HomeMy WebLinkAbout170912 AgendaTerry L. Baker, President
Jeffrey A. Cline, Vice
President
s.
Washington County
MARYLAND
John F. Barr
Wayne K. Keefer
LeRoy E. Myers, Jr.
090 West Washington Street, Suite 10911 Hagerstown, MD 21740-4735 I P: 240.313.2200 I F: 240.313.2201
WWW.WASHCO-MD.NET
09:30 A.M.
BOARD OF COUNTY COMMISSIONERS
September 12, 2017
Agenda
INVOCATION AND PLEDGE OF ALLEGIANCE
CALL TO ORDER, President Terry L. Baker
APPROVAL OF MINUTES — AUGUST 29, 2017
09:35 A.M. COMMISSIONERS' REPORTS AND COMMENTS
09:40 A.M. REPORTS FROM COUNTY STAFF
County Attorney: Resolution
09:45 A.M. CITIZENS PARTICIPATION
09:50 A.M. REJECTION OF BID (PUR-1354): ONE (1) NEW AIRCRAFT DEICE TRUCK WITH
RAPID HEAT AND FORCED AIR SYSTEM — Rick Curry, Director of Purchasing
Department and Phil Ridenour, Director, Hagerstown Regional Airport
09:55 A.M. BID AWARD (PUR-1355): ONE (1) NEW MULTI -PURPOSE AIRPORT ROTARY
PLOW, AIRPORT RUNWAY BROOM WITH AIRBLAST SYSTEM AND CARRIER
VEHICLE AT THE HAGERSTOWN REGIONAL AIRPORT — Rick Curry, Director of
Purchasing and Phil Ridenour, Director, Hagerstown Regional Airport
10:00 A.M. BID AWARD (PUR-1356): INTERVENTION AND CASE MANAGEMENT FOR
YOUTH OF INCARCERATED PARENTS IN WASHINGTON COUNTY,
MARYLAND — Rick Curry, Director of Purchasing and Phil Ridenour, Director,
Hagerstown Regional Airport
10:05 A.M. CONTRACT AWARD (PUR-1357): COMMUNITY PLANNING AND PROGRAM
DEVELOPMENT CONSULTANT IN WASHINGTON COUNTY, MARYLAND —
Rick Curry, Director of Purchasing and Stephanie Lapole, Grant Manager, Office of
Community Grant Management
10:10 A.M. EMERGENCY NUMBERS SYSTEM BOARD SECURITY SYSTEM - APPROVAL
TO ACCEPT AWARD FUNDING - Stephanie Lapole, Grant Manager, Office of
Community Grant Management
10:15 A.M. HAGERSTOWN URBAN IMPROVEMENT PROJECT - PEDESTRIAN BRIDGE
COMPONENT — James B. Hovis, Director, Office of Community Grant Management
and Brennan Garrett, Sr. Architectural Project Manager, Engineering Department
Individuals requiring special accommodations are requested to contact the Office of the County Commissioners, 240.313.2200 Voice/TDD, to make
arrangements.
10:30 A.M. CONSTRUCTION BID AWARD: BOTTOM ROAD DRAINAGE IMPROVEMENT,
CONTRACT NUMBER DR -BR -215-12 - Scott Hobbs, Director, Division of
Engineering
10:35 A.M.
REQUEST TO DECLARE CERTAIN REAL PROPERTY AS SURPLUS PROPERTY
AND CONVEYANCE OF SAME - Susan Small, Real Property Administrator, Division
of Engineering
10:40 A.M. RZ-16-004 - APPLICATION FOR MAP AMENDMENT; ACH, LLC, APPLICANT —
Kirk Downey, Deputy County Attorney
10:45 A.M. CLOSED SESSION
(To discuss the appointment, employment, assignment, promotion, discipline, demotion, compensation, removal, resignation,
or performance evaluation of appointees, employees, or officials over whom this public body has jurisdiction; or any other
personnel matter that affects one or more specific individuals.)
11:00 A.M. Depart for 1650 Pullman Lane, Hagerstown, MD
11:30 A.M. ANNUAL CONSERVATION AWARDS AND LUNCHEON WITH WASHINGTON
COUNTY SOIL CONSERVATION DISTRICT — Washington County Soil Conservation
District and the Board of County Commissioners
Location: Homewood Suites by Hilton, 1650 Pullman Lane, Hagerstown MD
12:30 P.M. BREAK
MEETING AT THE TOWN OF KEEDYSVILLE
LOCATION:• 19 SOUTH MAIN STREET
KEEDYSVILLE, MD 21756
07:00 P.M. INVOCATION AND PLEDGE OF ALLEGIANCE
CALL TO ORDER, President Terry L. Baker
07:05 P.M.
COMMISSIONERS' REPORTS AND COMMENTS
MAYOR AND COUNCIL COMMENTS
07:15 P.M. REPORTS FROM COUNTY STAFF
07:25 P.M. CITIZENS PARTICIPATION
Individuals requiring special accommodations are requested to contact the Office of the County Commissioners, 240.313.2200 Voice/TDD, to make
arrangements.
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Rejection of Bid (PUR-1354) - One (1) New Aircraft Deice Truck with Rapid Heat
and Forced Air System
PRESENTATION DATE: September 12, 2017
PRESENTATION BY: Rick Curry, CPPO — Director of Purchasing Department and Phil
Ridenour — Director, Hagerstown Regional Airport
RECOMMENDED MOTION: Move to reject the bid received on August 9, 2017, for the
purchase of one (1) Aircraft Deice Truck with Rapid Heat and Forced Air System due to the bid
does not meet bid specifications.
REPORT -IN -BRIEF: Notice of the bid was published in the local newspaper, listed on the State
of Maryland's "eMaryland Marketplace" website, and on the County's website. Twenty-six (26)
person's/companies registered/downloaded the bid document on-line. Only one (1) bid was
received, which was non -responsive. The department is going to revise the specifications to solicit
new pricing for one (1) Aircraft Deice unit.
DISCUSSION: N/A
FISCAL IMPACT: The equipment is in the Airport CIP budget (EQP031) with funding
at 90% Federal Aviation Administration (FAA), 5 % State, and 5 % County, the budget balance
as of September 1, 2017 is $959,000.00.
CONCURRENCES: Director of the Division Public Works and Federal Aviation
Administration (FAA)
ALTERNATIVES: N/A
ATTACHMENTS: Bid Matrix Tabulation.
AUDIOVISUAL NEEDS: N/A
PUR-1354 One (1) New Aircraft Deice Truck with Rapid Heat
and Forced Air System
Ground Support Specialist, L.L.C.
Horn Lake, MS
Item
Unit
Total
Base Bid Description
Unit
Qty.
No.
Price
Price
One (1) New Aircraft Deice
SRE-100.1
Truck with Rapid Heat and
L.S.
1
$299,236.00
$299,236.00 *
Forced Air System
Total Base Bid
$299,236.00 *
*Corrected calculation based on unit pricing
Bids Opened: August 9, 2017
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Bid Award (PUR-1355) - One (1) New Multi -Purpose Airport Rotary Plow,
Airport Runway Broom with Airblast System and Carrier Vehicle at the Hagerstown Regional
Airport
PRESENTATION DATE: September 12, 2017
PRESENTATION BY: Rick Curry, CPPO, Director of Purchasing and Phil Ridenour —
Director, Hagerstown Regional Airport
RECOMMENDED MOTION: Move to award the purchase of one (1) New Multi -Purpose
Airport Rotary Plow, Airport Runway Broom with Airblast System and Carrier to the
responsible bidder with the lowest responsive bid, Wausau Equipment Company, Inc., of New
Berlin, WI for the total sum of $639,767.00.
REPORT -IN -BRIEF: On August 9, 2017, the County received four (4) bids for the Multi -
Purpose Airport Rotary Plow, Airport Runway Broom with Airblast System and Carrier Vehicle.
The Invitation to Bid (ITB) notice was published in the local newspaper, listed on the State of
Maryland's "eMaryland Marketplace" website, and on the County's website. Twenty-four (24)
persons/companies registered/downloaded the bid document on-line. The new unit which is
equipped with a high-speed rotary snow plow, also called a snow blower will primarily be used
to cast heavy concentrations of snow away from the operational areas such as runways and
taxiways.
DISCUSSION: N/A
FISCAL IMPACT: The equipment is in the Airport CIP budget (EQP031) with
funding at 90% Federal Aviation Administration (FAA), 5 % State, and 5 % County, the budget
balance as of September 1, 2017 is $959,000.00.
CONCURRENCES: Federal Aviation Administration (FAA)
ALTERNATIVES: N/A
ATTACHMENTS: Bid Matrix Tabulation and FAA's letter of approval.
AUDIO/VISUAL TO BE USED: N/A
PUR-1355 One (1) New
Multi -Purpose Airport Rotary Plow, Airport Runway Broom with Airblast System and Carrier Vehicle
Wausau
Equipment Company,
Inc.
New Berlin, WI
M -B Companies, Inc.
Chilton, WI
Kodiak America
Burley, ID
Oshkosh
Airport Products,
LLC
Appleton, WI
Item
No.
Base Bid Description
Unit
Qty.
Total
Price
Total
Price
Total
Price
Total
Price
SRE-200.1
One (1) Multi -Purpose Airport Rotary
Plow, Airport Runway Broom with
Airblast System and Carrier Vehicle
L.S.
1
$639,767.00
$647,421.00
$671,000.00
$694,573.00
Page 1 of 1 Bids Opened: August 9, 2017
U. S. Department
Of Transportation
Federal Aviation
Administration
September 1, 2017
Mr. Phil Ridenour, CM
Airport Director
Hagerstown Regional Airport
18434 Showalter Road
Hagerstown, Maryland 21742
Reference: Hagerstown Regional Airport
Rotary Plow Vehicle
AIP 3-24-0019-0057-2017
Dear Mr. Ridenour:
WASHINGTON AIRPORTS DISTRICT OFFICE
23723 Air Freight Lane, Suite 210
Dulles, Virginia 20166
Telephone: 703/661-1359 Fax: 703/661-1370
We have reviewed the tabulation of bids for work associated with the referenced project enclosed
with your August 16, 2017 letter. Based on our review of that information, the FAA concurs in
your recommendation to award the contract to the low bidder listed below.
Contractor
Wausau Equipment
Amount of Bid
$639, 767.00
Description
Rotary Plow
Please note that you have the responsibility regarding compliance with local statutes, ordinances,
charter provisions, licenses, etc., relating to the award of contracts and construction work in
general.
One copy of the executed or conformed contract documents, including as bid plans and
specifications, contract, bonds, and any addenda must be sent to us for review and approval prior
to issuance of the Notice to Proceed to the contractor.
Please contact our office if you have any questions!.
Sincerely,
Thomas A, Priscilla, Jr.
Washington Airports District Office
Cc: Mr. Kukata, ADCI
Washington County
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Contract Award (PUR-1356) - Intervention and Case Management for
Youth of Incarcerated Parents in Washington County, Maryland
PRESENTATION DATE: September 12, 2017
PRESENTATION BY: Rick Curry, CPPO — Director of Purchasing and Stephanie
Lapole, Grant Manager — Washington County Office of Community Grant Management (OCGM)
RECOMMENDED MOTION: Move to award the contract for the Intervention and Case
Management for Youth of Incarcerated Parents program in Washington County, Maryland to the
responsible proposer with the responsive proposal in the amount of $100,000.00.
REPORT -IN -BRIEF: The purpose of the service is to fulfill requirements of the County's
Community Partnership Agreement (CPA) for fiscal year 2018 with the Governor's Office for
Children (GOC). The services are to be performed during the contract period that commences upon
contract execution and ends June 30, 2018 with an option by OCGM to renew the awarded contract
up to (2) additional years through fiscal year 2020.
The Coordinating Committee was comprised of the following members: OCGM Director designee
(Chairman Designee), County Buyer, OCGM Grant Manager, LMB Board Chairperson, or designee
and LMB Community Planning and Review Committee Chairperson or designee. The RFP was
advertised locally in the newspaper and on the County's web site, as well as on the State's "eMaryland
Marketplace" web site. Notice of the RFP was e -mailed to those individuals/firms on the OCGM's e-
mail list. Sixty-five (65) persons/firms accessed the RFP document from the web site. Four (4)
providers were represented at the pre -proposal conference.
DISCUSSION: N/A
FISCAL IMPACT: Funding from the Maryland Governor's Office for Children in the
amount of $100,000.00.
CONCURRENCES: Award as unanimously recommended by the Coordinating Committee.
ALTERNATIVES: N/A
ATTACHMENTS: Scope of Work (excerpt from RFP document).
AUDIOVISUAL NEEDS: N/A
MARYLAND
Washington County
COORDINATING
COMMITTEE
100 West Washington Street, Room 3200 I Hagerstown, MD 21740-4748 I P: 240.313.2330 I F: 240.313.2331
www.washco-md.net
PUR-1356
THE PROVISION OF INTERVENTION & CASE MANAGEMENT
FOR YOUTH OF INCARCERATED PARENTS
II. SCOPE OF WORK
After accessing the needs of the community and review of current data about school
readiness, the Washington County Local Management Board has concluded that
programming is necessary to impact this issue particularly among those youth whose
parent(s) have been or are currently incarcerated. Research indicates that this population
has increased risk of poor school performance. The Board wishes to fund a program that
will coordinate with local law enforcement to provide school readiness/success resources
along with case management to this population.
The program will specifically target youth ages 0-18 (along with their caregivers) with at
least one parent currently incarcerated at the Washington County Detention Center
(WCDC) or the Washington County Day Reporting Center (WCDRC). The selected
contractor will work closely with both agencies to provide services including but not
limited to family assessment, case management and referral to services. Parent/caregiver
classes will be provided to include school readiness and parenting skills curriculum. The
overall goal of the program is provide services to youth of incarcerated parents and their
caregivers, recognizing the adverse impact parental incarceration may have on the family.
1. Staffing — Case Management Services may be provided by one or more
Case Managers either on a full or part-time basis as long as the services
meet the minimum requirement of 390 hours per quarter. A qualified
applicant preferably has a Bachelor's Degree or higher in a mental health or
human services field with at least two years' experience working with youth
and families. Applicants with Bachelor's Degrees in other fields or with
Associates Degrees in mental health or human services field with at least
four years' work experience working with youth and families will also be
considered. Please note staff or employee leave time including but not
limited to vacation, personal and sick leave will not be reimbursable under
this project per GOC guidelines and policies.
2. Collaborative efforts — Services must include strong agency and community
collaboration and involvement. It will be required that the Contractor create
and/or maintain a collaborative relationship with local law enforcement and
service providers.
Scope of Work (excerpt from RFP document)
PUR-1356 Intervention & Case Management for Youth of Incarcerated Parents
Page 1
3. Coordination with local law enforcement — A Memorandum of
Understanding between the Contractor and WCDC and WCDRC is required
to be executed prior to the start of services. The service provider shall obtain
all necessary malpractice and liability insurances in the amounts required
by WCDC and WCDRC.
4. Referrals to Service — The Program will be accessible by all targeted youth
and families (see POPULATION SERVED), allowing referrals from all law
enforcement agencies (including WCDC and WCDRC) , school systems,
service providers, and citizens.
5. Location of Services — Location of services should be in close proximity to
the WCDC and WCDRC is preferred but not required.
6. Outreach — The success of this program will be dependent upon the target
population being referred to it, therefore, outreach is an important
component. The Contractor should ensure the target population and service
providers are aware of the program.
7. Case Management — The Case Manager(s) will provide case management
services, including (but not limited to) family assessment, referral services,
family centered services, and follow up support as necessary to the youth
and families served.
8. Training and Education — The Intervention and Case Management for
Youth of Incarcerated Parents program will focus on two educational
components: (1) preparing youth under 5 for school readiness and (2)
ensuring school age youth are successful in school. To achieve these goals
the program will offer training workshops in these subject matters at least
quarterly.
9. Population Data Collection — In addition to program data, the contractor
will be responsible for collecting local data/statistics on the target
population of youth with incarcerated parents. This data will be used to
determine the needs of the local population.
10. Program Data collection — The Contractor must collect and report indicator
data and program outcome information as required by the Evaluation
Contract executed with the Office of Community Grant Management. Data
collection will be required through the duration of the program. The
following data outcome measures are the minimum measures expected of
the selected Contractor.
a. Number of hours of services provided per quarter
b. Number of school aged children served by program
c. Number of pre-school age children served by program
Scope of Work (excerpt from RFP document)
PUR-1356 Intervention & Case Management for Youth of Incarcerated Parents
Page 2
d. Number of families served by program
e. Number of parents
f. Number of caregivers
g. Number and percent of classes provided to participants
h. Number and percent of participants receiving a referral for additional
services
i. Number and percent of participants which would recommend the
program to others
j. Number and percent of caregivers/parents of pre-school age children
participating in the program that feel confident they can help their child
be prepared for kindergarten success
k. Number and percent of caregivers/parents of school aged children
participating in the program that feel services provided by the program
will help improve their child's school performance.
These measures maybe revised at the discretion of the OCGM and GOC.
A. Parameters of the Award of Funds
1. The maximum award of $100,000 for the Intervention and Case Management
for Youth of Incarcerated Parents program will begin on July, 2017 and end
June 30, 2018 with an option by the OCGM to renew the awarded Contract
for up to two (2) additional years through fiscal year 2020.
2. Renewal of this agreement is at the discretion of the Local Management Board
and is contingent upon the following: 1) the continual award of funds from
the GOC, 2) the performance of the Contractor and 3) the goals/outcomes
desired by the GOC and OCGM.
III. POPULATION SERVED
A. The program will provide services for youth ages 0-18 along with their
parent/caregiver with at least one parent currently incarcerated at the Washington
County Detention Center or Washington County Day Reporting Center. Youth
and families of individuals who are transferred from the WCDC/WCDRC to other
correctional facilities may participate in the program as long as they reside in
Washington County.
Scope of Work (excerpt from RFP document)
PUR-1356 Intervention & Case Management for Youth of Incarcerated Parents
Page 3
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Contract Award (PUR-1357) — Community Planning and Program Development
Consultant in Washington County, Maryland
PRESENTATION DATE: September 12, 2017
PRESENTATION BY: Rick Curry, CPPO — Director of Purchasing and Stephanie Lapole, Grant
Manager — Washington County Office of Community Grant Management (OCGM)
RECOMMENDED MOTION: Move to award the contract for the Community Planning and
Program Development Consultant in Washington County, Maryland to the responsible proposer with
the responsive proposal in the amount of $120,000.00.
REPORT -IN -BRIEF: The purpose of the service is to fulfill the requirements of a Contractual
Agreement for fiscal year 2018 with the Governor's Office for Children (GOC). The award of funds
for Community Planning and Program Development Consultant shall commence upon receipt of a
fully executed contract between the Board of County Commissioners of Washington County and the
awarded vendor. The awarded contract shall expire on June 30, 2018. There are no options for renewal
or extension.
The Coordinating Committee was comprised of the following members: Director of Purchasing
(Chairman Designee), OCGM Director designee, OCGM Grant Manager, LMB Board Chairperson, or
designee and LMB Community Planning and Review Committee Chairperson or designee. The RFP
was advertised locally in the newspaper and on the County's web site, as well as on the State's
"eMaryland Marketplace" web site. Notice of the RFP was e -mailed to those individuals/firms on the
OCGM's e-mail list. Seventy-one (71) persons/firms accessed the RFP document from the web site.
One (1) provider was represented at the pre -proposal conference.
DISCUSSION: N/A
FISCAL IMPACT: Funding from the Maryland Governor's Office for Children in the
amount of $120,000.00.
CONCURRENCES: Award as unanimously recommended by the Coordinating Committee.
ALTERNATIVES: N/A
ATTACHMENTS: Scope of Work (excerpt from RFP document).
AUDIO/VISUAL NEEDS: N/A
Washington County
M ARYLA ND
COORDINATING COMMITTEE
100 West Washington Street, Room 3200 I Hagerstown, MD 21740-4748 I P: 240.313.2330 I F: 240.313.2331
www.washco-md.net
PUR-1357
Community Planning & Program Development Consultant
II. SCOPE OF WORK
A. The Washington County Local Management Board (LMB) will utilize the
services of a consultant with human services expertise to analyze existing
community data and compile additional data to assist the LMB with developing
one or more strategies which will impact the prioritized goal population of
disconnected youth. Disconnected youth are defined as teenagers and young
adults who are between the ages of 16 and 24 who are neither working nor in
school. They are sometimes referred to as opportunity youth.
The consultant will work closely with the LMB, staff and members of
Washington County's Annie E. Casey Results for Leadership team to access the
unique needs of the disconnected youth population in Washington County and
will develop effective programming to assist this population in gaining
employment or enrollment at an educational institution and ultimately becoming
self-sufficient.
1. Data collection is key to determining the needs of the community. Data to be
collected should include but not be limited to: number/percent of youth currently
not working nor in school between the ages of 16 to 24, geographic
concentrations of the population within the County, and racial/ethnic composition.
Additional collection of demographics regarding this population is strongly
encouraged, with a focus on determining common characteristics so that effective
interventions can be created.
2. The vendor will be expected to utilize recognized data collection methods and
incorporate other data collection methods such as focus group meetings, surveys,
and interviews to collect uncollected or unreported data on the target populations
and receive input from those in the community including youth and parents.
3. The vendor shall complete an inventory of local resources serving the target
population that identify existing available resources in the community. The
inventory shall also identify any gaps in service and/or insufficient programs
addressing the issues and needs in regards to the strategic goal.
Scope of Work (excerpt from RFP document)
PUR-1357 Community Planning & Program Development Consultant
Page 1
4. The vendor shall coordinate and share information with the LMB's Annie E.
Casey Leadership group.
5. The vendor shall provide monthly updates of progress towards goals and
deliverables to LMB staff.
6. The vendor shall complete a written analysis of the needs of the targeted
population and identify gaps in resources within Washington County.
7. The vendor will recommend strategies(s) and or programs(s), with a preference
towards evidence based programs to meet the identified service gaps for
disconnected youth in Washington County. The vendor will present the Local
Management Board with recommended strategies/programs. Once a
strategy/program has been selected and approved by the LMB, the vendor shall
develop and provide detailed information about the program/strategy which will
be incorporated into the FY19 Governor's Office for Children Community
Partnership Agreement application, these details will include projected budget,
scope of work, personnel requirements, etc.
8. The vendor shall compile a final report and executive summary in presentation
form that shall include the collected data, and analysis and summarization of the
work performed. The final report shall be submitted in draft form to the OCGM
Grant Manager for approval. Once that approval is obtained the vender shall
submit 30 copies of the final report in presentation binders and an electronic
document.
9. If necessary, the vendor will participate in relevant trainings and/or meetings
hosted by the Governor's Office of Children or community partners as directed by
the LMB.
10. The vendor will meet the due dates outlined in the schedule of
deliverables/timeline below:
• September 2017 — December 2017 — Conduct various data
collection methods such as surveys, focus groups, interviews, etc.
Develop interventions and programs.
• January 2018 — Present the LMB with recommended strategies and
initiatives impacting the target population at the January
Community Planning and Review Committee (CPAR) meeting.
• January — February 2018 Provide LMB staff with detailed scope of
work and projected budget for selected initiative(s) no later than
March 1, 2018.
• February - April 2018 — Present draft of final report and executive
summary to OCGM Grant Manager no later than April 1, 2018
Scope of Work (excerpt from RFP document)
PUR-1357 Community Planning & Program Development Consultant
Page 2
• March —May 2018 — Provide assistance as needed for the
development of the Governor's Office for Children's Community
Partnership Agreement application with LMB staff.
• May 2018 — Present final report and executive summary at the
May LMB meeting.
• June 2018 — Assist LMB staff as needed with any special
conditions that may be associated with the FY18 award.
Scope of Work (excerpt from RFP document)
PUR-1357 Community Planning & Program Development Consultant
Page 3
Washington County
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Emergency Number Systems Board Security System — Approval to
Accept Awarded Funding
PRESENTATION DATE: September 12, 2017
PRESENTATION BY: Stephanie Lapole, Grant Manager, Office of Community
Grant Management, David Hays, Director, Division of Emergency Services and Bardona Woods,
Assistant Director, Department of Emergency Communications
RECOMMENDED MOTION: Move to approve the acceptance of the award from the
Emergency Number Systems Board in the amount of $79,467.39.
REPORT -IN -BRIEF: Emergency Services submitted a funding request on July 27, 2017
requesting to purchase and install a completely updated security system for the primary Public
Safety Answering Point. Included in the funding request were 32 electronic door locks (22 are
911 specific), 17 security cameras, 3 video stations, associated equipment and licenses.
DISCUSSION: The Office of Community Grant Management has reviewed the funding
request and grant guidelines. There is no matching fund requirement associated with this
request.
FISCAL IMPACT: There will be recurring annual maintenance expenses in the
amount of $2,446 which will be reflected for the first time in the FY20 Emergency Services
proposed operating budget. The total annual maintenance expense for 4 years is $9,784. The
Emergency Number Systems Board covers all first year maintenance costs.
Annual Maintenance Expenses
Cameras $1,755.00
Electronic Door Reader $1,103.26
Intercom Connection $67.20
Upgrade to Enterprise Costs for Readers $1,320.26
Non 911 Equipment & Labor Costs $5,538.28
$9,784.00
CONCURRENCES: Director, Office of Community Grant Management
ALTERNATIVES: Deny approval for submission of this request
ATTACHMENTS: N/A
AUDIOVISUAL NEEDS: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Hagerstown Urban Improvement Project -Pedestrian Bridge Component
PRESENTATION DATE: September 12, 2017
PRESENTATION BY: James B. Hovis, Director, Office of Community Grant Management,
Brennan Garrett, Sr. Architectural Project Mgr., Engineering & Construction Management
RECOMMENDED MOTION: Reach a consensus as to the roles and responsibilities of the
County for the funding and maintenance of the pedestrian walkway connecting the Barbara Ingram
School for the Arts (BISFA) and the University System of Maryland at Hagerstown at 55-59 West
Washington Street (USMH).
REPORT -IN -BRIEF: In addition to in kind service, the County has budgeted up to $4.5 Million
in capital for the Hagerstown Urban Improvement Project (UIP). The County is also administering
the Governor's Grant of $7.5 Million and Delegation Grants in this and future years. The Grant
applications are now in progress; they will be returned to the state immediately upon completion.
For completion, staff is working with the grant beneficiaries to determine the remaining details for
the project.
DISCUSSION: A component of the UIP is a pedestrian walkway connecting BISFA and USMH.
The walkway will serve as a secure means to move students attending BISFA to USMH to utilize
labs and attend classes. The 55-59 West Washington Street property is being renovated by a
developer with plans to lease the property to the University System of Maryland to house new
programs and accommodate BISFA students.
Washington County Public Schools has indicated the pedestrian walkway should be elevated,
secured and while their preference is an entirely enclosed structure they are receptive to a semi -
open structure. The semi open nature will reduce HVAC and sprinkler requirements, as well as
initial and long term expense. The walkway will be approximately 150 linear feet between the rear
of BISFA and the rear of USMH. The walkway would be in close proximity to the rear of the
County Office Building at 33 West Washington Street requiring relocation and modifications to
the mechanical and electrical systems and physical structures of the County Office Building. The
expenses associated with the modifications to the County Office Building are included in the total
walkway estimated cost.
The developer of 55-59 West Washington Street has contracted a local firm to provide conceptual
drawings and give preliminary cost estimates of the pedestrian bridge. Completion of the
conceptual design is expected September 18, 2017, funded by the developer.
Per an MOU in place, Washington County Public Schools will maintain the interior of the walkway
and the County will be responsible for the exterior maintenance at a cost of approximately $5,000
annually. The City will be briefed on the desire of the UIP partners that the City or USM construct
and own the pedestrian walkway.
The total cost of the pedestrian bridge is estimated at $1,500,000. The Developer has committed
to funding one third or up to $250,000 of the walkway expenses. The Washington County
Delegation has secured $200,000 in State funding in fiscal year 2018 and is committed to securing
additional funds to cover all remaining expenses. The construction of the pedestrian walkway will
not increase the County's financial commitment to the overall UIP project. The Washington
County Chief Financial Officer has indicated that funds are available to allow the County to
forward fund the project allowing project completion consistent with the remainder of the UIP
components.
Items for BCC consideration and consensus include: (1) Support of the plan for the City of
Hagerstown or USM to construct and own the pedestrian walkway. (2) The County's continued
commitment to maintain the exterior of the pedestrian walkway. (3) The County's commitment to
forward fund the pedestrian walkway expenses to allow completion to coincide with completion
of BISFA and USMH.
FISCAL IMPACT: The Pedestrian Bridge project may require forward funding up to
$1,500,000 to allow completion of the project to coincide with other UIP components. Exterior
maintenance cost of approximately $5,000 annually.
CONCURRENCES: County Administrator, County CFO
ALTERNATIVES:
ATTACHMENTS: UIP Aerial Image
AUDIO/VISUAL TO BE USED: N/A
edestrian Bridge
Maryland
Theatre
District
Court
BISFA/WCPS
is
Washington Co.
Free Library
Urban Improvement
PPP Project
- State of Maryland
- Washington County Govt
- City of Hagerstown
- WCPS
- USMH
- Maryland Theatre
- Private Business
P
Public Parking
Hagerstown Cultural Trail
City Streets
A - Location of Plaza Project
B - Expansion of Board of Education (WCPS)
C - Expansion of Maryland Theatre
D - USMH Hospitality and STEM Expansion
(Sub -lease with WCPS)
Map Projection:
NAD83 State Plane Maryland (feet)
Data Sources:
City of Hagerstown, 2017; Greater Hagerstown Committee, 2016;
MD State Aerial Image, 2014
Prepared By:
A. Rohrbaugh, Hagerstown Planning & Code Admin Dept., 09/12/16
(Revised By: C. Wren, Hagerstown Planning & Code Admin Dept., 7/13/17)
M:\gis\PLANNING\GIS-MasterProjects\ArcMAP\Special Projects\ UrbanlmprovementProject.mxd
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Construction Bid Award: Bottom Road Drainage Improvement
Contract No. DR -BR -215-12
PRESENTATION DATE: Tuesday, September 12, 2017
PRESENTATION BY: Scott Hobbs, P.E., Director, Division of Engineering
RECOMMENDED MOTION: Move to award the Bottom Road Drainage Improvement
contract to the lowest responsive, responsible bidder, Fayetteville Contractors, Inc. of Fayetteville,
Pennsylvania for the amount of $174,281.29.
REPORT -IN -BRIEF: The project was advertised in The Herald Mail, on the County's web site,
and on the State of Maryland's website, e -Maryland Marketplace. Five (5) bids were received on
Wednesday, August 23, 2017 as listed below and on the attached Bid Tabulation:
Contractor: Total Bid
Fayetteville Contractors, Inc.
First Fruits Excavating, Inc.
C. William Hetzer, Inc.
David H. Martin Excavating, Inc.
HiTek Construction, Inc.
$174,281.29
$225,689.50
$225,866.50
$254,170.45
$381,230.00
The bids were evaluated and the low bid from Fayetteville Contractors, Inc. is in order. The
engineer's estimate for this work is $205,000.
DISCUSSION: The project involves the installation of a storm drain consisting of precast
concrete inlets, precast concrete manholes, high performance polypropylene pipe, and minor road
work including grading, asphalt paving, and pavement markings.
This is a ninety (90) consecutive calendar day contract and the project is tentatively scheduled to
start in late September. The bid documents include Liquidated Damages in the amount of $500.00
per calendar day for work beyond the completion date.
The road will be closed to through traffic at the northern most portion of Bottom Road during
normal working hours for the contractor. At the end of each day, the road will be open to one-
way, south -bound only traffic. Appropriate signs will be posted and there will be a flagging
operation at times during the day for some of the work.
FISCAL IMPACT: This is a budgeted CIP project (DNG072) with an unencumbered balance
of $253,800.00. Total expenses are estimated at $215,000 including $174,281.29 for the proposed
bid award and $30,000 for inspection/testing/utilities/right-of-way, and $10,000 for construction
2IPage AGENDA REPORT FORM
contingency. The Maryland State Highway Administration (SHA) is contributing approximately
$20,000 to the project since some of the drainage area causing the flooding issue relates to SHA
right-of-way.
CONCURRENCES: Director of Budget and Finance (Fiscal Impact).
ALTERNATIVES: This is the most cost effective and practical alternative. This portion
of the road is prone to flooding.
ATTACHMENTS: Bid Tabulation, Aerial Map
AUDIOVISUAL TO BE USED: N/A
WASHINGTON COUNTY DIVISION OF ENGINEERING & CONSTRUCTION MANAGEMENT
BID TABULATION
BOTTOM ROAD DRAINAGE IMPROVEMENT
Contract No. DR -BR -215-12
Bid Opening: AUGUST 23, 2017 at 11:00am.
VA'
Fayetteville Contractors, Inc
Fayetteville, PA
First Fruits Excavating
Ridgeley, WV
C. William Hetzer
Hagerstown, MD
David H. Martin Excavating
Chambersburg, PA
HiTek Construction
Frederick, MD
DESCRIPTION
ITEM
NO.
QTY.
UNIT
UNIT PRICE
ITEM TOTAL
UNIT PRICE
ITEM TOTAL
UNIT PRICE
ITEM TOTAL
UNIT PRICE
ITEM TOTAL
UNIT PRICE
ITEM TOTAL
Clearing and Grubbing
1001
1
LS
$ 1,229.00
$ 1,229.00
$ 500.00
$ 500.00
$ 7,050.00
$ 7,050.00
$ 3,315.00
$ 3,315.00
$ 25,000.00
$ 25,000.00
Mobilization
1002
1
LS
$ 8,455.00
$ 8,455.00
$ 28,400.00
$ 28,400.00
$ 53,480.00
$ 53,480.00
$ 9,850.00
$ 9,850.00
$ 120,000.00
$ 120,000.00
Maintenance of Traffic
1003
1
LS
$ 10,160.00
$ 10,160.00
$ 2,000.00
$ 2,000.00
$ 1,250.00
$ 1,250.00
$ 2,375.00
$ 2,375.00
$ 35,000.00
$ 35,000.00
TemproaryTrafficSigns
1004
125
SF
$ 14.45
$ 1,806.25
$ 20.00
$ 2,500.00
$ 20.00
$ 2,500.00
$ 21.00
$ 2,625.00
$ 10.00
$ 1,250.00
CR6 for Maintenance of Traffic
1005
10
TON
$ 62.50
$ 625.00
$ 10.00
$ 100.00
$ 40.50
$ 405.00
$ 38.55
$ 385.50
$ 10.00
$ 100.00
Hot Mix Asphalt for MOT
1006
10
TON
$ 133.65
$ 1,336.50
$ 150.00
$ 1,500.00
$ 94.00
$ 940.00
$ 185.00
$ 1,850.00
$ 300.00
$ 3,000.00
Drums for Maintenance of Traffic
1007
25
EA
$ 111.96
$ 2,799.00
$ 95.00
$ 2,375.00
$ 50.00
$ 1,250.00
$ 93.60
$ 2,340.00
$ 50.00
$ 12,500.00
Precast Temporary 32 inch F Shape Concrete Traffic Barrier
1008
250
LF
$ 27.72
$ 6,930.00
$ 43.30
$ 10,825.00
$ 14.25
$ 3,562.50
$ 66.70
$ 16,675.00
$ 25.00
$ 6,250.00
Reset - Precast Temporary 32 inch F Shape Concrete Traffic
Barrier
1009
400
LF
$ 5.20
$ 2,080.00
$ 4.00
$ 1,600.00
$ 10.00
$ 4,000.00
$ 5.40
$ 2,160.00
$ 1.00
$ 400.00
Temporary Orange Construction Fence
1010
600
LF
$ 1.85
$ 1,110.00
$ 3.00
$ 1,800.00
$ 3.15
$ 1,890.00
$ 1.60
$ 960.00
$ 1.00
$ 600.00
Steel Plates for MOT, 10 FT X 20 X 1.5' Thick
1011
8
EA
$ 200.88
$ 1,607.04
$ 500.00
$ 4,000.00
$ 375.00
$ 3,000.00
$ 2,840.00
$ 22,720.00
$ 100.00
$ 800.00
Construction Stakeout
1012
1
LS
$ 2,013.00
$ 2,013.00
$ 3,000.00
$ 3,000.00
$ 1,250.00
$ 1,250.00
$ 3,325.00
$ 3,325.00
$ 3,500.00
$ 3,500.00
Temporary Type III Traffic Barricade
1013
4
EA
$ 222.00
$ 888.00
$ 300.00
$ 1,200.00
$ 360.00
$ 1,440.00
$ 305.50
$ 1,222.00
$ 100.00
$ 400.00
Unclassified Excavation
2001
85
CY
$ 22.05
$ 1,874.25
$ 30.00
$ 2,550.00
$ 24.00
$ 2,040.00
$ 49.25
$ 4,186.25
$ 100.00
$ 8,500.00
Saw Cuts
2002
1,400
LF
$ 1.42
$ 1,988.00
$ 1.00
$ 1,400.00
$ 1.30
$ 1,820.00
$ 1.80
$ 2,520.00
$ 1.00
$ 1,400.00
Contingent: Select Backfill Using CR6 Aggregate
2003
25
CY
$ 39.16
$ 979.00
$ 66.00
$ 1,650.00
$ 43.50
$ 1,087.50
$ 28.60
$ 715.00
$ 100.00
$ 2,500.00
Contingent: Select Backfill Using AASHTO No. 57 Aggregate
2004
25
CY
$ 49.36
$ 1,234.00
$ 30.00
$ 750.00
$ 52.00
$ 1,300.00
$ 33.30
$ 832.50
$ 100.00
$ 2,500.00
Contingent: Unsuitable Material Excavation
2005
25
CY
$ 35.72
$ 893.00
$ 50.00
$ 1,250.00
$ 40.50
$ 1,012.50
$ 52.50
$ 1,312.50
$ 100.00
$ 2,500.00
24 Inch High Performance (Polypropylene) Storm Pipe
3001
600
LF
$ 97.02
$ 58,212.00
$ 105.00
$ 63,000.00
$ 83.00
$ 49,800.00
$ 115.00
$ 69,000.00
$ 75.00
$ 45,000.00
Precast Single WR Inlet
3002
1
EA
$ 1,954.00
$ 1,954.00
$ 3,500.00
$ 3,500.00
$ 2,480.00
$ 2,480.00
$ 3,456.00
$ 3,456.00
$ 3,000.00
$ 3,000.00
Precast WR Inlet
3003
3
EA
$ 2,310.00
$ 6,930.00
$ 4,300.00
$ 12,900.00
$ 5,210.00
$ 15,630.00
$ 5,550.00
$ 16,650.00
$ 3,000.00
$ 9,000.00
Precast 48 Inch Standard Square Shallow Manhole
3004
4
EA
$ 2,095.25
$ 8,381.00
$ 4,500.00
$ 18,000.00
$ 4,260.00
$ 17,040.00
$ 5,255.00
$ 21,020.00
$ 5,000.00
$ 20,000.00
Type C Concrete Endwall
3005
1
EA
$ 1,624.00
$ 1,624.00
$ 3,000.00
$ 3,000.00
$ 2,360.00
$ 2,360.00
$ 1,650.00
$ 1,650.00
$ 3,000.00
$ 3,000.00
Class I Riprap
3006
8
CY
$ 101.00
$ 808.00
$ 250.00
$ 2,000.00
$ 68.00
$ 544.00
$ 66.75
$ 534.00
$ 500.00
$ 4,000.00
Mix No. 2 Concrete for Miscellaneous Structures
3007
3
CY
$ 615.00
$ 1,845.00
$ 600.00
$ 1,800.00
$ 570.00
$ 1,710.00
$ 860.00
$ 2,580.00
$ 1,000.00
$ 3,000.00
Silt Fence
3008
125
LF
$ 2.05
$ 256.25
$ 3.00
$ 375.00
$ 2.60
$ 325.00
$ 1.80
$ 225.00
$ 1.00
$ 125.00
Inlet Protection
3009
4
EA
$ 474.00
$ 1,896.00
$ 200.00
$ 800.00
$ 405.00
$ 1,620.00
$ 120.00
$ 480.00
$ 100.00
$ 400.00
8" Graded Aggregate Base Coarse
5001
325
SY
$ 9.96
$ 3,237.00
$ 16.00
$ 5,200.00
$ 7.90
$ 2,567.50
$ 5.55
$ 1,803.75
$ 30.00
$ 9,750.00
Hot Mix Asphalt Superpave for Surface, 9.5mm
5002
150
TON
$ 90.99
$ 13,648.50
$ 100.00
$ 15,000.00
$ 105.00
$ 15,750.00
$ 111.50
$ 16,725.00
$ 110.00
$ 16,500.00
Hot Mix Asphalt Superpave for Base, 19.0mm
5003
150
TON
$ 81.98
$ 12,297.00
$ 100.00
$ 15,000.00
$ 94.00
$ 14,100.00
$ 162.35
$ 24,352.50
$ 110.00
$ 16,500.00
5 Inch Yellow Thermoplastic Pavement Markings
5004
1,200
LF
$ 1.65
$ 1,980.00
$ 1.50
$ 1,800.00
$ 2.25
$ 2,700.00
$ 1.70
$ 2,040.00
$ 3.00
$ 3,600.00
5 Inch White Thermoplastic Pavement Markings
5005
1,200
LF
$ 1.65
$ 1,980.00
$ 1.50
$ 1,800.00
$ 2.25
$ 2,700.00
$ 1.70
$ 2,040.00
$ 3.00
$ 3,600.00
24 Inch White Preformed Thermoplastic Pavement Markings -
Stopbar
5006
24
SF
$ 12.75
$ 306.00
$ 23.00
$ 552.00
$ 22.50
$ 540.00
$ 24.55
$ 589.20
$ 20.00
$ 480.00
0-2"Mill
5007
1,425
SY
$ 6.09
$ 8,678.25
$ 4.50
$ 6,412.50
$ 2.45
$ 3,491.25
$ 5.70
$ 8,122.50
$ 6.00
$ 8,550.00
Contingent: Placing Furnished Topsoil, 4 inch depth
7001
275
SY
$ 3.75
$ 1,031.25
$ 10.00
$ 2,750.00
$ 6.90
$ 1,897.50
$ 5.55
$ 1,526.25
$ 15.00
$ 4,125.00
Turfgrass Establishment
7002
275
SY
$ 1.85
$ 508.75
$ 11.00
$ 3,025.00
$ 1.10
$ 302.50
$ 0.65
$ 178.75
$ 1.00
$ 275.00
Type A Stabilization Matting
7003
275
SY
$ 2.55
$ 701.25
$ 5.00
$ 1,375.00
$ 3.75
$ 1,031.25
$ 6.65
$ 1,828.75
$ 15.00
$ 4,125.00
Total
$ 174,281.29
$ 225,689.50
$ 225,866.50
$ 254,170.45
$ 381,230.00
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Request to Declare Certain Real Property as Surplus Property and Conveyance of
Same
PRESENTATION DATE: September 12, 2017
PRESENTATION BY: Susan Small, Real Property Administrator, Engineering
Department
RECOMMENDED MOTION: Move to declare certain real property as surplus property
and authorize the advertising of the County's intent to convey 430 +/- linear feet (8,552 SF) to
the adjacent property owner, Hopewell Landing, LLC.
REPORT -IN -BRIEF: The Board of County Commissioners of Washington County,
Maryland (the "Board"), is the current owner of an old abandoned roadbed, which at one time
was part of old Hopewell Road. Hopewell Road was long ago relocated and the subject roadbed
was abandoned by action of the Board on January 22, 1985 and is not used as a functioning
public roadway. Other portions of the old roadbed were formerly conveyed to an adjacent
property owner.
DISCUSSION: The fair market value of the roadbed has been determined to be $4,300.00
using comparable properties and sales in the area. Hopewell Landing, LLC (Developer) has
requested that the Board consider conveying any interest it may have in the approximately 430
linear feet of the old abandoned roadbed to it since it intends to develop two (2) parcels of land
located along the old abandoned roadbed. The Developer has submitted a Final Site Plan for
approval to the Washington County Planning Commission for the proposed development.
FISCAL IMPACT: None
CONCURRENCES: Director of Engineering
ALTERNATIVES: N/A
ATTACHMENTS: Aerial map
AUDIO/VISUAL NEEDS: N/A
Abandoned Hopewell Road to be Conveyed
Hopewell Landing LLC
2202011476
Hopewell Landing'LLC''
2202011468 Hopewell Cushwa Farms
2224013054
Proposed Conveyance
Case Edward Management Co.
2202016273
�pewell Cushwa Farms Corp.
2226013054 �'
Washington County
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: RZ-16-004 APPLICATION FOR MAP AMENDMENT; ACH, LLC, Applicant
PRESENTATION DATE: September 12, 2017
PRESENTATION BY: Kirk C. Downey, Deputy County Attorney
RECOMMENDED MOTION: (1) Move to adopt the ordinance to approve the requested
reclassification of the property that is the subject of RZ-16-004 and to adopt the Decision and
Findings of Fact as prepared in support of the approval.
REPORT -IN -BRIEF: The Commissioners reached consensuses on a request for zoning
reclassification of 21.436 acres of property located on the south side of Western Maryland
Parkway, north of West Washington Street. The appropriate formal documentation has been
prepared and is ready for adoption.
DISCUSSION: The proposed (1) Ordinance and (2) Decision and Findings of Fact have
been prepared to finalize the requested reclassification. It is appropriate to adopt them at this time
to finalize the rezoning.
FISCAL IMPACT: N/A
CONCURRENCES: N/A
ALTERNATIVES: N/A
ATTACHMENTS: Proposed Ordinance
AUDIOVISUAL NEEDS: N/A
ORDINANCE NO. ORD-2017-
AN ORDINANCE TO AMEND THE ZONING MAP
FOR WASHINGTON COUNTY, MARYLAND
(RZ-16-004)
Pursuant to the provisions of Section 27.1 of the Zoning Ordinance for
Washington County, Maryland (Zoning Ordinance), ACH, LLC, the
Applicant, has petitioned the Board of County Commissioners for
Washington County, Maryland (Board), for a zoning reclassification and a
zoning map amendment of property owned by the Applicant and
consisting of 21.436 acres of land, more or less, situated on the south side
of Western Maryland Parkway adjacent to Md. Route 144, Hagerstown,
Maryland, and more particularly identified in the Ordinance Amendment
Application found in the record herein.
The matter has been designated as Case No. RZ-16-004.
A public hearing was held on the application pursuant to Section 27.2
of the Ordinance, where the Applicant and others presented evidence,
testimony, and information relating to the zoning reclassification.
The Board has considered all information presented at the public
hearing, the recommendation of the Planning Commission, and each of
those factors set forth in Md. Code Ann., Land Use § 4-204 and Section
27.3 of the Zoning Ordinance.
The Board has made factual findings and conclusions of law that are
set forth in the attached Decision. The findings of fact and conclusions of
law are incorporated herein.
NOW, THEREFORE, BE IT ENACTED AND ORDAINED, by the Board of
County Commissioners of Washington County, Maryland, that the
property which is the subject of Case No. RZ-16-004 be, and hereby is,
granted a Highway Interchange (HI) zone classification.
IT IS FURTHER ENACTED AND ORDAINED that the official Zoning Map
be, and hereby is, amended accordingly. The Director of Planning and
Zoning shall cause the Zoning Map to be amended pursuant to this
Ordinance.
Adopted and effective this day of September, 2017.
ATTEST: BOARD OF COUNTY COMMISSIONERS
OF WASHINGTON COUNTY, MARYLAND
BY:
Vicki C. Lumm, Clerk Terry L. Baker, President
Approved as to form and
legal sufficiency:
Kirk C. Downey
Deputy County Attorney
Mail to:
Office of the County Attorney
100 W. Washington Street, Room 202
Hagerstown, MD 21740
I:\Documents\Rezonings\ZONING MAP AMENDMENT -RZ-16-004 (ACH, LLC)\ORD\Ozdvance.DOC
Washington County
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Annual Conservation Awards and luncheon with Washington County Soil
Conservation District (WCSCD)
PRESENTATION DATE: September 12, 2017
PRESENTATION BY: Washington County Soil Conservation District (WCSCD) and Board of
County Commissioners (BOCC)
RECOMMENDED MOTION: N/A
REPORT -IN -BRIEF: WCSCD recognizes local landowners on an annual basis who have
accomplished significant conservation on their lands. During FY 17, three families worked
cooperatively with WCSCD to complete stream restoration projects. Rick and Kelly Shank
(Little Antietam Creek), Pete and Susan Anderson (Little Grove Creek and Little Antietam
Creek), and Jair Barr (Beaver Creek). These projects required a strong commitment to
conservation due to the major construction and landscape changes required to reduce or
eliminate severe stream bank erosion.
Additionally, our Urban Program periodically recognizes outstanding efforts by local
engineering professionals and construction contractors related to Soil Erosion and Sediment
Control planning or implementation/coordination. This year, recognition will be given to Adam
G. Hager of Frederick, Seibert and Associates, Inc.
DISCUSSION:
FISCAL IMPACT:
CONCURRENCES:
ALTERNATIVES:
ATTACHMENTS:
AUDIOVISUAL NEEDS: None