 

 

Councilmembers Bevins, Crandell and Marks

 

 

Planning Board – Review of Regulations on Development Plans and Plats

 

 

Resolution 28-17 asks the Planning Board to review the relevant County laws and regulations relating to the applicability of current federal, state, and local standards and regulations to development plans or plats which were approved under previous standards and regulations that have been abrogated or superseded.

 

Approvals for residential and commercial development projects often go back many years and may have been reviewed and approved as far back in time as the County Review Group (CRG) process from the 1980’s and early 1990’s, the more familiar development review and approval process that culminates in a Hearing Officer’s Hearing before an Administrative Law Judge, as well as the current Development Review Committee (DRC) process, including amendments to those previous CRG plans and plats.

 

Over time, standards for development and regulations have changed, and in most cases, have become more stringent and protective, and have established more rigorous standards particularly in the areas of stormwater management, the environment, and critical areas.

 

The County Council previously passed legislation (Bills 24-06, 24-08, and 58-09) to require previously approved developments to comply with the current law and the current development procedural review process.

 

The Planning Board is requested to report to the County Council its findings regarding the application of the most current standards and regulations to development projects that were approved under previous standards and regulations that are no longer valid, and to recommend the manner in which to implement the policy directives expressly stated in Bills 24-06, 24-08 and 58-09 that require adherence to all current laws and development review processes, particularly for residential development plans.

 

Prior to submitting their findings and recommendations, the Planning Board is required to hold a public hearing.

 

 

 

 

 

 

 

 

 

 

 

 

BALTIMORE COUNTY COUNCIL

NOTES TO THE AGENDA

APPENDIX A