HomeMy WebLinkAbout170926 AgendaTerry L. Baker, President
Jeffrey A. Cline, Vice
President
s.
Washington County
MARYLAND
John F. Barr
Wayne K. Keefer
LeRoy E. Myers, Jr.
100 West Washington Street, Suite 11011 Hagerstown, MD 21740-4735 I P: 240.313.2200 I F: 240.313.2201
WWW.WASHCO-MD.NET
01:30 P.M.
BOARD OF COUNTY COMMISSIONERS
September 26, 2017
Agenda
INVOCATION AND PLEDGE OF ALLEGIANCE
CALL TO ORDER, President Terry L. Baker
APPROVAL OF MINUTES —SEPTEMBER 19, 2017
01:35 P.M. COMMISSIONERS' REPORTS AND COMMENTS
01:40 P.M. REPORTS FROM COUNTY STAFF
01:45 P.M. CITIZENS PARTICIPATION
01:50 P.M. EMERGENCY MANAGEMENT PERFORMANCE GRANT: APPROVAL TO
ACCEPT AWARDED FUNDING - Stephanie Lapole, Grant Manager, Office of
Community Grant Management, Charlie Summers, Deputy Director, Fire and
Rescue/EMS and Charles Brown, Professional Services Administrator, Division of
Emergency Services
01:55 P.M.
STATE HOMELAND SECURITY GRANT PROGRAM: APPROVAL TO ACCEPT
AWARDED FUNDING - Stephanie Lapole, Grant Manager, Office of Community
Grant Management, Charlie Summers, Deputy Director, Fire and Rescue/EMS and
Charles Brown, Professional Services Administrator, Division of Emergency Services
02:00 P.M. REJECTION OF BID (PUR-1314): ONE (1) 10,000 GALLON DOUBLE BULK HEAD
FUEL CENTER UPGRADE — Brandi Naugle, Buyer, Purchasing Department and Mark
Bradshaw, Deputy Director, Division of Environmental Management
02:05 P.M. EXPRESS APPROVAL - SMITHSBURG ANNEXATION OF CLOVERLY HILL,
LLC - Stephen Goodrich, Director, Department of Planning and Zoning
02:10 P.M. INTERGOVERNMENTAL COOPERATIVE PURCHASE (PUR-1358): AUTOMATED
SPEED ENFORCEMENT (ASE) SYSTEM — Rick Curry, CPPO, Director — Purchasing
Department and Sheriff Doug Mullendore
02:15 P.M. COFFMAN NURSING HOME, INC. — Nick Hill, Vice -Chair, Nick Mason, Executive
Director and Steve Zoretich, Vice -President, Frederick, Seibert & Associates, Inc.
02:20 P.M. NATIONAL 4-H WEEK (OCTOBER 1 - 7, 2017) PROCLAMATION
Individuals requiring special accommodations are requested to contact the Office of the County Commissioners, 240.313.2200 Voice/TDD, to make
arrangements.
02:30 P.M. PUBLIC HEARING: MARYLAND COMMUNITY DEVELOPMENT BLOCK
GRANT MD -07 -CD -37 - PEN MAR WATER CONNECTION - Susan Buchanan,
Office of Community Grant Management
02:40 P.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; to consider matters that concern proposals for
businesses or industrial organizations to locate, expand, or remain in the State; to consult with staff, consultants or other
individuals about pending or potential litigation, and to consult with counsel to obtain legal advice on a legal matter.)
04:00 P.M. TOUR AT LANCO PENNLAND
Location: 14738 Warfordsburg Road, Hancock, MD 21750
05:30 P.M. Depart for 126 West High Street, Hancock, MD 21750
05:45 P.M. GROUNDBREAKING FOR HANCOCK LIBRARY
Location: 220 Park Road, Hancock, MD
EVENING MEETING AT THE TOWN OF HANCOCK
Location: 126 West High Street, Hancock, MD
07:00 P.M. INVOCATION AND PLEDGE OF ALLEGIANCE
CALL TO ORDER, President Terry L. Baker
07:05 P.M. COMMISSIONERS' REPORTS AND COMMENTS
07:10 P.M. REPORTS FROM COUNTY STAFF
07:15 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.
Washington County
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Emergency Management Performance Grant— Approval to Accept Awarded
Funding
PRESENTATION DATE: September 26, 2017
PRESENTATION BY: Stephanie Lapole, Grant Manager, Office of Community Grant
Management, Charlie Summers, Deputy Director, Fire and Rescue/EMS and Charles Brown,
Professional Services Administrator, Division of Emergency Services
RECOMMENDED MOTION: Move to approve the acceptance of the award from the Maryland
Emergency Management Agency in the amount of $103,381.00.
REPORT -IN -BRIEF: Emergency Services submitted a funding request on April 3, 2017 and has
been awarded funding to purchase two (2) fully equipped emergency response vehicles for a total
cost of $81,292 and three (3) APX 8000 portable radios with access for a total cost of $22,089.
DISCUSSION: The Office of Community Grant Management has reviewed the grant guidelines.
The performance period for this federal grant is October 1, 2016 through June 30, 2018. There is
a match requirement associated with this grant which is covered by the Emergency Services
operating budget.
FISCAL IMPACT: Provides $103,381 for Emergency Services related expenses which may
otherwise be added to the Emergency Services budget. Matching funds will be in the form of
budgeted salaries.
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: State Homeland Security Grant Program— Approval to Accept Awarded Funding
PRESENTATION DATE: September 26, 2017
PRESENTATION BY: Stephanie Lapole, Grant Manger, Office of Community Grant
Management, Charlie Summers, Deputy Director, Division of Emergency Services and Charles
Brown, Professional Services Administrator, Division of Emergency Services
RECOMMENDED MOTION: Move to approve acceptance of the award from the Maryland
Emergency Management Agency in the amount of $116,615.00.
REPORT -IN -BRIEF: Emergency Services submitted a funding request on March 10, 2017.
The grant will pay partial salary for the Emergency Management Specialist, the cost of the
Washington County Citizen Notification Program, and other costs which include training,
equipment, public outreach and response capabilities.
DISCUSSION: The Office of Community Grant Management has reviewed the grant
guidelines. The performance period for this federal grant is September 1, 2017 through July 31,
2019. There is no matching fund requirement associated with this grant; however at least 25% of
the grant funds must be spent on law enforcement related tasks or equipment.
Wages & Benefits
Operational Expenses
Total
$40,000
$76,615
$116,615
FISCAL IMPACT: Provides $116,615 for Emergency Services related expenses which may
otherwise be charged to the Emergency Services budget.
CONCURRENCES: Director, Office of Community Grant Management
ALTERNATIVES: Deny acceptance of the award
ATTACHMENTS: N/A
AUDIO/VISUAL NEEDS: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Rejection of Bid (PUR-1314) - One (1) 10,000 Gallon Double Bulk Head Fuel
Center Upgrade
PRESENTATION DATE: September 26, 2017
PRESENTATION BY: Brandi Naugle, CPPB, Buyer — Purchasing and Mark Bradshaw, PE,
Deputy Director - Division of Environmental Management
RECOMMENDED MOTION: Move to reject the bid received on August 2, 2017, for the
purchase of one (1) 10,000 Gallon Double Bulk Head Fuel Center upgrade due to the bids
exceeds the department's Capital Improvement Plan (CIP) budget.
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. Four (4)
person's/companies registered/downloaded the bid document on-line and four (4) bids were
received. At this point in time the department is not proceeding with this project. The
department may revisit this project in the future.
DISCUSSION: N/A
FISCAL IMPACT: Funding in the amount of $39,019.48 is available in the
department's Capital Improvement Plan (CIP) account 515000- 37 — 40010 (EQP035).
CONCURRENCES: Division Director of Environmental Management
ALTERNATIVES: N/A
ATTACHMENTS: Bid Matrix Tabulation.
AUDIO/VISUAL NEEDS: N/A
CC
ao
ati
a)
w
,�
A et
a s.
o �
c.7 -
u
o
O u
o
ao
C
C.;
- v
t
fir
u A
t
a)two
a H
C
N
N
69
N
N
69
O
O
N
M
N
Es9
•
O
N
M
N
br4
I -
Base Bid Description
o •.o
0
.—
O 0 el
r:
o b
4-i Ncn U
cC al
o o
�GQ 0U
el
cl
0 O
el O l
U0 S1, u
a C7 c.
p
CIO
z
kri
M
N
N
69
N
M
N
Es4
Total Base Bid
O O O
0 0 0
^" a) O O O
w C.D o O
N
a O O
9 6NN 9
4) O in O
•p 'CI
O N O
O qO O
W N N N
O O O
� V.- O O O
4 O O O
W M M �
Es4 69 69
kn O
M en V'1
a, L o 0 0
O.
Contingent Item Description
0
8
oW
N go
cn
o r N
cn
0 0 N
bA CIO OD
U U U
O O O
12
Z N N
N
69
Total Sum Contingent Items C-201 through C-203
kri
N
00
M
E!9
O
N
M
M
N
Erg
TOTAL SUM BID (BASE BID ITEMS AND CONTINGENT ITEMS)
*Corrected Calculations based on unit pricing
Bids Opened: August 9, 2017
N
0
a)
on
ns
a
TTI Environmental, Inc.
Moorestown, NJ
Total
Price
O
00
6N9
$282,593.00 $289,992.00
Total
Price
O
O•
O
O
_
0
if)
69
$450.00
Total Sum Contingent Items C-201 through C-203 $1,800.00 $2,450.00
$292,442.00
CL)
CI •..
L.
O
O
mow.
Ch
00
N
69
p •..
a
0
o
69
O
O
O
6j
$45.00
Total Environmental Concepts, Inc.
Gaithersburg, MD
e •w
W
N
N
69
Total
Price
O
O
69
O
O
VD
69
O
O
69
O
M
O�
fin
00
N
69
Unit
Price
$282,593.00
Total Base Bid
u
a
IJ -
O
O
o
69
O
O
0
69
O
O
0
69
X 00
�ai
TOTAL SUM BID (BASE BID ITEMS AND CONTINGENT ITEMS)
c�
AS
Base Bid Description
Purchase/installation of One (1) 10,000
Gallon Double Bulk Head Fuel tank,
complete in place and as specified and
indicated on the Contract Drawing(s).
Contingent Item Description
Contingent Unclassified Excavation
Contingent Unsuitable Material Excavation
Contingent Selected Backfill
a
Z
O
E
z
•--'
o
N
U
N
0
N
U
M
0
N
U
Bids Opened: August 9, 2017
Washington County
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Express Approval — Smithsburg Annexation of Cloverly Hill LLC
PRESENTATION DATE: September 26, 2017
PRESENTATION BY: Stephen T. Goodrich, Director, Department of Planning and Zoning
RECOMMENDED MOTION: Move to grant/not grant express approval to the Town of
Smithsburg to allow development on the annexed Cloverly Hill LLC property in conformance with
the Town Residential and General Commercial zoning district in the acreage amounts and densities
proposed which may be substantially different than the uses and densities that would be allowed
under the current County zoning districts of Residential Transition and Business Local.
REPORT -IN -BRIEF: Cloverly Hill, LLC has petitioned the Town of Smithsburg requesting
annexation of 3 parcels of land it owns, approximately 65.5 acres. The properties proposed for
annexation are located in the northeast quadrant of the intersection of MD Rt. 64 and MD Rt. 77.
The Smithsburg Mayor and Council's Resolution to effect the annexation states that the Town will
assign the Town Residential (TR) and General Commercial (GC) zoning districts to the property
upon annexation. The property currently has County zoning designations of Residential Transition
(RT) and Business Local (BL). The permitted uses in Smithsburg's Town Residential district are
virtually the same as the County's Residential Transition district (single family, two family and
semi-detached units) but the permitted densities are between 11 and 50 % higher in the Town.
There are 61+ acres of County Residential Transition zoning while there would be 35+ acres of
Town Residential zoning. The difference in the number of units that could be built is between
11% and 34% less in the Town than in the County because the acreage for residential development
in the Town would be less.
The permitted uses in the County BL district are generally of a local retail sales and service nature
or uses that would be appropriate in neighborhoods. The Smithsburg General Commercial (GC)
district also allows those uses but is also more permissive and allows uses that would not be
permitted in the County BL district. If the annexation is approved by the Town of Smithsburg
there would be 25.7 acres of General Commercial zoning. There is currently only 1.05 acres of
County Business Local zoning. The substantial difference between development under Town
zoning and County zoning comes from 24.65 more acres of Smithsburg General Commercial
zoning that allows several uses that are not permitted in the County Business Local district. Those
24.65 more acres of commercial zoning would be on land where commercial development would
not be permitted in the County. Maryland's Annotated Code, Local Government Article, §4-416
restricts substantially different development on the annexed property for 5 years unless the County
grants its express approval to allow it.
DISCUSSION: The basis for seeking Washington County Commissioners express approval of
the annexation comes from the Local Government Article of Maryland's Annotated Code, §4-
416(b) which says:
"Without the express approval of the county commissioners or county council of the county in
which the municipality is located, for 5 years after an annexation by a municipality, the
municipality may not allow development of the annexed land for land uses substantially different
than the authorized use, or at a substantially higher density, not exceeding 50%, than could be
granted for the proposed development, in accordance with the zoning classification of the county
applicable at the time of the annexation."
FISCAL IMPACT: No cost to Washington County
CONCU RRENCES:
ALTERNATIVES:
ATTACHMENTS:
N/A
Location Map
Smithsburg Annexation Plan A2017-01, Cloverly Hill LLC and
related documents
Comparison charts of Town and County zoning
List of Smithsburg General Commercial zoning permitted uses
AUDIOVISUAL NEEDS: N/A
LOCATION MAP
Smithsburg rg Annexation
Cloverly Hill LLC
144
!aft r
111
Ptillllll■►rr l` 4d111ta��;�� An I
Uu D I 1�,R 1{lily. I��� i1.
r
_� �'�� /. 'nom ��riff •
Legend
ilIWGrowth Area Boundaries
=Account Unknown
=Exempt Property
Open Space
=Tax Parcel
Railroad
=Road
Town Boundaries
=SITE
WARNING! The map is for internal use by the Washington County Planning Deparment It is not for
general distribution to the public, and should not be scaled or copied Sources otitis data contained hereon
are from various public agencies which may have use restrictions and disclaimers
The parcel lines shown on this map are derived from a variety of sources which have their own accuracy
standards The parcel lines are approximate and for,nformatbnal purposes ONLY They are not guaranteed
by Washington County Maryland or the Maryland Department of Assessments and Taxation to be free of
errors including enors of omissbn, commasion, positional accuracy or any attributes associated with real
property They shall not be copied, reproduced or scaled in any way without the express prior written
apprpeal of Wallvwion Caurty FlstyiSM PraMng and Zen rig Department This data DOES NOT replace
sn axWsh wc.y br a hcaneW paeless,onsl cog.elormatgn shall be venfied using the relevant anal
plats ans other recorded legal documents by the user.
0 830 1,660 2,490 3,320 4,150
Feet
0 0.2 0.4 0.6
i
Miles
417V
Printed: Thursday, September 14, 2017
Printed by: egoodric
Annexation Plan
Town of Smithsburg, Maryland
Annexation No.: A2017-01
Property Owner:
Location:
Zoning Map/Parcel:
Acres:
Existing Zoning:
Proposed Zoning:
Cloverly Hill LLC
5/E Corner of Smithsburg Pike (MD 64) and Wolfsville Road (MD 77)
Map 40; Parcels 29, 120,262, portion of SHA R/W
65.5 acres
Business Local (BL)/Residential, Transition (RT)
General Commercial (GC)/ Town Residential (TR)
Pursuant to §4-415 of the Local Government Article of the Annotated Code of Maryland, herewith is a
proposed outline for extension of services and public facilities into the areas proposed to be annexed.
It is also noted that any future amendments to the Annexation Plan may not be construed in any way as
an amendment to the resolution, nor may they serve in any manner to cause a re -initiation of the
annexation procedure then in process.
Land Use Patterns of the Areas to be Annexed
The resolution submitted to the Town of Smithsburg consists of 3 parcels of land that total
approximately 65.5 acres of land located in the southeast corner of the intersection of Smithsburg Pike
(MD Route 64) and Wolfsville Road (MD Route 77).
The applicant has requested that the properties be zoned a mixture of GC (25.7 ac) and TR (39.8 ac).
The GC area is proposed to be split into two area; one located at the corner of MD 64 and MD 77
(approx. 6.5 ac.) and one further east (19.2 ac) near the intersection of MD 64 and MD 491 (Raven Rock
Road).
The proposed annexation area is located within a designated Growth Area boundary in both the County
and Town of Smithsburg Comprehensive Plans. Furthermore, the area is located within a designated
annexation area established in Municipal Growth Element of the Town of Smithsburg Comprehensive
Plan. Parcel 120 and a small portion of Parcel 29 are located within a designated Priority Funding Area.
Consistency with the County Zoning
The purpose of the General Commercial District is to "provide for commercial uses mainly for retail sales
and services, and related activities. The purpose of the Town Residential District is to "provide for
somewhat higher densities than the suburban residential development, where future development of
this type can safely proceed. The Town Residential District is intended to recognize existing Town
development and its logical extension; it accommodates a variety of residential uses, plus limited
'convenience' retail commercial uses desirable to serve only residential areas."
The General Commercial zoning district is generally consistent with the Business General District of the
County. Likewise, the Town Residential district is generally consistent with the Residential, Transition
zoning District of the County. While the purpose of the districts between the Town and the County are
AP i
similar, the location of the areas are not completely consistent. The non -conforming area is located
along the north eastern edge of the property near the intersection of MD 64 and MD 491. There is an
area of approximately 19.2 ac that the applicant is requesting GC zoning that is currently zoned RT in the
County. This will likely require a request to the Board of County Commissioners of Washington County
to grant "express approval" of this request.
Schedule and Method of Financing the Extension of Each Municipal Service Currently Performed
within the Town of Smithsburg into the Area Proposed to be Annexed
Wastewater Services: The proposed annexation currently has no existing wastewater service.
According to the 2009 Water and Sewerage Plan a portion of the property is located within an S-5; Long
Term Planned Service area while the majority of the area is located within an S-7; No Planned Service
Area. While this appears to be inconsistent with the adopted Water and Sewerage Plan it should be
noted that the portion of the property located within the S-7 wastewater designation was included
within a recent amendment to the Washington County Comprehensive Plan. It is anticipated that during
the next update of the Water and Sewerage Plan this area will be re -designated. If development on this
parcel occurs prior to the Plan update then a Plan amendment will need to be initiated by the
developer.
At such time development would occur it would be the responsibility of the developer to extend the
necessary infrastructure to provide adequate service. The infrastructure will be turned over to the
Town of Smithsburg. Treatment of wastewater from this area would be handled by the Smithsburg
Wastewater Treatment Facility owned and maintained by Washington County. While there is currently
capacity available in the treatment plant for this property, allocation is provided on a first come, first
served basis and is not guaranteed. Should allocation not be available at the time of development then
growth will not occur until such time upgrades have been made at the treatment facility.
Water Services: A portion of the proposed annexation has existing water service provided by the Town
of Smithsburg. There is an existing water line along Cloverly Lane that services the existing homes in
that area. Another small portion of the annexation area is located within a W-5; Long Term Planned
Service Area. The remainder of the area is located within a W-7; No Planned Service Area. This
inconsistency is also results from the same Comprehensive Plan amendment process completed by the
County recently (see Wastewater Service).
At such time development would occur it would be the responsibility of the developer to extend the
necessary infrastructure to provide adequate service. The infrastructure will be turned over to the
Town of Smithsburg. The Town purchases its water from the City of Hagerstown. As growth occurs, the
Town has an agreement with the City to increase its allocation as needed therefore there will be
adequate capacity available for this property. The proposed annexation area is included in the Town of
Smithsburg Municipal Growth Element and is also included within the City of Hagerstown Water
Resources Element.
Schools: The proposed annexation area is located within the Smithsburg Elementary, Middle, and High
School attendance areas set by the Washington County Board of Education. The Town of Smithsburg
does have an adopted Adequate Public Facilities Ordinance (APFO) that mimics that of the County. The
following table provides a simplistic snap shot of current school capacities. THIS CHART IS FOR
ILLUSTRATIVE PURPOSES ONLY AND NOT MEANT TO DEPICT ACTUAL MITIGATION NEEDS BY THE
DEVELOPER. As shown in the chart, there appears to be some capacity available at all levels of schools
in the system. The capacity of the school districts will be evaluated in more detail when definitive
development plans are submitted. In accordance with the APFO the developer will be responsible to
mitigate for capacity if there is a need determined.
School
State Rated
Capacity
APFO Rated
Capacity
Average
Enrollment over
last 4 quarters
Difference
Smithsburg
Elementary
419
377
364
13
Smithsburg
Middle
829
829
661
168
Smithsburg High
829
829
799
30
Source: These figures are based on May, 2017 figures provided by the Washington County Board of
Education and Washington County Department of Planning and Zoning.
Roads: The area proposed for annexation fronts on two State owned and maintained roads (MD 64 and
MD 77). Any internal roads constructed for access to the proposed annexation area will be required to
be built by the developer in accordance with standards set by the Town of Smithsburg. After
construction and performance periods the Town will take over ownership and maintenance of these
local roads.
Emergency Services and Police Protection: Fire and Rescue services would be provided to the proposed
annexation area by Smithsburg Emergency Medical Services Inc. (SEMS) and the Volunteer Fire
Company of Smithsburg. Police service would be provided by the Town of Smithsburg Police
Department. No significant impacts are expected on these services by the proposed annexation area.
Parks and Recreation: There are currently two parks located within the Town of Smithsburg; Veterans
Park and Lions Club Community Park. It is not anticipated that park and recreation facilities will need to
be expanded for the proposed annexation.
All future persons within the area proposed to be annexed shall obtain or be entitled to existing benefits
of the Town of Smithsburg. They shall also be required to pay for all applicable utility services, charges,
assessments, taxes, and other costs and expenses which are required of the residents of the Town of
Smithsburg, unless alternative arrangements are provided for the Annexation Resolution.
Availability of Land Needed for Public Facilities
As described in the previous section, many of the facilities are already existing with expansion needs to
be handled by the developer. School capacity impacts will be handled through designated mitigation
efforts in coordination with the County. Even if there are impacts it does not appear that area for a new
school site would be prudent. Water and wastewater facilities are already in existence and seem to be
adequate for the proposed annexation area. Emergency Services facilities are already existing and seem
to be adequate for the annexation area as well. While the facilities are currently adequate, the
Smithsburg Emergency Medical Services organization is seek area to expand. The developer has offered
to provide an area for said relocation. This is not a condition of the annexation because it is not
necessary but is a favorable asset to the proposed annexation area.
Af
I' Cloverly
Cloverly Hill, LLC
Daniel C. Cross, CCIM
Cross & Company, LLC
5301 Buckeystown Pike
Frederick, MD 21704
301-682-9015
Randy Dick, Planning & Zoning Administrator
Town of Smithsburg
21 West Water Street
Smithsburg, MD 21783
Via e-mail: rdick@townofsmithsburq.orq
Dear Randy:
I II�a,�„
ROSS &
OMPANY u.c
Investment Development Management
03 October 2016
1 look forward to meeting with the Planning Commission on 12 October 2016. Because
Cloverly Hill, LLC is not now an actual applicant before the Town, I understand that this will be
an "informal appearance," representing an opportunity for me, joined by Jason Divelbiss and
Fred Frederick, to share our ideas and hear from the Commission what they, in turn, may wish.
To that end, I invite you to please share this letter with the Planning Commission members in
advance of the meeting.
I wish to create a new mixed -use neighborhood with a broad appeal across the
demographic spectrum that makes up the fabric of American society today:
• Housing and whole -of -living experiences should be created for the young and the old,
for the single person and families, for those at the start of the economic ladder of
American opportunity and those who through hard work and success are comfortably in
the middle; with a sharp eye upon development and construction expenses, My hope is
not to be compelled into the creation of high -end homes.
• I seek to create a neighborhood village, where fellow citizens interact with each other
directly from front porches, sidewalks, walking paths and community open space rather
than automobiles. (Please see author Ross Chapin's Pocket Neighborhoods). A
neighborhood village where young children attend day care and after -school programs
in their neighborhood, rather than in some distant commercial center. A neighborhood
village where the honored elderly of our society still participate and engage in the lives
of their children and grandchildren, but have housing options appropriate to their
mobility and health. (Please see author Charles Durett's Creating Cohousing and The
Senior Cohousing Handbook).
• I seek the opportunity to create houses, living spaces and at-home working spaces that
embrace the changes occurring in multi -generational family life and interconnected
employment. A "home" for working parents, their children (including "rebound" young
adult children in the midst of higher education or otherwise back at home), and
grandparents. A home for all under one roof, or cottage roofs in very close proximity.
But still a home where even the best of families don't have to have dinner for three
generations and multiple people every night out of the same kitchen, However, we
measure dwelling units and in turn houses today via the number of kitchens. This is a
societal issue that I as a developer seek to engage you as policy makers.
• I seek to create open spaces that respect the topography of the ground and existing
specimen trees, but that still remain usable via walking trails and athletic fields. I
believe a child should walk to their afternoon soccer practice. I believe an adult should
run and walk outdoors (perhaps with their dog) on a nature trail or sidewalk amongst the
houses and green space of their neighborhood, rather than only at the health club.
• I believe that certain activities, and the buildings in which they occur, which we may now
think of as a "commercial use", should instead take place intermingled with housing,
specifically the care of the elderly across the full transitions of older age, the care and
play of our youth, and those buildings that provide essential functions in our society but
that are not commercial by nature (i.e., a new purpose-built headquarters for the
Smithsburg Emergency Medical Service).
• I believe that other "commercial use" buildings should be part of this new community,
but in an adjacent commercial center within walking distance of the residential
neighborhood. A commercial center needs to be accessible from multiple entrances
from State Highways, have adequate intermingled parking, and be so situated as to be
competitive and attract consumer dollars. I am aware that there are strong "wishes"
about desirable stores; over the years I have been asked to please include a service
station and convenience store, a food service provider, a pharmacy, and retailers.
However, I have learned that only stores economically appropriate to the low traffic
counts on MD 64 & MD 77 and the demographics of Smithsburg will consider this
location. Costs will have to be sharply controlled in order to make this "wish" feasible.
The applicant intends to submit an Annexation Request to the Town of Smithsburg in
order to create this neighborhood village. It may be necessary to request the annexation of
different ground (and their associated Tax Map ID numbers) in stages in order to preserve the
economic viability of the proposed new community, including its residential and commercial
components. I look forward to working in cooperation with the Planning Commission and staff,
and the Town Council, to create a new community of both societal and economic value.
Best regards,
Daniel C. Cross, CCIM
Cloverly Hill, LLC
2
COUNT'! 70u'N4
EXHIBIT 2
MP
7c`C)
0
0
3
3
rn
00
5 11 r 11
crn m
r
H
z
cr
NI S° g A Z70
0 d x m O
II
.60 -I m N _ m
mm
. .* �°
w vc r
c
o N
o.—
m.ro C ..
5 5 Q 'I,
CO 0 fp O
CL A , ,
fp fD 0, 0
I,p 3 0 0.
<
f m o0
a
tip 0.
5 pi
::0 a
fp co 9
3 = O
7 21 co
C C
n .. a,
.. al a
at
0030
O
VI ? pXj N
N .. C
up 3
3 N
"I X
CD 3
ova
z
O
0
N
CLOVERLY PROPOSED TOWN ZONING-EXH
Future Land Use
!Pfl__11igiug...),
Cn.ld ar wa.N ogh,n Co.o,lr. MO PLnning RpL lilt
a.la: F.hna.yxnIl
to AI MC! I traids,lt.WhA•wd..e..blfaanm,I'Wn.aa,s.oI A4l.odd Lr or
.C1olsx..'O-4I{, nHFrvlrr.l.N,M5Il.. V n. µir...d.t utlmps...lN.,ogi.d.Aq
., L.I gLgglang,g np. ear L..rl.aadw..LI. ...pr.l t.l..rlm..m.n.l.n.l,r.I.•..rn
.nlp,MI..I Oft. far....! VJ.verryWerd Alrrr,.rtIra.. oft., d^AM ,,rmlb.hrM �, Mee,.
Yn.F•...w MaiIOW. ft.
Alth
glatiftlt
Inkar#1
II& 404IP
[W IR•R] fl w led tr•..6:. n wl.f,u.up are a..l..a h,..t. nnHayur..S,. OY\h... a,. own
.n..s.en1.1. II .pn..I Ia...I..rrmwv u..wl la ld.00 -, ..,1 ►►wwt..r. nxl.r. n7 .., g..
„.r .nod I.5 Wn l M,n Cone, al,ry lad M II.II.ryf,el h. p.Un.M .id.i.uln..e.ejT.,„istl I..r .nr
Itu.. S.aey.l....r, ni..hdua.n.el..,.. wun..,e.,v.+r e• w neyw.,..ral.ud .410 kge
l..1.= IA.r•I• ..• I. Peat 11ntialah nOFl.nlv.DM'ad. Opwreld,.,INln, iv',,r%.lh..a d Komi WIPP
vAJI.k, �.,, % k ri ed.41..ct.I nt Irl,r,�n,s ll 14A,...1 bied.li ly4p1
Path: T:\Policy\Develop\3lnithsburg\v 'damps \ sin ilhshurg_FUTURElanduse mod
0 0.1 0.2 0.3 0.4
EMCIIM Miles
Legend
_[toads Density Residential
.8,Smithsburg Town Growth Area Medium Density Residential
County Growth Area . , low Density Residential
.Town Boundary Rural Residential
Land Use _Mired Forest
.Agriculture Open Spaces/Parks/FP
Commercial Orchard
Institutional .Water
EXHIBIT 4
RESOLUTION OF THE MAYOR AND COUNCIL OF THE TOWN OF SMITHSBURG,
MARYLAND TO ENLARGE THE CORPORATE BOUNDARIES AND THEREBY AMEND
THE CORPORATE BOUNDARIES AS CONTAINED IN THE APPENDIX OF THE
CHARTER OF THE TOWN OF SMITHSBURG AND TO ESTABLISH THE ZONING
CLASSIFICATION OF THE AREA TO BE ANNEXED
RESOLUTION OF THE MAYOR AND COUNCIL OF THE TOWN OF
SMITHSBURG, adopted pursuant to the authority of Article XI -E of the Constitution of
Maryland and MD Code, Local Government §4-401 to enlarge the corporate boundaries of the
TOWN OF SMITHSBURG, a municipal corporation existing under and by virtue of the Laws of
the State of Maryland, as defined by the CHARTER OF THE TOWN OF SMITHSBURG, and
pursuant to the provisions of Local Gov't §4-401, et seq., by adding or annexing to said
corporate boundaries the following areas immediately adjacent and adjoining the present
corporate boundary:
METES AND BOUNDS DESCRIPTION ATTACHED AS EXHIBIT "A"
WHEREAS, the proposal to enlarge the corporate boundaries of the Town of Smi t h:Jim' g
by adding or annexing thereto the above described areas which are immediately adjacent t 'artcl
adjoining the present corporate boundaries thereof, as contained in the Petition signed by the
requisite number of persons as prescribed and set forth in MD Code, Local Govt §4-404(a), as
residents, registered voters, and/or owners of the realty contained within the area to be annexed;
the same are incorporated herein by reference as if set forth herein and made a part hereof.
WHEREAS, the Mayor, who is the presiding officer of the legislative body, has caused
to be made a verification of the signatures on said Petition, and has ascertained that the
requirements of MD Code, Local Gov't. §4-401, et seq., as more fully appears from the
certificate of verification subscribed by Justine Keadle, Town Clerk, which certificates were
presented at this meeting, are attached hereto and incorporated herein as "Exhibit E" and made
part hereof, have been met.
WHEREAS, the Petition for Annexation meets all the requirements of the law, and
pursuant to §4-406 of the Local Government Article of the Annotate Code of Maryland, the
Annexation was referred to the appropriate State, Regional and County planning authorities.
WHEREAS, the proposed zoning of the area to be annexed to the corporate limits was
referred to the Planning Commission for the Town of Smithsburg, which said Commission has
studied the proposed zoning of the tracts described herein in relation to the Comprehensive Plan,
the Zoning Ordinance, and all other applicable ordinances, the needs of the Town and County,
and the needs of the particular neighborhoods and vicinities of the areas, and have approved the
same and that the rezoning of said tract of land is proper and desirable under all of the
circumstances and should be accomplished at this time.
NOW THEREFORE, BE IT RESOLVED, by the Mayor and Council of the Town of
Smithsburg, that the boundaries of the Town, pursuant to the provisions of §4-400 MD Code,
Local Gov't. be and the same are hereby amended and enlarged so as to annex and include
within said Town all that certain area of land together with the persons residing therein, if any
and their property, contiguous to the corporate limits of the Town and being more particularly
described in Exhibit A.
AND BE IT FURTHER RESOLVED, that the annexation of the said area be made
subject to the terms and conditions as set forth in the Petition for Annexation attached hereto as
Exhibit "B" and made a part hereof upon final agreement and passage.
AND BE IT FURTHER RESOLVED, by the Mayor and Town Council, that the
subject property to be annexed shall have zoning classifications of CG (Commercial General)
and TR (Town Residential), as more particularly described on the schematic entitled "Zoning
Exhibit for Cloverly Hill, LLC," dated August 3, 2017, attached hereto and incorporated herein
as Exhibit "C" and said
AND, BE IT FURTHER RESOLVED, that the above mentioned Petition for
Annexation and the Certificates of Verification hereinabove referred to, be filed and recorded
among the records with the Clerk of the Town of Smithsburg and to be filed with the records of
this meeting as part of this resolution by reference.
AND, BE IT FURTHER RESOLVED, that the description of the corporate boundaries
of the Town of Smithsburg as referred to and incorporated in the Charter of the Town of
Smithsburg, is hereby amended by eliminating from said existing description of the corporate
boundaries that part thereof and said new description to be filed in accordance with the
provisions of the Annotated Code of Maryland and the Charter of the Town of Smithsburg shall
read as follows:
[SEE ATTACHED EXHIBIT "D" FOR NEW METES AND BOUNDS DESCRIPTION
OF TOWN]
AND, BE IT FURTHER RESOLVED, that this Resolution shall become effective at
the end of forty-five (45) days following its final enactment, unless a proper petition for
referendum hereon shall be filed
AND, BE IT FURTHER RESOLVED, that the Engineer or Acting Engineer of the
TOWN OF SMITHSBURG be and he is authorized and directed to amend and change the
corporate boundaries of the Zoning Map of the TOWN OF SMITHSBURG as it now exists to
henceforth show classification of the aforesaid area described herein as set forth.
AND, BE IT FURTHER RESOLVED, that the aforesaid Resolution relative to zoning
shall take effect when and if the aforesaid Resolution regarding annexation shall become
effective as above set forth.
[SIGNATURES ON FOLLOWING PAGE]
WITNESS AND ATTEST
AS TO CORPORATE SEAL:
Justine Keadle
Town Clerk
Date Introduced: 08/08/2017
Public Hearing:
Final Enactment:
Effective Date:
BY ORDER OF THE MAYOR AND
THE TOWN OF SMITHSBURG,
MARYLAND
By:
Mildred Myers
Mayor
PREPARED BY:
SALVATORE & MORTON, LLC
Town Attorneys
R -P /.7--
PUBLIC NOTICE — ANNEXATION PETITION
Notice is hereby given that the Mayor and Council of the Town of Smithsburg, Maryland will hold a public
hearing on Tuesday, September 26, 2017 at the hour of 7:00 p.m. at Smithsburg Town Hall, Mayor and
Council meeting room, 21 West Water Street, Smithsburg, Maryland. The public hearing is for the purpose of
considering an annexation petition submitted by Cloverly Hill LLC. The petition is requesting annexation of
three parcels of record that total approximately 68.18 acres of land, located on the southeast corner of the
intersection of Smithsburg Pike (Maryland Route 64) and Wolfsville Road (Maryland Route 77). The
Petitioner, Cloverly Hill LLC, is requesting zoning on the parcels to be split between General Commercial
(GC) and Town Residential (TR).
All parties in interest and citizens, either in support of or in opposition to the annexation petition, shall have
the opportunity to be heard at said time and place.
A copy of the annexation petition and all information related to the official record is available for review at
Smithsburg Town Hall, 21 West Water Street, Smithsburg, Maryland.
Any person desiring a stenographic transcript shall be responsible for supplying a competent stenographer.
Authority, Town of Smithsburg, Maryland
INSTRUCTIONS
Publish in the Herald -Mail
Dates of Publication — August 21, 2017; August 28, 2017; September 4, 2017;
September 11, 2017
fl -P/3
SMITHSBURG ANNEXATION OF CLOVERLY HILL, LLC
ACREAGE AND ZONING COMPARISONS
(Some acreage figures are estimated)
Parcel #
Acreage
Acreage -Wash Co
current zoning
Acreage-Smithsburg
proposed zoning
Business Local
BL
Residential
Transition
RT
General
Commercial
GC
Town
Residential
TR
Parcel 29
13.37 ac
.50 ac
12.87 ac
5.95 ac
7.42 ac
Parcel 120
.55 ac
.55 ac
0.00 ac
.55 ac
0.00 ac
Parcel 262
47.53 ac
0.00 ac
47.53 ac
19.20 ac
28.33 ac
TOTAL
61.45 ac
1.05 ac
60.40 ac
25.70 ac
35.75 ac
RESIDENTIAL DEVELOPMENT COMPARISONS
(Some acreage is estimated)
(du = dwelling unit)
(sf = square feet)
Wash Co Residential Transition RT
Smithsburg Town Residential TR
Use
Acreage
Min lot
size
Max #
units
Density
du/acre
Acreage
Min lot
size
Max #
units
Density
Du/acre
Single
family
60.40
15,000
sf/du
175
2.90
du/ac
35.75
10,000
sf/du
155
4.35
du/ac
Two
family
(2 du/lot)
60.40
10,000
sf/du
263
4.35
du/ac
35.75
9,000
sf/du
173
4.84
du/ac
Semi-
detached
(1 du/lot)
60.40
7,500
sf/du
350
5.80
du/ac
35.75
5,000
sf/du
311
8.71
du/ac
RESIDENTIAL DEVELOPMENT COMPARISONS
CHANGE IN MAXIMUM ALLOWABLE DENSITY AND
MAXIMUM NUMBER OF UNITS
(Du/ac = dwelling units per acre)
Washington
County
Smithsburg
Change
Max #
units
Max
density
Max #
units
Max
density
%
change
# units
%
change
max density
Single
family
175
2.90
du/ac
155
4.35
du/ac
-11.4%
+50.0%
Two
family
263
4.35
du/ac
173
4.84
du/ac
-34.2%
+11.3%
Semi -
detached
350
5.80
du/ac
311
8.71
du/ac
-11.1%
+50.2%
Principal Permitted uses in Smithsburg General Commercial (GC) zoning district
Highlighted uses not listed as permitted in County Business Local (BL) district
Agriculture
Noncommercial parking garage or parking area intended to fulfill off-street
parking requirements
Parks designed or intended for passive recreation or open space
Swimming pool (or beach) conducted as a principal use
Private or membership clubs or lodges not operated commercially, nor
conducted primarily as a business enterprise
Golf driving or practice ranges, batting cages, racquet clubs/courts or
miniature golf courses and the like, conducted as a principal use
Indoor recreation facilities, including but not limited to bowling alleys,
theaters, movie theaters, skating rinks, tennis courts, health/recreation, billiard
or poolroom facilities and the like
Transient or temporary recreational activity, such as a carnival, circus, fair or
the like, provided each such activity does not exceed 14 days in a single year
Meeting or assembly halls for philanthropic, religious, fraternal, civic or other
nonprofit organizations/corporations; see setback requirements in § 405-27
Civic buildings, including community centers, museums, post offices,
libraries, fire and rescue stations, ambulance services and emergency medical
transport services, and halls and public office buildings erected or used by
federal, state, county or municipal governments or agencies thereof
Child-care centers, licensed, or drop -in centers as defined in Article II
Public or private trade or professional schools, or the like
Automobile car washes, motor vehicle repair garages, small engine and related
equipment repair and maintenance, to include lawn mowers.
Automobile, truck, farm equipment, trailer, motorcycle, recreational vehicle
and accessory equipment, snowmobile or mobile home display and sale or
rental, including repair and maintenance of such vehicles and equipment as an
accessory use, provided that
Automobile service stations, except highway service plazas as defined in
Article II.
Shopping center or mall
Building materials and supplies, for sale, provided that outdoor storage areas
shall be effectively screened from view from public roads and adjoining
residences by a solid wall, screen or fence at least 6 feet high or by dense
evergreen plantings of equal height. All screening shall be continuously
maintained.
Veterinarians offices limited to small animal practice and provided that no
overnight boarding occurs for nonmedical reasons
Business, service
Professional offices
Medical and dental offices or clinics for outpatient treatment, including
accessory laboratory facilities.
Feed, grain and farm supply stores, including silos, elevators, warehouses and
similar enclosed storage
Funeral homes, mortuaries and the like.
Greenhouses and nurseries, including sales facilities
Hotels, motels and the like.
Printing, photographic processing, blueprinting, photocopying and similar
reproduction services, and facsimile transmission, except publishing
Parking lot or garage as a commercial or public enterprise, provided that such
parking lot shall be screened by a solid wall, screen or fence at least 3 feet
high or by dense evergreen plantings of equal height. All screening shall be
continuously maintained.
Business, personal service
Furniture, to include upholstery, repair, and refinishing
Restaurants and the like, except drive-in and drive -through restaurants as
defined in Article II.
Drive-in and drive -through restaurants
Business, neighborhood retail
Convenience stores and centers
Specialty auto services, to include glass repair, lubrication, brake repair, and
upholstering or the like
Business, general retail
Temporary signs
Civic billboards
Taverns
Mini warehousing/storage
Essential utility equipment
Utility equipment — other.
3
Washington County
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Intergovernmental Cooperative Purchase (PUR-1358) — Automated Speed
Enforcement (ASE) System
PRESENTATION DATE: September 25, 2017
PRESENTATION BY: Rick Curry, CPPO, Director - Purchasing Department and Sheriff Doug
Mullendore
RECOMMENDED MOTION: Move to authorize by Resolution, the approval for the
Washington County Sheriff's Office to enter into a contract to lease an Automated Speed
Enforcement System, at a cost of $3,100.00 per month (per unit), for up to twenty (20) speed
enforcement system cameras from Brekford Traffic Safety, Inc. of Hanover, MD and to utilize
another jurisdiction's contract (RFP No. Purch 2016-105) that was awarded by Calvert County
Department of Finance & Budget Purchasing Office.
REPORT -IN -BRIEF: The County's intention is to contract with a qualified contractor to
lease an Automated Speed Enforcement System (cameras) that will be installed in various
locations in the County. During the period of the contract, the contractor shall provide all
service(s) and material(s) described in the contract. Orders will be placed on an "as needed basis".
The contract is for one (1) year commencing after approval and execution of the contract
documents, with an option for two (2) one (1) year periods, exercisable at the discretion of the
County.
The Code of Public Laws of Washington County, Maryland (the Public Local Laws) §1-106.3
provides that the Board of County Commissioners may procure goods and services through a
contract entered into by another governmental entity, in accordance with the terms of the contract,
regardless of whether the County was a party to the original contract. The government of Calvert
County Depaitinent of Finance & Budget Purchasing Office took the lead in soliciting the resulting
agreement. If the Board of County Commissioners determines that participation by Washington
County would result in cost benefits or administrative efficiencies, it could approve the purchase
of this service in accordance with the Public Local Laws referenced above by resolving that
participation would result in cost benefits or in administrative efficiencies.
The County will benefit with direct cost savings in the leasing of the units because of the
economies of scale this group leveraged. I am confident that any bid received as a result of an
independent County solicitation would exceed the spend savings that Calvert County Department
of Finance & Budget Purchasing Office provides through this agreement. Additionally, the County
will realize savings through administrative efficiencies as a result of not preparing, soliciting and
evaluating a bid. This savings/cost avoidance would, I believe, be significant.
DISCUSSION: N/A
FISCAL IMPACT: Potential for revenue proceeds.
CONCURRENCES: N/A
ALTERNATIVES: N/A
ATTACHMENTS: Brekford's Speed Enforcement System Program Proposal
AUDIOVISUAL NEEDS: N/A
CALVERT COUNTY
DEPARTMENT OF FINANCE & BUDGET
PURCHASING OFFICE
Timothy Iiavden, Director
Roberta L. Baker. Purchasing Officer
150 Main Street, Suite 107
Prince Frederick, Maryland 20678
410-535-16(X) • 30I-855-1243
April 1, 2016
Mr. Rodney Hillman
President
Brekford Corp.
7020 Dorsey Road, Building C
Hanover, Maryland 21076
Re: Bid Number — Purch 2016-105
Automated Speed Enforcement System
NOTICE TO PROCEED
Dear Mr. Hillman:
Board of C'omintissioners
Gerald W. Clark
Pat Nutter
Susan Shaw
Evan K. Slaughenhoupt Jr
Steven R. Weems
I am pleased to present you with your notice to proceed for the above -referenced contract effective
this date. Enclosed is your copy of the fully -executed contract.
Lt. David P. Payne, Sheriff's Office, will be the County's Contract Manager for this contract. He can be
reached by phone at 410-535-1600, extension 2593 or by email at paynedp@co.cal.md.us. Please contact Lt.
Payne to set up a meeting.
Thank you for providing Calvert County Government with your services. We look forward to a
successful contractual relationship. If you have any questions or require additional information, please contact
me.
Attachments
cc: Lt. David P. Payne
Sincerely,
. i
l'#)
Roberta L. Baker
Purchasing Officer
Mailing Address: 175 Main Street, Prince Frederick, Maryland 20678
Maryland Relay for Impaired Hearing or Speech: 1-800-735-2258
REQUEST FOR PROPOSAL
BOARD OF COUNTY COMMISSIONERS
OF
CALVERT COUNTY
PRINCE FREDERICK, MARYLAND 20678
RFP NUMBER - PURCH 2016-105
AUTOMATED SPEED ENFORCEMENT SYSTEM
PURCHASING OFFICE
COUNTY SERVICES PLAZA
150 MAIN Si _ REET, SUITE 107
PRINCE FREDERICK, MARYLAND 20678
roehl@co.cal.md.us
410-535-1600/301-855-1243 Ext, 2522
DUE DATE:
Tuesday, January 12, 2016 by 2:30 p.m. (Eastern Time)
WRITTEN QUESTIONS ARE DUE ON OR BEFORE WEDNESDAY, JANUARY 6, 2016 BY 10:00
A.M. (EASTERN TIME). ALL QUESTIONS SHALL BE SUBMITTED TO THE PURCHASING
OFFICE AT roehl@co.caLmd.us.
INDEX
PAGE NUMBER(S)
NOTICE TO BIDDERS
PRICE PROPOSAL
ADDENDUM CERTIFICATION
NON-DISCRIMINATION IN EMPLOYMENT
SPECIFICATIONS
GENERAL TERMS AND CONDITIONS
LIMITS OF INSURANCE
NON -COLLUSION CERTIFICATE
ANTI -BRIBERY AFFIRMATION AND
AFFIDAVIT OF QUALIFICATION TO RESPOND
AGREEMENT
1.0
2.0
3.0
4.0
5.0
6.0
7.0
8.0
9.0
10.0
NOTICE TO BIDDERS
Sealed proposals are due on or before Tuesday, January 12, 2016 by 2:30 p.m. (Eastern Time) for
acknowledgement of receipt only for:
RFP NUMBER - PURCH 2016-105
AUTOMATED SPEED ENFORCEMENT SYSTEM
No pre -bid meeting will be held.
Formal proposals or amendments received by Calvert County Government after the due date and
time specified will not be considered. Proposals received after the time specified for due date and
time will be returned unopened.
Proposals shall be submitted in two SEALED ENVELOPES, one envelope shall contain one (1) original
and four (4) copies of the Proposer's technical proposal marked TECHNICAL PROPOSAL. The second
envelope shall contain one (1) original and four (4) copies of the Proposer's price proposal marked
PRICE PROPOSAL. The technical proposal must be accompanied by a brief transmittal letter, signed by
an officer of the company authorized to bind the Proposer to their proposal, with required affidavit(s)
attached. The yellow labels provided with this Request for Proposal shall be affixed to the front of each
envelope and marked according to the above. Each label shall be fully filled out and clearly marked as to
which envelope contains the technical proposal and which one contains PRICING information. Calvert
County Government (hereinafter, "the County") reserves the right to reject proposals improperly labeled.
The envelopes must also show the Proposer's full company name and address. (ANY QUALIFICATIONS
AND EXPERIENCE PROPOSAL WITH PRICE PROPOSAL INFORMATION MAY BE CONSIDERED NON-
RESPONSIVE.)
Sealed proposal(s) should be shipped UPS, FedEx, or hand delivered to the following:
CALVERT COUNTY GOVERNMENT
PURCHASING OFFICE
150 MAIN STREET, SUITE 107
PRINCE FREDERICK, MARYLAND 20678
Acceptance of proposals by Calvert County Government employees other than the Purchasing Office is
not deemed proper delivery. Where proposals are sent by mail to the Purchasing Office, the Proposer
shall be responsible for their delivery before the date and time set for the closing of bid acceptance. If
the mail is delayed beyond the date and hour set for the proposal closing, proposals will not be
accepted. P note that the United States Postal Service does not deliver to the above address.
Proposals made on any form(s) other than any required form(s) included in this package will not be
considered. Changes in the phraseology of the Request for Proposal, additional or limiting provisions
will render the proposal informal and may cause its rejection.
Changes to the Information for Bidders or Technical Specifications shall be made only in writing. The
Board of County Commissioners of Calvert County, Maryland assumes no responsibility for verbal
instructions or interpretations.
1.0
Written questions and inquiries will be accepted from any and all proposers. The Purchasing Office is
the sole point of contact for this solicitation unless otherwise instructed herein. Unauthorized contact
with other Calvert County Government staff regarding this Request for Proposal may result in
disqualification of the Proposer.
In the event it becomes necessary to revise any part of this Request for Proposal, or if additional
information is necessary to enable the Contractor to make an adequate interpretation of the provisions
of this Request for Proposal, a supplement to the Request for Proposal will be issued and posted on
eMaryland Marketplace. The Contractor acknowledges in their proposal the receipt of all addenda,
supplements, amendments, or changes to the Request for Proposal that were issued by the County.
Proposers are responsible for obtaining any documents, including but not limited to
addenda that may be issued, by going to eMaryland Marketplace at
https://emarvland.buvspeed.com/bso/ prior to submitting their proposal.
The Board of County Commissioners of Calvert County, Maryland assumes no responsibility for verbal
instructions or interpretations.
In order to allow time for proposal review and award of contract, unless otherwise specified, all formal
proposals shall be binding for 160 calendar days following proposal due date and time, unless extended
by mutual consent of all parties.
All prices quoted shall be based on fixed/firm rates for the Contract and signed by an authorized official
of the organization.
The right is hereby reserved to reject any or all proposals, and to waive informalities, as the interest of
the Board of County Commissioners of Calvert County, Maryland may require.
If the Proposer to whom an award is made shall fail to execute the contract hereto attached, and as
herein provided, the award may be annulled and the contract awarded to the second most responsible
Proposer, and such Proposer shall fulfill every stipulation embraced herein, as if they were the original
party to whom the award was made; or the Board of County Commissioners of Calvert County,
Maryland may reject all of the proposals, as its interests may require.
Proposers must examine the specifications carefully. In case doubt shall arise as to the meaning or
intent of anything in the specifications, inquiry should be made to the Purchasing Office before the
proposal is submitted and by the dates specified herein. The submission of a proposal shall indicate that
the Proposer thoroughly understands the terms of the specifications.
The submission of a proposal on this work and service will be considered as a representation that the
Proposer has carefully investigated all conditions which affect or may, at some future date, affect the
performance of the work or services covered by the Request for Proposal, the entire area to be
serviced as described in the specifications and other contract documents, and that the Proposer is
fully informed concerning the conditions to be encountered, character, quality and quantity of work
to be performed and equipment and materials to be furnished; also, that the Proposer is familiar with
all Federal, State and County laws, all codes and ordinances of Calvert County Government which
affect the prosecution of the work or persons engaged or employed in the work or the materials and
equipment used in the work.
The Purchasing Office will correct any errors in computations when the fee proposals are canvassed.
Proposers shall execute the following forms and include as part of their proposal. Failure to do so may
be cause for rejection of the proposal as nonresponsive.
(a) Price Proposal
(b) Required Technical Proposal including Required Forms
(c) Non -Discrimination in Employment
(d) Non -Collusion Certificate
(e) Anti -Bribery Affirmation Affidavit of Qualification to Respond
(f) Addenda, if applicable
(g) Questions and Answers/Clarification, if applicable
No Proposer may withdraw their proposal within 180 days after the opening thereof.
Requests for information related to this Request for Proposal should be directed to the Purchasing
Office, Heather L. Roe, Purchasing Assistant, by: (1) E -Mail: roehl@ico.cal.md.us; (2) Phone: 410-535-
1600, extension 2522; or (3) Fax 410-414-3672.
Acknowledge of receipt only for this Request for Proposal will be posted on the County's web site at
http://www.co.cal.md.us/Purchasing/FY2016.
1.2
RFP NUMBER - PURCH 2016-105
AUTOMATED SPEED ENFORCEMENT SYSTEM
PRICE PROPOSAL
TO THE BOARD OF COUNTY COMMISSIONERS OF CALVERT COUNTY: The undersigned agrees to
furnish all labor, material, supervision and equipment necessary to provide an AUTOMATED SPEED
ENFORCEMENT SYSTEM as specified in this Request for Proposal to the Board of County
Commissioners of Calvert County in accordance with attached specifications and other documents
herein and at the following price(s):
DESCRIPTION UNIT PRICE
ASE SYSTEM LEASE FEE PER UNIT PER MONTH $ 3,100.00
It is further agreed by the Undersigned that upon receipt of written advice of the acceptance of
proposal, the necessary contract shall be executed within ten (10) days after such notice.
The undersigned has caused this proposal to be executed as of the day and year indicated on each
proposal page and hereby agrees to provide aforementioned services necessary for compliance with
this specification and agrees to provide these for the rates indicated in this proposal form.
The Contractor shall comply with all applicable State and Federal laws and regulations to include but
not limited to § 21-809 of the Transportation Article of the Annotated Code of Maryland.
By signing here, the firm does hereby attest that it has fully read the instructions, conditions and
general provisions and understands them.
BIDDER'S LEGAL BUSINESS NAME: Brekford Corp.
AUTHORIZED SIGNATURE:
DATE: 1/11/2016
2.0
NAME AND SIGNATURE REQUIREMENTS FOR BID AND CONTRACTS
The legal business name and principal office AS RECORDED WITH THE STATE
DEPARTMENT OF ASSESSMENTS AND TAXATION (SDAT), for the State of Maryland, must
be used on all forms within the bid document A trade name (Le., a shortened or different
name under which the firm does business) must not be used when the legal name is
different. Corporations must have names that comply with State law. The bidder's signature must
conform to the following:
All signatures must be made by an authorized officer, partner, manager, member, or employee. The
signing of an offer or a contract is a representation and certification by the person signing that the
person signing is authorized to do so on behalf of the offeror or contractor/Contractor.
BIDDER'S LEGAL BUSINESS NAME
Brekford Corp.
TELEPHONE NUMBER
443-557-0200
PRINCIPAL OFFICE ADDRESS
7020 Dorsey Road, Bldg. C Hanover, MD 21076
FAX NUMBER
443-557-0201 ,r
REMITTANCE ADDRESS: (If Remittance Address is Different from
Above Address)
EMAIL ADDRESS
RI -ii l lm an(albrekford. com
NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (TYPE OR PRINT)
Rodney Hillman, President
SIGNA T OF ABOVE PERSON
`��
DATE
1/11/2016
a
WITNESS DATE
✓ A) 1/11/2016
2.1
REFERENCEq
List at least three (3) business references for whom your company has provided the service as
outlined in this Invitation to Bid during the past year. References must be companies served for at
least a two-year period. The County reserves the right to request additional information regarding
past and current clients for whom the Contractor has provided the services requested in this
Invitation to Bid. The County reserves the right to check all references furnished and consider the
response(s) received in determining award of this Contract.
1. Company:
Address:
Town of Landover Hills, Maryland
6904 Taylor St
Landover Hills, MD 20784
Contact Person: Chief Norris Telephone: 301-773-6401
2. Company: The City of Salisbury, Maryland
Address: 699 W Salisbury Pkwy
Salisbury, MD 21801
Contact Person: Major Kolb Telephone: 410-713-5099
3. Company: The City of Hagerstown, Maryland
Address: 50 N Burhans Blvd
Hagerstown, MD 21740
Contact Person: Lt. Woodring
Telephone: 301-573-2023
Specify the number of years your company has been in continuous business providing services and/or
products as required in this Invitation to Bid (must be at least five [5) years under the same company
name and ownership). 5 years
BIDDER'S LEGAL BUSINESS NAME: Brekford Cop DATE: 12/28/2015
AUTHORIZED SIGNATURE:
2.2
RFP NUMBER - PURCH 2016-105
AUTOMATED SPEED ENFORCEMENT SYSTEM
ADDENDA CERTIFICATION
The undersigned acknowledges receipt of the following Addenda to the Request for Proposal for the
above -identified Contract and that this proposal was prepared in accordance with said Addenda.
Addenda become part of this Request for Proposal. Failure to acknowledge any addenda shall not
relieve the Contractor of compliance with the terms thereof. The Board of County Commissioners of
Calvert County assumes no responsibility for oral instructions.
Addendum Number Date of Addendum
N/A
Brekford Corp.
Bidder's Legal Business Name
7020 Dorsey Road, Bldg C
Address
Hanover, MD 21076
Address
Cn (1r 4
Signature of A
1/11/2016
Date
443-557-0200
orized Representative
Phone Number
443-557-0201
Fax Number
3.0
NON-DISCRIMINATION IN EMPLOYMENT
During the performance of this contract, the Contractor agrees as follows:
1. The Contractor will not discriminate against any employee or applicant for employment because
of race, religion, color, sex, handicap, or national origin, except where religion, sex, or national
origin is a bona fide occupational qualification reasonably necessary to the normal operation of
the Contractor. The Contractor agrees to post in conspicuous places, available to employees and
applicants for employment, notices setting forth the provisions of this non-discrimination clause.
2. The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the
contract, will state that such Contractor is an equal opportunity employer.
3. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation
shall be deemed sufficient for the purpose of meeting the requirements of this section.
4. The Contractor will include the provisions of the foregoing paragraphs 1, 2, and 3 above in every
subcontract or purchase order so that the provisions will be binding upon each Sub -Contractor or
vendor.
Contractor's Signature
Printed Name of Contractor
Bidder's Legal Business Name
Address
Rney 1-lillman
Brekford Cnrp
7020 Dorsey Road, Bldg C
Hann cr MD 21076
Phone Number 443-557-0200
Date 1/11/2016
4.0
RFP NUMBER - PURCH 2016-105
AUTOMATED SPEED ENFORCEMENT SYSTEM
SPECIFICATIONS
I. INTRODUCTION
The Board of County Commissioners of Calvert County, Maryland through the Calvert County
Sheriff's Office, or a chosen representative, (hereinafter, "the County") are requesting Technical
Proposals (Qualifications and Experience) submittals and Price Proposals from qualified firms or
individuals (hereinafter, "the Contractor") to provide all labor, materials, equipment, supervision,
services, and incidental items necessary to install, test, and maintain an automated speed
enforcement system, (hereinafter, "ASE") consisting of portable units in Calvert County, Maryland
that are compliant with all applicable State and Federal laws and regulations to include but not
limited to § 21-809 of the Transportation Article of the Annotated Code of Maryland and in
accordance with specifications.
II. SUMMARY OF WORK
A. PROJECT DESCRIPTION
The Contractor shall develop and submit a scope of work that meets the goals and objectives
of this Request for Proposal, (hereinafter, "RFP"). To meet the objectives, the following
minimum requirements must be met:
1. Contractor must furnish and install all ASE equipment and related equipment required for
a complete turnkey ASE system, including supply, delivery, installation, signage,
implementation, and maintenance of all equipment necessary for the operation of an ASE
program and citation processing system that is fully compliant with State and Local Laws.
2. Contractor shall conduct independent calibration upon initial installation and then be
conducted annually.
3. Contractor is responsible for issuance of warnings, notices, citations, flagging notices,
summonses, follow up on notification, past due processing, process court correspondence,
and respond to general correspondence.
4. Contractor shall provide a robust, fully web -enabled and fully secure citation processing
system that includes data processing, initial screening of data, prompt delivery of data to
the County for violation review and citation authorization, citation mailing, bad address
notification, and maintenance of secure internet-based violation viewing capability.
5. Contractor shall process all traffic citations and the preparation of evidence packages for
court.
6. Contractor shall operate a toll -free telephone system with a bi-lingual (English and Spanish)
customer support center to assist citizen's concerns.
5.0
7. Contractor shall be responsible for site design, engineering, permitting, and construction to
install or operate the system at the agreed upon sites by the Contractor and the County.
8. Contractor shall conduct a public awareness/community relations education campaign (i.e.
press releases, brochures, public service announcements, etc.).
9. Contractor shall conduct training for the Sheriff's Office, Courts, Technology Services, and
other officials involved in the use of the system.
10. Contractor shall be responsible for ensuring the system is operating properly on a
continuing basis. Problems shall be documented and remedied within seventy-two (72)
hours, including weekends and holidays.
11. Contractor shall provide a secure Web -based system for event review.
12. Contractor shall provide a secure Web -based system for citation tracking that maintains the
complete citation history and is able to be audited.
13. Contractor shall provide a payment processing system to accept payments by mail, or via
the Web. The company shall post all payments automatically, process payments, provide
the ability for payment research, manage unapplied payments, and reconcile receipts daily.
14. Contractor shall provide adjudication process support to include schedule and track court
hearings, send court notifications, and provide general support to Deputies before and
during hearings.
15. Work shall be conducted to provide least possible interference to the activities of County's
personnel, commercial traffic, and public use of parking. Provide traffic controls, signs, and
barricades, as required, to maintain safe, continuous vehicular and pedestrian traffic
through installation areas.
16. Portable fixed site leased camera systems.
17.Camera systems have the ability to be moved, upon agreeance of both parties with no
additional relocation costs.
18.All installation costs are covered by the company. Calvert county has the final say on
location.
19.Termination for convenience may occur by either party upon (60) sixty days prior written
notice.
5.1
20.This program shall remain Cost Neutral to Calvert County.
a. The citation fees collected per month shall be the source of payment towards
Contractors monthly lease fee of ASE equipment of approved citations.
b. During a month in which approved citation fees collected are less than the Contractors
monthly lease fee, the Contractor shall accept the fees collected in said month as
payment for the monthly lease fee and shall not charge the County the balance of the
lease fee for that month.
c. During a month the approved citation fees collected exceed the Contractors monthly
lease fee, the Contractor shall make payment to the County for the amount above the
monthly lease fee.
21.The County and the Contractor shall establish Business Rules for the operation of this
program in accordance with Local, State, and Federal laws and regulations.
B. ASE EQUIPMENT
1. The camera system shall use a digital media. Proposer must submit a minimum of four
example sets of violation photos in different lighting and weather conditions, including (1)
daytime — fair weather, (2) daytime — rain and snow, (3) night time — fair weather, and
(4) night time — rain and snow. Systems should use a combination of high resolution still
images with an output in excess of 3000 x 20O0 pixels per frame/image and full motion
digital video technologies.
2. All camera system component operations shall be synchronized to a single, standard,
independent, external and verifiable time and date source.
3. The system must imprint violation information on the image at the point -of -capture.
Information specific to the violation must include, but are not limited to: location, date,
vehicle speed, and elapse time between images.
4. The camera system shall be modular in construction to facilitate rapid installation and
maintenance.
5. The camera system shall generate secure violation evidence that can be communicated
and processed using vendor supplies or operated photo enforcement processing systems.
6. The system shall be capable of being flexibly configured to address the specific number
of lanes to be enforced in each direction of travel at the site, including speed violations,
simultaneous violations and consecutive violations. The vendor shall specify the number
of simultaneous and consecutive violations the proposed system can provide.
7. Camera system shall be capable of accurately measuring speeds, detecting speed limit
violations and photographing the incident.
5.2
8. The equipment shall be capable of deployment in a wide range of operating conditions
(heavy traffic volumes, adverse weather conditions, road surface configuration) and
across 4 lanes of moving traffic.
9. Night time vision must have a flash system or lighting beyond an ambient light at a
location. The flash system or lighting must not solely rely on an ambient light.
10. In order to minimize operator error, cameras should be automated as much as possible
with regard to set up (aperture settings, focusing, leveling, etc.)
11. The camera system shall be secure from vandalism or tampering.
12. The camera system enclosures must be designed in such a fashion that maintenance,
and other operations can be accomplished easily and quickly without creating a public
safety hazard. Explain typical maintenance procedures.
13. Vendor must provide a video component in conjunction with the digital camera system.
The video must attach a verification video segment to each speed limit violation and each
day's full 24 hours of video must be saved and be available to the County for viewing for
up to ninety (90) days.
14. Proposer shall detail its speed validation methodology and provide statistical information
on accuracy of speed measurements. Explain what program or system the firm uses to
confirm the ongoing accuracy of the speed measurements.
15. All ASE field equipment shall be installed in the County's rights -of -ways with no
encroachments onto private property. The County reserves the right to expand on
roadways with State rights -of -ways as permitting allows.
16. The equipment must provide readouts in miles per hour and be capable of recording
speeds within an accuracy tolerance of plus or minus one (1) mile per hour (+1- 1 mph)
of the actual speed of target vehicles.
17. Camera Unit Housing:
a. Sealed to be weather, dust, water, and spray resistant
b. Securely lockable
c. Vandal and tamperproof
d. All glass openings must be bullet resistant
III. DISPOSITION OF DOCUMENTS
The Contractor agrees that all data including, but not limited to, reports, tables, images, graphics,
specifications, studies, estimates, maps, photographs, computer files, and other material prepared
by the Contractor under the terms of this Contract, and at any time during the term of the
Contract, shall become the sole and absolute property of the County. All such material shall be
returned to the County upon completion, termination, or cancellation of this Contract. The
5.3
Contractor shall, within fourteen (14) days of the County's request, deliver to the County all
requested material(s) prepared by the Contractor in connection with the Contract. The County
shall have the right to use same without restrictions or limitations and without compensation to
the Contractor.
The Contractor shall not use, willingly allow, or cause such materials to be used for any other
purpose than performance of all the Contractor's obligations under the Contract without the prior
written consent of the County. Documents and materials developed by the Contractor under the
Contract shall be the property of the County; however, the Contractor may retain file copies which
cannot be used without prior written consent of the County. The County agrees that the
Contractor shall not be liable for any damages, loss, or injury resulting from future use of the
provided documents for other than the project specified when the Contractor is not the firm of
record.
IV. CONTRACT MANAGER
The Contract Manager for this Contract shall be David P. Payne, or duly authorized representative.
V. MANPOWER
The Contractor must ensure that sufficient manpower is available to concurrently perform the
services required under this Contract. The County reserves the right to require the Contractor to
dedicate additional manpower, if the work is falling behind schedule. The County also reserves the
right to require the replacement of any personnel under this Contract for any reason.
VI. RECORDS
The Contractor shall keep accurate records. As necessary, the Contractor shall make these records
available to the County for audit purposes at any time during normal business hours and as often
as deemed necessary.
VII. PAYMENT
The County and the Contractor shall establish a payment processing system for the operation of the
program for the County to receive payment of collected citation fees less the monthly lease fee per
month.
VIII. PROPOSAL SUBMITTALS — RESPONSE TO RFP
A. Proposals shall be submitted in accordance with this RFP. (ANY TECHNICAL (QUALIFICATIONS
AND EXPERIENCE) PROPOSAL INCLUDED WITH ANY PRICE INFORMATION MAY BE
CONSIDERED NONRESPONSIVE.)
B. Technical and cost proposals should be prepared simply and economically providing a
straightforward, concise description of the Contractor's ability to satisfy the requirements of
this RFP.
1. Technical Proposal (Qualifications and Experience)
At a minimum, this shall include the following:
a. A brief transmittal letter on company letterhead, signed by an officer authorized to bind
the proposer to their proposal.
5.4
b. Statement by the Contractor of their ability both in experience and available manpower
to meet the requirements contained herein. Contractor shall provide background
information on the firm, including date of establishment, type of entity, business
expertise, a short history, current ownership, and any other relevant matters.
c. A brief discussion of the Contractor's understanding of the project and scope of services
required. Describe how the firm or team view the situation and needs of the County as
it seeks assistance with this project. Include a description of the distinctive approach to
be taken, including methodologies and innovative concepts, in response to the Scope of
Services.
d. Fully executed Anti -Bribery Affirmation and Affidavit of Qualification to Bid, Non -
Collusion Certificate, Limits of Insurance, and Non -Discrimination in Employment forms
included in this RFP, executed by the Contractor, or in case the Contractor is a
corporation, by a duly authorized representative of the corporation, on the forms
provided.
e. A project schedule identifying tasks to be completed and date of completion (in
calendar days). A graphical representation of the proposed schedule showing
deliverables is required. Describe in detail how each job shall be approached.
f. A list of organizations and prime Contractors included in the project team, including
area(s) of responsibility for each organization.
g.
The name of and contact information for the project manager along with a listing of key
personnel, management and field positions, and team members assigned to this project
with a brief bio related to their qualifications, related task experience, and tasks to
which they shall be assigned highlighting their experience in consultation of similarity to
this RFP. Resumes and/or curriculum vitae of each staff member shall be included,
providing name, position, education, background, and experience. Upon award, cell
phone, emergency numbers, and emails shall also be provided.
h. If the Contractor wants to use other personnel under this Contract and after the
Contract is executed, the Contractor must submit their resumes. Only pre -qualified
personnel shall be eligible to work on this Contract.
i. Full legal name and address of Proposer and the person authorized to sign the proposal
should indicate their title and/or authority to bind the firm in a contract. The legal
business name and principal office AS RECORDED WITH THE STATE DEPARTMENT
OF ASSESSMENTS AND TAXATION (SDA T) must be used.
j•
A brief overview of a minimum of three (3) similar projects which the Contractor has
completed within the last ten (10) years. The listing shall include for whom the project
was completed and a reference that the Committee may contact including current
phone number(s). Work samples should be included, as well as contact information for
5.5
previous clients and letters of reference.
k. Disclose any work for other clients that may affect or be affected by work under this
Contract.
I. Breakout of Proposed Work Program and Timeline per unit.
m. Proof of financial stability.
n. Any other criteria the Contractor considers relevant for the projects to be performed
under the Contract.
o. Proposers should give specific attention to the identification of those portions of their
proposals that they deem to be confidential, proprietary information or trade secrets
and provide any justification why such materials, upon request, should not be disclosed
by Calvert County Government under the Access to Public Records Act, State
Government Article, Title 10, Sections 10-611 to 10-628, Annotated Code of Maryland.
2. Price Proposal
a. The Proposer shall fill out the Price Proposal form contained herein.
b. Pricing submitted shall include all costs including but may not be limited to profit,
overhead, travel, mileage, vehicle fuel, supplies necessary for printing and mailing
citations to include envelopes, paper, and postage, and miscellaneous fees.
c. Costs for preparation of requested proposals shall be borne by those submitting
proposals.
IX. EVALUATION PROCEDURES
A. EVALUATION COMMITTEE
Proposals submitted shall be evaluated by an Evaluation Selection Committee consisting of
member(s) from the Calvert County Sheriff's Office. Membership on this committee is subject
to change.
During the evaluation process, the Evaluation Committee and the County reserve the right,
where it may serve the County's best interest, to request additional information or
clarifications from proposers.
B. EVALUATION CRITERIA
Proposals shall be evaluated using the minimum criteria as set forth in this RFP. Firms
meeting the mandatory criteria shall have their proposals evaluated for technical qualifications
and price. The following represent the minimum principal selection criteria which will be
considered during the evaluation process.
1. Mandatory Elements
a. The Contractor is independent and licensed to practice in Maryland.
5.6
b. The Contractor has no conflict of interest with regard to any other work performed by
the Contractor for the County.
c. The Contractor adhered to the instructions in this RFP on preparing and submitting their
proposal.
d. The Contractor shall submit all required forms as contained and required in this RFP.
2. Technical Qualifications
a. Expertise, Experience, and Qualifications
1) The Contractor's past experience and performance on comparable contracts.
2) The quality of the Contractor's professional personnel, including the project
manager, to be assigned to the Contract and the quality of the Contractor's
management support personnel to be available for technical consultation.
3) The Contractor's experience with similar governments and federal or state contracts.
4) Expertise, ability, capacity, skill, and past experience of the Contractor in providing
services on projects of similar size, scope, and features as those required on this
project.
b. Contractor's experience in providing services in conformance to applicable codes,
standards, and regulations.
c. Current and projected work load, plan to complete the work, and ability to complete the
work in a timely and professional manner.
d. Size of the firm relative to the size of the project.
e. Financial Stability as confirmed through the Contractor's most recent financial
statement.
f. References.
Quality of past work and evaluation of previous clients as confirmed through reference
checks. The County reserves the right to contact any of the references listed as a
contact within the past five (5) years.
g. Approach
1) Adequacy of proposed personnel and staffing plan for the Contract
2) Adequacy of project organization
3) Adequacy of project approach, work plan, management, and timeline
h. Quality and Responsiveness of the proposal.
Generally, the Committee shall consider the Contractor's overall suitability to provide
the required services, and it shall consider the comments and/or recommendations of
the Contractor's previous clients as well as other references.
Proposals shall be evaluated for suitability utilizing a point system. Proposals shall be
ranked according to the overall perceived benefit to the County.
3. Price
The price(s) quoted on the Proposal Form is an integral part of the RFP and shall be
considered during the selection process.
X. PROPOSAL WITHDRAWAL
Any proposal may be withdrawn up until the date and time set herein for the deadline for receipt
of proposals. Any proposal not withdrawn prior to this deadline shall constitute an irrevocable
offer for a period of 180 calendar days to provide to the County the services set forth herein.
5.7
XI. PROPOSAL CONDITIONS
A. Price proposals that accompany technical submittals determined to be unacceptable to the
County will be returned unopened to the Contractor.
B. Proposals received prior to the deadline will be treated as confidential. Proposals received
after the deadline will be considered nonresponsive and will be returned unopened.
C. Proposals may not be altered or amended after they are opened.
XII. DEVIATIONS TO SPECIFICATIONS
Any deviations from the specifications must be noted in detail by the Proposer, in writing, and
submitted with the formal proposal. The Board of County Commissioners of Calvert County reserves
the right to accept or reject any exception.
XIII. RESERVATIONS
The County reserves the right to request clarification of information submitted or to request
additional information about any Proposer as it may reasonably require and may require
interviews. The County reserves the right to reject any or all proposals, to waive technicalities,
and to take whatever action is in the best interest of the County. The County reserves the right to
not hold discussion after award of the Contract.
XIV. CONFLICT OF INTEREST
A. No officer or employee of the County and no member of its governing body, and no other
public official of the governing body of the locality or localities in which the project is situated
or being carried out, or of other local public agencies, who exercises any functions or
responsibilities in review or approval of the undertaking or carrying out of this project, during
his tenure or one year thereafter shall have any personal interest, direct or indirect, apart from
his official duties, in this Contract or the proceeds thereof.
B. The Contractor covenants that it has presently no interest and shall not acquire any interest,
direct or indirect, which would conflict in any manner or degree with the performance of
services required to be performed under this Contract. The Contractor further covenants that
in the performance of this Contract no person having such interest shall be employed.
C. The Contractor shall identify any actual or potential conflicts of interest that exist or which
may arise if the Contractor is recommended for award and propose how such conflict(s) might
be resolved.
XV. CHANGES, ALTERATIONS OR MODIFICATIONS IN THE SERVICES
The County shall have the right, at its discretion, to change, alter or modify the services provided
for in this Contract and such changes, alterations or modifications may be made even though it
will result in an increase or decrease in the services of the Contractor. Such changes, alteration or
modification to the services provided for in this Contract will be made by written change orders to
the purchase order(s) of this Contract.
Any such change, alteration or modification which either separately or in combination results in a
change in the scope of services or an increase/decrease in the amount payable to the Contractor
will be processed by a written change order requisition and is effective only when the change
order to the purchase order is issued.
5.8
5.9
GENERAL TERMS AND CONDITIONS
PROPOSAL FORMS AND AFFIDAVITS
All proposals shall be submitted on forms provided in this RFP, properly signed in ink by a principal duly
authorized to make contracts, and submitted in a sealed envelope.
All required forms must be submitted with technical proposals except for the price proposal which shall
be in a separate sealed envelope. Failure to comply shall be cause for rejection of proposals.
DEVIATIONS TO SPECIFICATIONS
Any deviations from the specifications must be noted in detail by the proposer, in writing, and submitted
with the formal technical proposal. The Board of County Commissioners of Calvert County, Maryland
reserves the right to accept or reject any exception.
PROHIBITION AGAINST UNIFORM PRICING
The County shall encourage open and competitive bidding by all possible means and shall endeavor to
obtain the maximum degree of open competition on all purchase transactions using the competitive
sealed bidding, competitive negotiation, or open market transaction methods of procurement. In
submitting a proposal and bid pricing, each Proposer shall, by virtue of submitting a proposal and bid
pricing, guarantee that the Proposer has not been a party with other Proposers to an agreement to bid a
fixed or uniform price. Violation of this implied guarantee shall render void the proposal and bid pricing
of such Proposers. Any disclosure to or acquisition by a competitive Proposer, in advance of the
opening of the proposals, of the terms or conditions of the proposal submitted by another competitor
shall render the entire proceedings void and shall require re -advertising the proposal.
AWARD OR REJECTION OF PROPOSALS
Contract award is anticipated within (30) thirty calendar days after the receipt of proposals. A
Contract or Contracts will be awarded to the Contractor(s) whose proposal(s) conforming to this RFP
will be the most advantageous to the County.
The Board of County Commissioners of Calvert County shall award the Contract to the most responsive
and responsible Proposer(s) complying with all provisions of the Request for Proposal provided the
proposal and bid price is reasonable and is in the best interest of the County to accept it. The County
reserves the right to award a contract by individual items, in the aggregate, or in combination thereof,
or to reject any or all proposals and to waive any informality in proposals received whenever such
rejection or waiver is in the best interest of the County. The County reserves the right to reject all
proposals and make purchases based on state, county, or municipal contracts that are established by a
legal competitive process whenever it is in the best interest of the County to do so. The County also
reserves the right to reject the proposal of a Proposer who has previously failed to perform properly or
complete on contracts of a similar nature, or a proposal of a Proposer who investigation shows is not in
position to perform the Contract.
In determining the "most responsive, responsible bidder", in addition to considering price and other
factors stated herein, the Board of County Commissioners of Calvert County or the official authorized
official to contract for the County shall consider:
1. The ability, capacity, and skill of the Proposer to perform the Contract or provide the
services required;
6.0
2. Whether the Proposer can perform the Contract or provide the service promptly, or within
the time specified, without delay or interference;
3. The reliability, experience, and efficiency of the Proposer
4. The quality of performance of previous contracts or services;
5. The previous and current compliance by the Proposer with laws and ordinances relating to
the Contract or service;
6. The sufficiency of the financial resources and ability of the Proposer to perform the
Contract or provide the service;
7. Whether the Proposer is in arrears to the County on any debt or contract, is in default on
any surety to the County, or is delinquent as to any taxes or assessments; and
8. Any other information that may have a bearing on the decision to award the Contract.
In addition, the successful Contractor must be current and in compliance with tax filings and licensing
requirements of Calvert County Government; and, if a corporation conducting business in Calvert
County, Maryland or the State of Maryland, must be registered and in "Good Standing" with the
Maryland State Department of Assessments and Taxation. The Contractor shall supply evidence that all
applicable taxes have been paid in full and a copy of its Certificate of Good Standing, as applicable, as
requested by Calvert County Government.
ACCEPTANCE OF PROPOSALS
The County intends to award a contract to the Contractor that best satisfies the needs of the County.
All proposals received by the closing deadline will be carefully evaluated for conformance with the
requirements of this RFP. Selection of a Contractor will be based upon technical factors, price, and
interviews, if conducted.
Contents of the proposal will become contract obligations if a Contract ensues. The County may
award a Contract solely on the basis of the proposal submitted without any additional negotiation.
Failure of the Contractor to honor these obligations may result in cancellation of an award.
VERIFICATION OF TAX PAYMENT/REGISTRATION
All corporations doing business in Maryland are required by law to be registered with the State of
Maryland, Department of Assessments and Taxation, Comptroller's Office, as well as with the
Department of Labor, Licensing and Regulation. Corporations which are not incorporated within the
State of Maryland are required to have a resident agent. The resident agent must be either as
individual (not the corporation itself) with an address within the boundaries of Maryland or a
corporation that represents other corporations as a resident agent.
Any Contractor who has questions concerning this requirement is advised to contact the Department
of Assessments and Taxation, at (410) 767-1330. It is strongly recommended that potential
Contractors be completely registered prior to the due date for receipt of bids/proposals. Failure to
6.1
register may result in the bid/proposal being deemed unacceptable.
INDEMNIFICATION
Nothing contained in the Contract shall be construed to constitute the Contractor an agent of the Board
of County Commissioners of Calvert County.
The Contractor shall indemnify, keep and save harmless the County, its agents, officials and employees,
against all injuries, death, loss, damage, claims, patent claims, suits, liabilities, judgments, costs and
expenses which may or otherwise accrue against the County in consequence of the granting of a
contract or which may or otherwise result therefrom. If it shall be determined that the act was caused
through negligence or omission of the Contractor or their employees if any, and the Contractor shall, at
their own expense, appear, defend and pay all charges of attorneys and all costs and other expenses
arising therefrom or incurred in connection therewith, and if any judgment shall be rendered against the
County in any such action, the Contractor shall at their own expense, satisfy and discharge the same.
Contractor expressly understands and agrees that any performance bond or insurance protection
required by this Contract, or otherwise provided by the Contractor, shall in no way limit the responsibility
to indemnify, keep and save harmless and defend the County as herein provided.
ASSIGNMENT OF CONTRACT FUNDS
It is mutually understood and agreed that the Contractor shall not assign, transfer, convey, sublet, or
otherwise dispose of his contractual duties to any other person, firm or corporation, without the
previous written consent of the County. If the Contractor desires to assign their right to payment of the
Contract, the Contractor shall notify the County immediately, in writing, of such assignment of right to
payment. In no case shall such assignment of contract relieve the Contractor from their obligations, or
change the terms of the Contract.
TERMINATION OF CONTRACT
The County may terminate a contract, in whole or in part, whenever the County determines that such
termination is in the best interest of the County, without showing cause, upon giving written notice to
the successful proposer. The County shall pay all reasonable costs incurred by the successful proposer
up to the date of termination. However, in no event shall the successful proposer be paid an amount
which exceeds the price proposed for the work performed. The successful proposer will not be
reimbursed for any profits which may have been anticipated but which have not been earned up to the
date of termination.
When the successful proposer has not performed or has unsatisfactorily performed the Contract, the
County may terminate the Contract for default. Upon termination for default, payment may be withheld
at the discretion of the County. Failure on the part of a successful proposer to fulfill the contractual
obligations shall be considered just cause for termination of the Contract. The successful proposer will
be paid for work satisfactorily performed prior to termination, less any excess costs incurred by the
County in re -procuring and/or completing the work.
The Contractor shall stay current in their Federal, State, and County taxes throughout the full term of
any Contract issued. Failure to do shall be grounds for termination of the Contract.
AVAILABILITY OF FUNDS
Multi -year contracts may be continued each fiscal year only after funding appropriations and program
6.2
approval have been granted by the Board of County Commissioners of Calvert County. In the event that
the Board of County Commissioners of Calvert County does not grant necessary funding
appropriation/program approval, then the affected multi -year contract becomes null and void effective
July 1 of the fiscal year for which such approvals have been denied.
The County reserves the right to immediately terminate a contract in the event funds are no longer
available or have been exhausted. If the County must terminate a contract, the County will attempt to
give written notice at least thirty (30) days in advance of the effective date. The Contractor will be paid
for all labor and material provided as of termination date. No consideration will be given for anticipated
loss of revenue or profit on the cancelled portion of the Contract.
DELIVERY FAILURES
Failures of the Contractor to deliver within the time specified, or within reasonable time as interpreted
by Calvert County Government, or failure to correct services when so requested, immediately or as
directed by Calvert County Government, shall constitute authority for Calvert County Government to
purchase in the open market services to replace the service rejected or not delivered. On all such
purchases, the Contractor shall reimburse Calvert County Government, within a reasonable time
specified by Calvert County Government, for any expense incurred in excess of contract prices. Such
purchases shall be deducted from contract quantities.
NON -LIABILITY
The Contractor shall not be liable in damages for delay in services when such delay or failure is the
result of fire, flood, strike, the transportation carrier, act of God, act of Government, act of an alien
enemy or by any other circumstances which, in the County's opinion, is beyond the control of the
Contractor. Under such circumstances, however, the Purchasing Officer may at their discretion, cancel
the Contract.
DISCLOSURE OF CONTENTS OF PROPOSALS AND BIDS
Subject to the exception for confidential information noted below, after an award, all proposals shall be
open to public inspection, and at and after proposal due date and time; the contents of a proposal and
any document submitted with the proposal shall be open to public inspection.
However, the County shall deny inspection of any part of a proposal or bid that contains confidential
commercial or financial information or other commercial information for which denial is required
pursuant to the State Government Article Section 10-617 (Access to Public Records — Required Denials).
IT WILL BE THE RESPONSIBILITY OF THE BIDDER, PROPOSER, OR OFFEROR TO INVOKE THE
PROTECTION OF THIS SECTION PRIOR TO OR UPON SUBMISSION OF THE DATA OR OTHER
MATERIALS AND MUST IDENTIFY THE DATA OR OTHER MATERIALS TO BE PROTECTED AND STATE
THE REASONS WHY PROTECTION IS NECESSARY. Otherwise, Calvert County Government disclaims
responsibility for disclosure of any such material in the public record.
If a contract is awarded to a bidder, offeror, or proposer as a result of the submission of restricted
information, the County shall have the right to duplicate, use or disclose the data to the extent
consistent with the County's need in the procurement process.
A bidder, offeror or proposer agrees to indemnify, protect and save harmless the County, its officers,
agents, and employees with respect to any claim, action, cost or judgment arising from exercising this
disclosure restriction, including any reasonable attorney's fees and other costs incurred in defending the
6.3
confidentiality of the material sought to be protected.
BREACH OF CONTRACT
A. In the event the Contractor shall fail to comply with any of the conditions herein provided and
as covered by the Contract, the County shall notify the Contractor of such failure or default
and demand that the same be remedied within five (5) business days. In the event of the
failure of the Contractor to remedy the same within said period, the County will authorize the
services to be obtained from another qualified Contractor with the difference between the
actual cost paid and the defaulting Contractor to be deducted from any monies due the
defaulting Contractor.
B. In the event of the failure of the Contractor to remedy the same within said period, the County
is authorized to seek to have the Contract terminated.
C. In addition to those instances specifically referred to in other sections contained herein, the
County shall have the right at its option to terminate the Contract under any one or more of
the following:
1. If the Contractor becomes insolvent.
2. If the Contractor makes an assignment for the benefit of creditors pursuant to the
status in such case made and provided.
3. In the event a voluntary or involuntary petition in bankruptcy shall be filed by or against
the Contractor.
4. In the event the Contractor fails to commence work in accordance with the RFP.
5. In the event the Contractor shall abandon any portion of the work to be performed
under the Contract for thirty (30) days or more.
6. If the Contractor shall fail to fully and properly perform any or all of the conditions,
covenants, or agreements contained within the Contract.
7. If the Contractor shall sublet, assign, convey, or otherwise dispose of the Contract or
any portion thereof other than in accordance with the Contract.
8. If a receiver or receivers or any other person shall be appointed by court order to take
charge or custody of the Contractor's property, financial affairs, or business.
9. If the Board of County Commissioners of Calvert County, Maryland upon the advice of
the Project Manager shall be of the opinion that the Contractor is not or has not been
performing the Contract in good faith and in accordance with the terms of the Contract.
COMPLETENESS
All information required by this Request for Proposal must be supplied to constitute a proper
proposal. Calvert County Government shall not be responsible for the premature opening of
proposals if not properly addressed or identified.
LATE BIDS OR PROPOSALS
Formal bids or proposals and amendments thereto received by Calvert County Government after the
time specified for opening will not be considered. Proposals or bids received after the time specified
for receipt of proposals will be returned unopened.
INCURRING COSTS
The County is not liable for any costs incurred by the Proposer prior to the issuance of the Contract.
6.4
NOTICE OF POLITICAL CONTRIBUTIONS
The Contractor agrees, in accordance with Md. Code, State Finance and Procurement Article, §17-
402, to comply with the political contribution reporting requirements under Md. Code, Article 33,
Subtitle 14, as amended from time to time, to which the Contractor may be subject.
COOPERATIVE PURCHASES
1. Acceptance of this proposal and submission of a proposal is an agreement to extend the
same prices, terms, and conditions to other governmental agencies, and public or quasi -
public agencies that receive government funds that require these commodities and/or
services.
2. All purchase and payment transactions will be made directly between the Contractor and the
requesting entity. The Board of County Commissioners of Calvert County assumes no
obligation on behalf of any other public entity.
ARITHMETICAL ERRORS
Any errors in computation(s) will be corrected when the proposals are canvassed.
CONTRACT PERIOD
A. This is a requirements type contract for one [1] year commencing after approval and proper
execution of the contract documents, with a renewal option for two [2] additional one [1] year
periods, exercisable at the sole discretion of the County. This contract shall be automatically
renewed unless notice of nonrenewal shall be made to the Contractor by the County or to the
County by the Contractor at least ninety (90) calendar days prior to the contract anniversary
date which is the date of the Notice to Proceed or otherwise indicated by the County.
B. In the event the County exercises its option to renew this contract beyond the initial one-year
period, the prices for each renewal term shall be the unit prices bid for the initial contract.
OUANTITIES
During the period of the Contract, the Contractor shall provide all service(s) and material(s) described
in this Contract. The Contractor understands and agrees that this is a requirements contract and that
the County shall have no obligation to the Contractor if the quantities listed are not required. Any
quantities that are included in the proposal reflect the current expectation of the County. The
amounts are only an estimate and the Contractor understands and agrees that the County is under
no obligation to the Contractor to buy any set amount of service(s) and material(s). The Contractor
further understands and agrees that the County may require services and materials in an amount less
than or in excess of the estimated amount, and that the quantity actually used, whether in excess or
less than, shall not give rise to any claim for compensation other than the total of the unit price in
the Contract for the quantity actually required by the County. Minimum ordering requirements are not
acceptable.
Estimated units for this Contract: Three (3) Units
Estimated citations issued per unit: Two Hundred (200)
As stated, the Calvert County Government will place orders on an "as needed basis". The Calvert
County Government does not guarantee to purchase any minimum quantities. Minimum ordering
6.5
requirements are not acceptable.
6.6
LIMITS OF INSURANCE
A. The Contractor shall not commence work under this agreement until it has obtained the insurance
required under this section. All coverage shall be with insurance carriers licensed and authorized
to do business in Maryland and shall name the Board of County Commissioners of Calvert County
as an additional insured. Self -insured Contractors shall submit an affidavit attesting to their self -
insured coverage and shall name the Board of County Commissioners of Calvert County as an
additional insured.
B. Additional Insured
1. The following shall be Additional Insured's: Board of County Commissioners of Calvert County,
including all elected and appointed officials, all employees and volunteers, all boards,
commissions and/or authorities and their board members, employees and volunteers.
2. This coverage shall be primary to the Additional Insured's, and shall not be contributing with
any other insurance or similar protection available to the Additional Insured's whether other
available insurance be primary, contributing or excess.
C. Commercial General Liability Insurance
During the life of this agreement, the Contractor shall procure and maintain Commercial General
Liability Insurance on an "Occurrence Basis" with limits of liability not less than $1,000,000.00 per
occurrence with $2,000,000.00 aggregate combined single limit, Personal Injury, Bodily Injury and
Property Damage. Coverage shall include the following:
1. Contractual Liability;
2. Independent Contractor's Coverage;
3. Broad Form General Liability Extensions or equivalent; and
4. Per contract aggregate.
D. Professional Liability
During the life of this Contract, the Contractor shall procure and maintain professional liability
insurance coverage in the amount of one million ($1,000,000) dollars, with a minimum coverage of
one million ($1,000,000) dollars per occurrence and one million ($1,000,000) dollars aggregate.
E. Automobile Liability Insurance
During the life of this Contract the Contractor shall procure and maintain Automobile Liability
Insurance, include applicable No -Fault coverage, with limits of liability not less than $1,000,000.00
per accident combined single limit Bodily Injury and Property Damage. Coverage shall include all
owned vehicles, all non -owned vehicles, and all hired vehicles.
F. Workers Compensation
During the life of this agreement the Contractor shall procure and maintain Workers Compensation
insurance, including Employers Liability Coverage in accordance with the statutes of the State of
Maryland, covering all employees engaged in performance of the contract. If a Contractor is a sole
proprietor or is a company that is not required to maintain workers compensation insurance coverage
under the laws of the state of Maryland, that Contractor must show some alternative injury insurance
coverage, either through health insurance or employer' s liability coverage.
7.0
G. Notice of Cancellatiar.i
Prior to starting performance of the Contract and for each extension of the Contract, a certificate of
insurance shall be furnished to the County. Insurance companies providing insurance must be
acceptable to the County. Contractor agrees to provide Calvert County Government a Certificate of
Insurance evidencing that all coverage, limits and endorsements required herein are maintained and in
full force and effect. If the Contractor receives a non -renewal or cancellation notice from an insurance
carrier affording coverage required herein, or receives notice that coverage no longer complies with the
insurance requirements herein, Contractor agrees to notify Calvert County Government violin two (2)
business days with a copy of the non -renewal or cancellation notice, or written specifics as to which
coverage is no longer in compliance. It shall be the Contractor's responsibility to make
immediate notification to the County if any changes are made to the policy. The Board of
County Commissioners of Calvert County shall be named as the certificate holder and as an additional
insured to the liability coverage for the duration of the Contract as follows:
Board of County Commissioners of Calvert County, Maryland
Attention: Purchasing Office
Courthouse, 175 Main Street
Prince Frederick, Maryland 20678
The certificate shall also indicate the contract name and number.
Y_.l'i/�i1f
Contractor's Signature `'
Printed Name of Contractor Rodney Hillman
Insurance Provider Schoenfeld Ins. Assoc. Inc. (Insurance Coverage: The Hartford)
Address
Provider Phone Number
Date of Insurance
67_25 Smith Ave
Baltimore, NIT) 21209
410-602-1090
9/26/2015
7.1
NON -COLLUSION CERTIFICATE
I HEREBY CERTIFY I am the President
(Title)
and the duly authorized representative of the firm of Bre ford Corp.
Whose address is 7020 Dorsey Road, Bldg C Hanover MD 21076 AND
THAT NEITHER I nor, to the best of my knowledge, information and belief, the above firm nor any of
its other representatives I here represent have:
(a) Agreed, conspired, connived or colluded to produce a deceptive show of competition in
the compilation of the bid or offer being submitted herewith;
(b) Not in any manner, directly or indirectly, entered into any agreement, participated in
any collusion to fix the bid price or price proposal of the bidder or offer or herein or any
competitor, or competitive bidding in connection with the Contract for which the within
bid or offer is submitted; and that no member of the Board of County Commissioners of
Calvert County, Maryland, administrative or supervisory personnel or other employees
of the Board of County Commissioners of Calvert County, Maryland have any interest in
the bidding company except as follows: (complete if applicable)
I solemnly affirm under the penalties of perjury that the contents of the foregoing paper are true to
the best of my knowledge, information, and belief.
Authorized Signature
1/11/2016 Rodney Hillman
Date Printed or Typed Name
8.0
ANTI -BRIBERY AFFIRMATION AND AFFIDAVIT OF QUALIFICATION TO BID
I HEREBY AFFIRM THAT
1. I am the President and the authorized representative of the firm
Title
of Brekford Corp.
Name of Corporation
whose address is 707() Morse}' Road, Bldg (: Hanover MD 21076
and that I possess the legal authority to make this affidavit on behalf of myself and the firm for which I am acting.
2. Except as described in paragraph 3 below, neither I nor, to the best of my knowledge, the above firm, nor
any of its officers, Administrators, or partners, nor any of its employees directly involved in obtaining contracts
with the State or any county, bi-county or multi -county agency, or subdivision of the State has been convicted of,
or has pleaded nolo contendere to a charge of, or has during the course of an official investigation or other
proceeding admitted in writing or under oath acts or omissions which constitute bribery, attempted bribery, or
conspiracy to bribe under the provisions of the Annotated Code of Maryland or under the laws of any state or the
federal government (conduct prior to July I, 1977 is not required to be reported).
3. State "none" or, as appropriate, list any conviction, plea, or admission described in paragraph 2 above,
with the date; court, official, or administrative body; the individuals involved and their position with the firm, and
the sentence or disposition, if any.
None
4. I acknowledge that this affidavit is to be furnished to Calvert County and, where appropriate, to the Board
of Public Works and to the Attorney General pursuant to Sections 16-201, et Seq., of the State Rnance and
Procurement Article of the Annotated Code of Maryland. I acknowledge that, if the representations set forth in
this affidavit are not true and correct, Calvert County may terminate any contract awarded and take any other
appropriate action. I further acknowledge that 1 am executing this affidavit in compliance with Sections 16-201,
et seq., of the State Finance and Procurement Artide of the Annotated Code of Maryland, which provide that
certain persons who have been convicted of or have admitted to bribery, attempted bribery, or conspiracy to bribe
may be disqualified, either by operation of law or after a hearing, from entering into contracts with the State or
any of its agencies or subdivisions.
I do solemnly declare and affirm under the penalties of perjury that the contents of this affidavit are true and
corre
i/]1/2O16
SIGNATURE DATE
9.0
B'8I'iPO'Q
IMEPA RE. PROVIDE. PM, -= f
Headquarters 7020 Dorsey Rd Hanover, MD 21076 [ tel (443) 557-0200 I fax (443) 557-0201
RESPONSE TO:
RFP - PURCH 2016-105
Automated Speed Enforcement System
for Calvert County, Maryland
[Technical Proposal]
Calvert County Government
Purchasing Office
County Services Plaza
150 Main Street, Suite 107
Prince Frederick, MD 20678
DUE DATE: January 12, 2016 at 2:30 P.M.
Calvert County: RFP Number PURCH 2016-105 —Automated Speed Enforcement System
Contents [Letters Match Section VIII.B.1 of the RFP]
PROPOSAL FORMAT OVERVIEW 3
A. TRANSMITTAL LETTER 4
B. BREKFORD PROFILE 6
C. SCOPE OF SERVICES 7
D. EXECUTED FORMS 28
E. PROJECT SCHEDULE 34
F. ORGANIZATIONS AND PRIME CONTRACTORS 36
G. KEY PERSONNEL - BIOS AND RESUMES 37
H. OTHER PERSONNEL 40
I. BREKFORD SDAT LEGAL NAME AND ADDRESS 41
J. SIMILAR PROJECT EXPERIENCE 42
K. WORK FOR OTHER CLIENTS 49
L. PROPOSED WORK PROGRAM AND TIMELINE 50
M. FINANCIAL STABILITY 51
N. OTHER RELEVANT CRITERIA 52
O. PROPRIETARY INFORMATION - NOT FOR DISCLOSURE 53
APPENDIX A: BREKFORD SPEED MONITORING SYSTEM 54
APPENDIX B: BREKFORD 1P360 CITATION PROCESSING 68
APPENDIX C: PROGRAM MANAGEMENT TEAM RESUMES 71
Brekford Corp.
Page 2
Calvert County: RFP Number PURCH 2016405 — Automated Speed Enforcement System
PROPOSAL FORMAT OVERVIEW
Pursuant to the County's stated desire to prepare proposals "simply and economically providing a
straightforward, concise description of the Contractor's ability to satisfy the requirements of this RFP,"
we have organized our response to match the RFP layout and line items as closely as possible.
The main sections of this document, labeled "A" through "O", with associated headers, match the letters
contained in section VIII.B.1 Technical Proposal (Qualifications and Experience) and provide a specific
response to the requested information in order.
In order to remain as concise and specific as possible, within section "C. SCOPE OF SERVICES" of this
document, we have included subsections to address the details requested in RFP sections II.A (Project
Description) and II.B (ASE Equipment). Our responses to each item are labeled to match the numbered
items within the RFP sections.
Following the main body of the proposal, for further/optional reference, we have included an appendix
that provides a more thorough discussion of our solution and the various additional features which may
not have been specifically requested in the RFP. All features of our turnkey offering described in the
appendix are included as part of this proposal at no additional cost beyond that noted in our Pricing
Proposal (submitted separately).
Brekford Corp.
Page 3
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
A. TRANSMITTAL LETTER
B. 8KFor)
January 12, 2016
Heather L. Roe, Purchasing Assistant
Calvert County Government
Purchasing Office
150 Main Street, Suite 107
Prince Frederick, MD 20678
7020 DORSEY RD. BLDG. C
HANOVER, MD 21076
PHONE (443) 557-0200
FAX (443) 557-0201
WVVW.BREKFORD.COM
Re: Transmittal Letter for RFP PURCH 2016-105 — AUTOMATED SPEED ENFORCEMENT SYSTEM
Dear Ms. Roe:
It is my pleasure to transmit to the Board of County Commissioners of Calvert County, Maryland this
response to your RFP# PURCH 2016-105 for an Automated Speed Enforcement ("ASE") System.
Brekford Corp. (OTCQX:BFDI), headquartered in Hanover, Maryland, is a leading public safety and
security technology service provider of automated traffic safety enforcement ("ATSE") solutions, parking
enforcement solutions, and an end -to -end suite of technology equipment for public safety vehicle
services. We provide innovative solutions to municipalities, states, various federal entities, and the U.S.
military. Our combination of subject matter experts, leading proprietary technology, and superior
customer service offers a unique 3602 solution for public safety and law enforcement agencies.
For two decades, Brekford has successfully designed, installed and supported integrated systems for
hundreds of agencies in support of their public safety mission. Over the past six years, we have
successfully implemented and operated turnkey photo enforcement solutions in the U.S. and Latin
America, led by Maurice Nelson, a 17 -year veteran of the industry. We are highly confident that our
next generation technology, combined with superior customer service and turnkey program support,
will achieve significant public safety results for Calvert County's ASE program.
Our proposal includes a carefully architected and integrated solution with many features and benefits
for the County including green (solar -powered) systems, flash -less nighttime color images, non-invasive
violation capture, dual validation, and seamless retrofitting.
Brekford Corp. Page 4
Calvert County: RFP Number PURCH 2O16-105 — Automated Speed Enforcement System
Brekford acknowledges the instructions and terms of the RFP and agrees to comply with them. This
proposal is firm for 180 days from the closing date and may be extended upon mutual agreement if the
County requests so in writing. The primary person authorized to answer any questions and make
representations for Brekford is Ms. Patti Hamilton, whose contact information is below.
Patti Hamilton, Program Manager — Automated Traffic Safety Enforcement Solutions
Office: 443-557-0200; Cell: 240-205-0776; Fax: 443-557-0201
Email: phamilton@brekford.com
One (1) original and four (4) copies of the technical proposal as well as one (1) original and four (4)
copies of the price proposal, in separate sealed envelopes, are provided as specified in the submission
requirements. The proposal is organized into sections following the RFP outline.
Brekford's experienced team stands ready to implement an ATSE solution that will exceed your
expectations. While competitors may offer their one -size -fits -all, off -the -shelf system with little help
fine-tuning the program, Brekford is offering the County a true partnership. We will provide a complete
implementation commitment to meet the County's priorities as well as ongoing support for the duration
of our agreement. We are located within 60 miles of Prince Frederick, and we currently operate
numerous successful ATSE programs throughout the state of Maryland.
Sincerely,
Rodney Hillman
President and COO I Brekford Corp.
Office: 443-557-0200 ext. 223 I Cell: 443-615-1548 I Fax: 443-557-0201
Email: rhillman@brekford.comI Web: www.brekford.com
Brekford Corp.
Page 5
Calvert County: RFP Number PURCH 2016-105 —Automated Speed Enforcement System
B. BREKFORD PROFILE
Brekford Corp. (OTCQB:BFDI) is a publicly traded C -corporation headquartered in Hanover, Maryland.
For nearly two decades we have been a leading public safety technology systems developer, integrator,
and service provider of fully integrated mobile technology and video solutions, as well as turnkey
automated traffic safety enforcement programs, to municipalities, states, various federal entities and
the U.S. military.
The Company was founded in 1997, with a focus on providing vehicle technology solutions to law
enforcement agencies and municipalities. Early in our history, we identified many deficiencies in the
industry that led to disjointed solutions, lack of contractor accountability, and poor customer service
and support. Our response to this problem was the development of our 360 -degree solution
philosophy, transforming Brekford into a "one -stop -shop" for agencies to obtain all necessary
equipment (both high and low tech) and complete installation services. Currently we provide
comprehensive vehicle installation services to hundreds of local, state, and federal agencies primarily
within a 100 mile radius of Washington, D.C. These installations include fully warranted technology
solutions such as rugged laptops, in -car video systems, e -ticketing, ALPR systems, sirens, lights, gun
racks, and prisoner cages. In 2015 we introduced our body worn camera and evidence management
solution, utilizing Panasonic's Arbitrator BWC and Microsoft's Azure Government Cloud. Brekford is a
Gold Level partner with Panasonic Corporation, one of the world's largest technology companies.
In 2010, with demand increasing nationally for automated speed and red light technology, and our
existing clients seeking a local trusted provider, we started offering full turnkey ATSE programs.
Brekford's foundation as a public safety solutions provider is what separates us from competitors in the
ATSE industry. Other companies, both large and small, approach these programs purely from a
technology perspective without an understanding of the comprehensive evidence management, public
education, and operational needs of law enforcement agencies. During the past six years we have
successfully operated numerous speed enforcement programs throughout Maryland. Our proprietary
camera technology and iP360 citation management system has evolved to a point where our clients fully
appreciate its ease of use, simplicity of installation, and flexible configuration tailored to the unique
process flow required by ATSE programs. In 2015 we established our first international program in
Saltillo, Mexico and introduced our next generation solar powered speed and red light enforcement
systems.
Our long history of working with local, state, and federal agencies on various projects and programs, and
our commitment to unparalleled post -implementation support, have established Brekford as a "go -to"
service provider, especially in the State of Maryland. Brekford's employees work primarily from our two
main offices in central Maryland. Our headquarters and technology center is located in Hanover and our
operations and call center is located in nearby Glen Burnie. We have dedicated and experienced
professionals already in place to support all aspects of Calvert County's ASE program.
Our corporate officers are:
• C. B. Brechin, co-founder and CEO
• Scott Rutherford, co-founder and Chief Technology Officer
• Rodney Hillman, President and COO
Brekford Corp.
Page 6
Calvert County: RFP Number PORCH 2016-105 — Automated Speed Enforcement System
C. SCOPE OF SERVICES
Our Understanding of Calvert County's Program and Goals
The State of Maryland has authorized the use of speed enforcement cameras, also known as speed
monitoring systems, for local municipalities seeking to curb aggressive driving in school zones.
Recognizing the benefits of speed monitoring systems, Calvert County created the "Safety for Students"
Program to utilize this highly effective automated approach as a solution for reducing speeds and
evoking voluntary compliance from drivers.
The County clearly understands that calibrated and independently certified speed monitoring systems
act as a force multiplier to record and document speeding violations, enabling law enforcement
personnel to focus on more serious traffic infractions and community security concerns. As aptly noted
in your ordinance establishing the program, "the presence of speed cameras has contributed to as much
as an 80-90% decrease in the number of drivers exceeding the speed limit by 12 miles per hour or more
in the vicinity of schools." Brekford has an ingrained understanding of this statistic as this is precisely
the experience of nearly every one of our clients who have implemented our turnkey ATSE program.
This dramatic change in driver behavior typically leads to accident and injury reductions of more than
50%.
With 13 of the County's 23 schools located on County roads, there could be a temptation to "blanket"
the area with speed monitoring systems; however, from the RFP and from other public information we
have researched regarding the County's intentions, it is evident that you are taking the prudent
approach by installing these devices only in locations where they can be most effective in reducing
speeding problems. This is a key aspect of any ATSE program, in order to balance the desire for safety
improvements with the need for fairness and transparency with drivers. As such, it is important that
clear signage is posted in locations where speed monitoring systems are in operation, and that the
devices be modular and portable so that specific problem areas can be addressed without disruption to
traffic patterns or law enforcement resources.
Brekford's Philosophy
Brekford understands that while traditional traffic citations issued by officers generally do not garner
significant attention, citations issued through ATSE programs are subject to increased public attention.
Whether from the media, program detractors, or concerned citizens, we acknowledge that these
programs receive intense scrutiny and mistakes can be magnified dramatically. Thus, Brekford's overall
plan and philosophy in providing services to our customers is simple...
"We will at all times exercise extreme caution and attention to detail to ensure that
our customers operate programs with the utmost integrity, transparency, and
accuracy while achieving stated objectives for community safety improvements."
We will provide for your program, a turnkey ATSE system which includes all equipment, installation, SHA
permitting, hardware, software, maintenance, annual equipment certifications, and back -office
processing at no out-of-pocket expense to the County.
Brekford Corp.
Page 7
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
Our Approach to Your Program
'A. _ mach
Equipment Availability
Equipment Flexibility
Equipment Accuracy
Location Evaluation
Permitting & Installation
Recording and Record -
keeping
Unlike our competitors, Brekford IS
the equipment manufacturer. All
equipment and software is 100%
developed, assembled, and managed
in-house.
We offer multiple installation options
so that each speed camera peripheral
is interchangeable.
Brekford's 4 -step accuracy program
provides calibration:
1) METAS international certification
2) Annual third -party recertification
3) Daily calibration verification
4) 20 -minute continuous auto
calibration, system verification, and
recording
We provide no -cost services to collect
baseline volumetric statistics and site
evaluation studies.
We contract with local traffic
engineering firms for site drawings
and permitting requirements (where
necessary). Additionally, we contract
local, D.O.T. certified construction
firms — knowledgeable in all regional
laws and regulations to complete
installations and build -outs.
All event actions are captured in PDF
format and available at any time. All
documents are automatically
captured for reporting.
Approvals & Other Program Each aspect of our program requires
Requirements final approval by the Police or other
authorized officials.
Rapid implementation -
installation within 20 business
days
Ground -based or fixed -pole -
mounted solutions (both
portable)
Unquestionable accuracy
certifications complete with
`third -party' certificates and
system accuracy verifications
recorded at 20 minute intervals
Location statistics to use in
program evaluation or location
validation
Clients not required to use
internal resources for
construction or permitting
Documents such as operator logs,
camera maintenance logs, or
even images that do not result in
violations are captured and
recorded for reprint, review or
archiving
Brekford administratively support
all processes for citation
approvals, payment acceptance,
violator services and even court
hearings while solely directed by
the client via Business Rules
development.
Brekford Corp.
Page 8
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
Training & Support
Maintenance
Program Partnership
Support
Public Awareness Support
Program Management
Brekford provides training in all
aspects of the program. We provide
start-up and on -going refresher
training at no additional cost.
Our technical staff and field
technicians expertly maintain each
piece of equipment and the physical
site where our equipment is installed.
We provide equipment and resources
to support unexpected program
changes.
We draw on our experience and
resources to assist our clients in any
public awareness initiative.
Brekford provides a knowledgeable
and dedicated program manager to
oversee both the program and each
specific client's needs.
We understand that ATSE may
only be a part our client's overall
responsibilities and as such we
provide as many training sessions
needed for program mastery. We
provide and support all computer
equipment supplied as part of our
contracted services.
Our clients have peace of mind
that our perpetual monitoring
and equipment maintenance of
our equipment provides their
program maximum effectiveness
and efficiencies.
We do not `nickel -n -dime' our
clients. Program conditions can
change outside of our clients'
control. As such we provide
resources to accommodate for
any unforeseen changes affecting
successful program operations.
An additional 'resource library' to
assist with public notification or
education.
A single point -of -contact that is
committed to your program's
success
Brekford Corp.
Page 9
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
A. PROJECT DESCRIPTION
1. Contractor must furnish and install all ASE equipment and related equipment required for a complete
turnkey ASE system, including supply, delivery, installation, signage, implementation, and
maintenance of all equipment necessary for the operation of an ASE program and citation processing
system that is fully compliant with State and Local Laws.
Brekford provides a 100% turnkey system that includes all aspects of program operation including
equipment and software, support, maintenance, system relocation services, signage, citation processing,
customer service, and court scheduling and correspondence.
2. Contractor shall conduct independent calibration upon initial installation and then be conducted
annually.
We utilize an independent 3rd party engineering firm for initial and annual calibration and certification.
3. Contractor is responsible for issuance of warnings, notices, citations, flagging notices, summonses,
follow up on notification, past due processing, process court correspondence, and respond to general
correspondence.
Our web -based iP360 back -office processing software suite (see Appendix B) manages all aspects of
program operation via seamless web design and queuing systems. The only interaction required by the
County would be, as required by law, for officers to approve final citations. The County will also have
direct access, for an unlimited number of users, to all processing and QA modules as well as the most
robust reporting capabilities in the industry.
4. Contractor shall provide a robust, fully web -enabled and fully secure citation processing system that
includes data processing, initial screening of data, prompt delivery of data to the County for violation
review and citation authorization, citation mailing, bad address notification, and maintenance of secure
internet-based violation viewing capability.
Our system is hosted in a highly secure facility that is audited by NLETS, following guidelines for CJIS
compliance. The system is fully web -based and data is moved through a queuing system in real time as
various stages of processing are completed. Unlike our competitors, who merge violation data with
citation templates after police department approval, the final citation approval to be completed by the
officer is a locked PDF version of the EXACT citation to be printed and mailed. Violations are processed
and generally available for approval within 2-3 days but no more than 5 days, pending retrieval of
registered owner information from the MVA or NLETS. Our automated QA functionality provides
multiple checks at every stage of processing and prohibits citations from being mailed beyond the legally
acceptable window of 14 days. See Appendix B for more information regarding our 1P360 Citation
Management System.
5. Contractor shall process all traffic citations and the preparation of evidence packages for court.
Noted. Employees at our secure facility provide all processing, customer service, and court assistance
according to pre -defined business rules approved by the County. Our system securely tracks every piece
of evidence and every communication, whether verbal or written, in a logging system that is easily
accessible via web hotlinks. A full audit trail of every interaction with citizens or documents is also a
standard feature. Court evidence packages can be provided both in paper form as well as electronically.
Brekford Corp. Page 10
Calvert County: RFP Number PORCH 2016-105 — Automated Speed Enforcement System
6. Contractor shall operate a toll -free telephone system with a bi-lingual (English and Spanish) customer
support center to assist citizen's concerns.
Our customer support center provides a toll -free number specific to the County's program along with bi-
lingual support. Our customer service agents are available to answer all questions regarding citation
payments or court proceedings.
7. Contractor shall be responsible for site design, engineering, permitting, and construction to install or
operate the system at the agreed upon sites by the Contractor and the County.
Noted. We provide all services necessary to install and maintain the systems, as well as relocation
services for portable units (if requested). Due to the ease of movement for the systems, we are able to
provide site studies and assessments using actual live equipment if there are questions or concerns
regarding the extent of a speeding problem at a given location.
8. Contractor shall conduct a public awareness/community relations education campaign (i.e. press
releases, brochures, public service announcements, etc.).
Noted. We will provide all services related to public awareness and will advise the County regarding
ongoing education for citizens.
9. Contractor shall conduct training for the Sheriff's Office, Courts, Technology Services, and other
officials involved in the use of the system.
Training for all users of the system, whether direct or peripheral, is provided both during the
implementation phase and upon request throughout the life of the contract.
10. Contractor shall be responsible for ensuring the system is operating properly on a continuing
basis. Problems shall be documented and remedied within seventy-two (72) hours, including weekends
and holidays.
Because our speed monitoring systems are fully automated and most maintenance can be conducted
remotely, we typically provide less than 4 hour response on most problems, or worst case one business
day, with the rare exception of a major failure. Due to the stability and remote maintenance
capabilities, as well as the physical security of our housings, our experience has shown virtually no need
for emergency maintenance operations with our equipment.
11. Contractor shall provide a secure Web -based system for event review.
Noted. See #4 above and Appendix B.
12. Contractor shall provide a secure Web -based system for citation tracking that maintains the
complete citation history and is able to be audited.
Noted. See #5 above and Appendix B.
13. Contractor shall provide a payment processing system to accept payments by mail, or via the Web.
The company shall post all payments automatically, process payments, provide the ability for payment
research, manage unapplied payments, and reconcile receipts daily.
Brekford Corp. Page 11
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
We provide both mail and web payment acceptance services with a unique mailing address and web
page specific to the County's program. Citizens can view violation images and video via the web as well
as make payments directly using a credit card. Mail -in payments are processed promptly and ALL
correspondence is electronically scanned and attached to the citation audit log, which is viewable within
iP360 24/7.
14. Contractor shall provide adjudication process support to include schedule and track court hearings,
send court notifications, and provide general support to Deputies before and during hearings.
We provide all adjudication process support including scheduling, notifications, correspondence, and
updating and reconciliation post -court. Our iP360 system contains a module specific to the court
process and is seamlessly integrated all the way back to the original violation.
15. Work shall be conducted to provide least possible interference to the activities of County's
personnel, commercial traffic, and public use of parking. Provide traffic controls, signs, and barricades,
as required, to maintain safe, continuous vehicular and pedestrian traffic through installation areas.
Brekford takes pride in the fact that we have eliminated all unnecessary administrative and technical
efforts required to run our ASE programs and equipment, not only for our own personnel but also for
client personnel. Due to the rapid maintenance capabilities, there is no disruption with citizens, drivers,
or County personnel.
16. Portable fixed site leased camera systems.
Noted. We offer both ground -based and pole -mounted solutions that are portable, with less than 30
minutes required to remove or install a unit at a location that has been pre -approved. These systems
are wireless and battery powered, so there is no disruption to the local site and no significant
construction activity required. Our pole mounted units can be mounted on nearly any existing pole, and
where feasible we provide a solar panel for continuous unattended operation without the need for
battery changes. The County may choose either of these options (or a mixture) as they are fully
included in our pricing offer.
17. Camera systems have the ability to be moved, upon agreeance of both parties with no additional
relocation costs.
Noted. See #16 above. Relocation is a simple process, once notification is received. We offer this
service by our technicians at no extra cost; however, we are also amenable to training County personnel
if the County would prefer to control this part of the program.
18. All installation costs are covered by the company. Calvert county has the final say on location.
Our offer is 100% turnkey in that we provide everything in this proposal, including installation and
relocation at Brekford's cost. We will offer advice regarding location selection; however, we
acknowledge the County will have final say on all locations.
19. Termination for convenience may occur by either party upon (60) sixty days prior written notice.
Noted.
20. This program shall remain Cost Neutral to Calvert County.
Brekford Corp. Page 12
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
a. The citation fees collected per month shall be the source of payment towards Contractors monthly
lease fee of ASE equipment of approved citations.
b. During a month in which approved citation fees collected are less than the Contractors monthly lease
fee, the Contractor shall accept the fees collected in said month as payment for the monthly lease fee
and shall not charge the County the balance of the lease fee for that month.
c. During a month the approved citation fees collected exceed the Contractors monthly lease fee, the
Contractor shall make payment to the County for the amount above the monthly lease fee.
Noted.
21. The County and the Contractor shall establish Business Rules for the operation of this program in
accordance with Local, State, and Federal laws and regulations.
Noted. Brekford will provide detailed business rules templates and project plans to ensure a
comprehensive approach in creating the final engagement rules.
Brekford Corp.
Page 13
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
B. ASE EQUIPMENT
1. The camera system shall use a digital media. Proposer must submit a minimum of four example
sets of violation photos in different lighting and weather conditions, including (1) daytime — fair
weather, (2) daytime — rain and snow, (3) night time — fair weather, and (4) night time — rain and
snow. Systems should use a combination of high resolution still images with an output in excess
of 3000 x 2000 pixels per frame/image and full motion digital video technologies.
On the following pages you will see example sets of violation photos depicting various
conditions as requested. Our high resolution cameras coupled with superior tag enhancement
offers excellent clarity in all conditions including extremely low lighting and poor weather.
Brekford Corp. Page 14
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
Daytime - Rain
Q.:IsL Tithe OpET.ffik.vFID Sy steml0 `e-, v...
C-11JOdf2DI 14=24.14038 3L77 000 30B3 5
Specai Srgn Sp'VI Dirertioi i,osarkai Cods -;?C'.;'
47.9 rnp 35 mph Departkng 600 Elk 8usnoss Rote SCL EiS
Oa[e Tone Operatnrla SygiemID
04{p$l2a1S j4=Z4-,1.t3$ 3177 00423053
Sped OareiGO!+ L4caGon
48.3 mph 35 mph Dt2p.arbnci GOD EFk Flvsiness Route 5 I
Brekford Corp.
Page 16
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
Daytime - Snow
�IJ/re1l J Time Opera ri* /S ss�ryeyrrip Type
Oij } O0IJ 1 I;lA '.. i.€ 2679 .rPoovvri S
Speed 5i9nSpeed OhrCtion Location C le;5aOCC:
3/.1 mph. 25 mph Departing !90 tiik.r2nrllterrl A$ai UifiEi
pip Time Overatur1E 5 terri1O 1
0IJ0Gizoi] 11:4$'26.14 ?GT5 O L 22028 ≤
Speed Sign Si:Retl OI;e01.0lt LOcatibax i
37.1 IT VI 2S nrp1 Depariing 76D Elk. raarthein Ay e MEI
Page 17
Brekford Corp.
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
Nighttime — Fair Weather
Data Time 01300 WrIO y TCn11D I'Ype
01.105/1015 #6 :24!0.91 x 167 001:1230C
Spec(' Sign Speed OireCLiDn LOCa11011 Code:1001333
39.1 Trial 75 rTu1h Cit,paFtirb0 S{}4 Blk Jth St Sr..B
•
* a •
A
1749 Time Opera; DOD Systrmip Type
UII05{7015 O5:24:O7.41 .116? 00023UC2 S
Si;etd Sri.gi Speed ChreclJan Lt lip•
38,9 mph 75 mph 0.2paTlIng Lob 81k 71h.S SIB
B
S
stlis
Brekford Corp.
Page 18
1
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
Nighttime - Rain
IJ14e Time OperaIoiJD. 5}steniiD Iv;
1 Jff?015 46;II:13-i4 32JL OCIODOW S
Speed Sign Spced Dire€l,a} Locartlnn Cnde 2b@1S
a$.l milli 3V mRh D pain g 12O J 6 k •58�Rh PLK xi4c St MB
•
•
r
PRI
p.
A
Date 7rne Opeta!a1I3 SrczCmID
1212 2,2415 06; ! t , l 3.69 372{0 00023487
Weed Spe2N Daetia1 LQCatlnn
46 6 mpll 30'np1 G D n 1tuy 1200 elk Sari i Potomac 5t %
B
I
mEmi
# 0 ,
tr
•
r
Brekford Corp.
Page 19
Calvert County: RFP Number PORCH 2016-105 —Automated Speed Enforcement System
Nighttime — Snow
awe time OpefatarID .,stmnr3P TYife
01(0 3/202S I9.47:33.5q 9315 4pp73d D S
SIMI SbOri Sneed Di rp{;IOn tOcakble COde=Gt9g2U
38.3 mph 2S mph Departing 26 dlk Cttamtref Ave I(3
•
•
air
A
date rime Opef}torID Sysieml{1 iype
011US12015 t9:41 4.04 9315 =now 5
Sped' Sign Speed Direction LccatIvii Code
37.4 mph 2S mph Departing Th tik °aamb& Ave l
c
B
•
I
•
AMY
Omar
oo
Brekford Corp. Page 20
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
2. All camera system component operations shall be synchronized to a single, standard,
independent, external and verifiable time and date source.
All components in Brekford's P2S speed monitoring system are connected and synchronized to a
central controller (NTP Server). The time and date are synchronized and verified every five
minutes.
3. The system must imprint violation information on the image at the point -of -capture.
Information specific to the violation must include, but are not limited to: location, date, vehicle
speed, and elapse time between images.
Brekford's P2S speed monitoring system processes all violations at the point of capture.
Processing includes a data bar, containing all the violation information, immediately embedded
on the image. As required by law, two images of each violation are captured. The time
difference between capture of the two images is set at exactly 0.5 seconds, which is reflected in
the data bar of each image. The data bar consists of all of the fields illustrated and described
below.
1
3
5
7
DE: . lime 'Operator.1D Systen-:D
12/23/2015 72.::31:40,4£ 4162 oCil:22;_-':
Fleecl Srgn Speedl • Dir2C-ion i_ocatiori lrone:21.'1.6 I `.
47,2 mph 30 irpi7 DeTiar,Irrc f„a0G FJIk Cherry I n FIR
8
r8
1) Date: Date of violation
2) Speed: Speed of the photographed violating vehicle
3) Time: Time of violation
4) Sign Speed: Posted speed limit where violation occurred
5) Operator ID: Operator ID indicating which officer verified and placed system into
enforcement
6) Direction: Direction of travel in relation to the system
7) SvstemlD: RADAR serial number
8) Location: Location of violation (street and block number)
9) Type: Type of infraction (S -speed)
10) Code: Unique identifier for location
4. The camera system shall be modular in construction to facilitate rapid installation and
maintenance.
Brekford's P2S speed monitoring system is compact, modular, and self-sustaining with no
reliance on external wired connections — a true "off the grid" solution. Full installation and
configuration requires less than one hour. Onsight routine maintenance typically takes less than
five minutes, as any component can be swapped out in a matter of seconds. Nearly all regular
maintenance and monitoring functions for the P2S can be managed remotely in real time via
Brekford's proprietary system dashboard. Extremely low power consumption coupled with a
Brekford Corp. Page 21
Calvert County: RFP Number PURCH 2026-105 — Automated Speed Enforcement System
high capacity battery enables the system to operate completely unattended for approximately
two weeks. In certain cases where locations are conducive, at no additional cost, we provide a
solar panel with the system which will power the battery continuously and require no periodic
swapping. Brekford offers full regular maintenance and support of all systems, including
relocations, as part of our turnkey service. However, we can also train client's technical staff to
perform the same functions if internal system oversight is desired.
Ground Based (fully portable)
Pole Mounted (fully portable)
Brekford Corp. Page 2,
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
5. The camera system shall generate secure violation evidence that can be communicated and
processed using vendor supplies or operated photo enforcement processing systems.
Brekford's P25 speed monitoring system generates a highly secure violation package after each
violation is captured. The package is encrypted with Brekford's proprietary format. In order to
read or view the violation package, the user must have authorized access to Brekford's P2S
camera management dashboard or Brekford's iP360" citation processing software.
The violation package contains recorded violation evidence including:
i. Image A: The first image captured of the violating vehicle
ii. Image B: The second image captured precisely 0.5 seconds after image "A"
iii. Violation Video: Highly detailed video at 50/60 frames per second with 720p/1080p
resolution. Video is recorded for five seconds capturing periods before, during, and
after the actual violation
iv. Meta Data: Violation data:
a) All tracks for violation object
b) Time for each track
c) ID for each track
d) Size of the object
e) XVelocity
f) XDistance
g) YVelocity
h) YDistance
6. The system shall be capable of being flexibly configured to address the specific number of lanes
to be enforced in each direction of travel at the site, including speed violations, simultaneous
violations and consecutive violations. The vendor shall specify the number of simultaneous and
consecutive violations the proposed system can provide.
Brekford's P2S speed monitoring system is capable of enforcing up to 5 lanes of traffic. Flexible
configuration enables the operator to identify specific lanes to be enforced. The system is
capable of capturing up to 5 violations per second.
7. Camera system shall be capable of accurately measuring speeds, detecting speed limit violations
and photographing the incident.
Brekford's P2S speed monitoring system employs state-of-the-art tracking radar to detect
speeds of up to 32 objects (vehicles) simultaneously. A full HD camera is utilized to capture
incidents at up to 32MP resolution. These components are synchronized via Brekford's
proprietary firmware and software. The system offers built-in triple redundancy:
1) Radars have two independent receive antennas, the values measured by both must
perfectly match to enable a reported speed;
Brekford Corp. Page 23
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
2) The speed is measured first by the Doppler shift and second by the range progress
overtime, the two measurements being independent and redundant;
3) Visual validation on the timestamped images provide a distance over time view.
8. The equipment shall be capable of deployment in a wide range of operating conditions (heavy
traffic volumes, adverse weather conditions, road surface configuration) and across 4 lanes of
moving traffic.
Our system is capable and is currently being used in a wide range of operating conditions
including; heavy traffic volumes, adverse weather conditions, road surface and up to 5 lanes of
moving traffic.
9. Night time vision must have a flash system or lighting beyond an ambient light at a location. The
flash system or lighting must not solely rely on an ambient light.
The P2S is equipped with a Nikon 58-700 AF Speed Light Flash to provide additional lighting at
the locations. The flash provides a perfect balance of exposure and performance without
causing any driver distraction.
10. In order to minimize operator error, cameras should be automated as much as possible with
regard to set up (aperture settings, focusing, leveling, etc.)
The P2S camera is fully automated. The camera contains a highly sensitive light detector which
measures the light every 0.1 second and adjusts the camera settings based on the lighting, with
no need for regular operator interaction.
11. The camera system shall be secure from vandalism or tampering.
In over five years of our housings being in the field, not one has been breached or vandalized to
the point of requiring removal or replacement. The combination of our commercial grade metal
housing, polycarbonate window, and security lock provide an extremely secure physical
enclosure. The housing also has a powder coated finish which is graffiti resistant.
12. The camera system enclosures must be designed in such a fashion that maintenance, and other
operations can be accomplished easily and quickly without creating a public safety hazard.
Explain typical maintenance procedures.
The system is fully accessible remotely through Internet and wireless remote communication,
and a majority of system maintenance can be done via remote access. Physical maintenance of
the equipment is performed without creating a public safety hazard, with no lane closures or
traffic interruption.
13. Vendor must provide a video component in conjunction with the digital camera system. The
video must attach a verification video segment to each speed limit violation and each day's full
Brekford Corp.
Page 24
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
24 hours of video must be saved and be available to the County for viewing for up to ninety (90)
days.
A video camera, 50/60 frames per second with 7020p/ 1080P quality, is included in the system.
The system records 24/7 and stores over ninety (90) days of video (storage capacity is 512 GB
internal SSD and 3TB USB 3.0 External HDD). When a violation occurs, a video segment, for
verification, is linked to the time stamped images. Video length is configurable to client's
requirements.
14. Proposer shall detail its speed validation methodology and provide statistical information on
accuracy of speed measurements. Explain what program or system the firm uses to confirm the
ongoing accuracy of the speed measurements.
Brekford's automated enforcement system uses RADAR to measure vehicles speed. The radar
provides a double redundant speed measurement using two or more receive antennas (1st level
of redundancy), direct Doppler measurement and range rate measurement (2nd level of
redundancy). This does not only make the speed measurement very precise but also allows
built-in verification of every single measured speed value. Secondly the speed is measured by
the range progress over time, the two measurements being independent and redundant.
The RADAR used in our automated speed enforcement system has been tested and certified by
The Swiss Federal Institute of Metrology METAS. The statistical information is provided in
the report from The Swiss Federal Institute of Metrology METAS, which is available upon
request.
To valid ate the ongoing accuracy of the speed measurement device Brekford uses an
independent third party calibration laboratory. The independent third party calibration
laboratory test each RADAR(s) accuracy and provides a Certificate of Calibration (example
below) which is recognized in any court proceeding.
Brekford Corp. Page 25
Calvert County: RFP Number PURCH 2016-105 —Automated Speed Enforcement System
Certificate of Calibration
t •
•
RADAR LAB OF MARYLAND
318 St. Patrick Road
Baltimore, MD 21206 ■ (410) 661-9391
accounts@radariabofmd.com a http://radarlebofmarvland.com
Manufacturer: Smarimicro
Certificate of Calibration
Model: UMRR0A0303
Expiration: 01/0512017
Serial Number: 0100023085
I hereby certify under penalty of perjury the following Speed Measuring Radar Device has been checked for
accuracy and correctness of operation under my supervision. This Speed Measuring Radar Device is
certified accurately within +/-1 mph (+1-2 kph) in stationary mode and/or +/-1 mph (+/-i kph) in moving
mode, using equipment with accuracy traceable to National Institute of Standards and Technology.
The Transmitter of this device has been tested and found to be within specified range for Radar Devices as
established by the Federal Communications Commission.
Microwave Frequency in measured: 24.15 GHz
01,/05/2016 Technician Signature C
Date
Tec nidan Signature/NnTE Cert cation No. El -03190
IN wrrNES5 HEREOF, I have set my hand and seal this 5~
commission
expires
January 201.6. My
Notary Public
15. All ASE field equipment shall be installed in the County's rights -of -ways with no encroachments
onto private property.
Brekford will ensure, using plat maps and land surveys, that all equipment is installed within the
County's right-of-way.
16. The equipment must provide readouts in miles per hour and be capable of recording speeds
within an accuracy tolerance of plus or minus one (1) mile per hour (+/- 1 mph) of the actual
speed of target vehicles.
The position and speed measurement is extremely precise and exceeds IACP standards with a
certified speed accuracy of+/ -1 mph per hour.
17. Camera Unit Housing:
a) Sealed to be weather, dust, water, and spray resistant
b) Securely lockable
Brekford Corp. Page 26
I _re
Calvert County: RFP Number PURCH 2016-105 --- Automated Speed Enforcement System
c) Vandal and tamperproof
d) All glass openings must be bullet resistant
Housing
The P2S enclosure uses T-3041 Stainless Steel and 5052 Aircraft Grade Aluminum. It has a
powder coated finish which provides a superior scratch, stain, and graffiti resistance. The
housing complies with 1P64 standards being totally protected against dust and water sprayed
from all directions.
Housing notable features
• High strength with low weight enclosure
• Resistance to corrosion
• Prevention of product contamination
• Resistance to oxidation
• Beauty of appearance
• Ease of cleaning
Locking Mechanism
High security cam locks protect the systems from being accessed. These high security cam locks
are recognized throughout the world as the standard for protection. The locks utilize hardened,
stainless steel inserts throughout the cylinder to provide the ultimate defense against drilling,
pulling, and other forms of vandal attacks. Also the locks have patented key control programs
which prevents the unauthorized duplication of keys and maintains system integrity.
windows and opening
A clear thermoplastic polycarbonate polymer is used for all windows and opening on the
housing. The thermoplastic polycarbonate polymer has a high impact -resistance, and is usable in
a wide temperature range. The main advantage of polycarbonate over other types of plastic is
unbeatable strength combined with its light weight. The polycarbonate window is bullet -
resistant; the material is sometimes used in the windows inside of banks.
Brekford Corp. Page 27
Calvert County: RFP Number PORCH 2016-105 — Automated Speed Enforcement System
D. EXECUTED FORMS
ANTI -BRIBERY AFFIRMATION AND AFFIDAVIT OF QUALIFICATION TO BID
I HEREBY AFFIRM THAT
1. ram the President and the authorized representative of the firm
Title
of Brekford Corp.
Name of Corporation
whose address is 7020 Dorsey Road B1dg C Hanover MD 21076
and that I possess the legal authority to make this affidavit on behalf of myself and the firm for which I am acting.
2. Except as described in paragraph 3 below, neither I nor, to the best of my knowledge, the above firm, nor
any of its officers, Administrators, or partners, nor any of its employees directly involved in obtaining contracts
with the State or any county, bi-county or multi aunty agency, or subdivision of the State has been convicted of,
or has pleaded nob contendere to a charge of, or has during the course of an official investigation or other
proceeding adrrittted in writing or under oath acts or omissions which constitute bribery, attempted bribery, or
conspiracy to bribe under the provisions of the Annotated Code of Maryland or under the laws of any state or the
federal government (conduct prior to July I, 1977 is not required to be reported).
3. State "none" or, as appropriate, list any conviction, plea, or admission described in paragraph 2 above,
with the date; court, official, or administrative body; the individuals involved and their position with the firm, and
the sentence or disposition, if any.
None
4. I acknowledge that this affidavit is to be furnished to Calvert County and, where appropriate, to the Board
of Public Works and to the Attorney General pursuant to Sections 16-201, et sett., of the State Finance and
Procurement Article of the Annotated Code of Maryland. I acknowledge that, if the representations set forth in
this affidavit are not true and correct, Calvet County may terminate any contract awarded and take any other
appropriate action. I further acknowledge that I am executing this affidavit in compliance with Sections 16-201,
et seq., of the State Finance and Procurement Artde of the Annotated Code of Maryland, which provide that
certain persons who have been convicted of or have admitted to bribery, attempted bribery, or conspiracy to bribe
may be disqualified, either by operation of law or after a hearing, from entering into contracts with the State or
any of its agencies or subdivisions.
I do solemnly declare and affirm under the penalties of perjury that the contents of this affidavit are true and
correct.
�� 1/11/2016
SIGNATURE DATE
9.0
Brekford Corp. Page 28
Calvert County: RFP Number PURCH 2016 -105 —Automated Speed Enforcement System
NON -COLLUSION CERTIFICATE
I HEREBY CERTIFY I am the President
(Title)
and the duly authorized representative of the firm of Brekford Corp.
Whose address is 7020 Dorsey Road, Bldg C Hanover MD 21076 AND
THAT NEITHER I nor, to the best of my knowledge, information and belief, the above firm nor any of
its other representatives I here represent have:
(a) Agreed, conspired, connived or colluded to produce a deceptive show of competition in
the compilation of the bid or offer being submitted herewith;
(b) Not in any manner, directly or indirectly, entered into any agreement, participated in
any collusion to fix the bid price or price proposal of the bidder or offer or herein or any
competitor, or competitive bidding in connection with the Contract for which the within
bid or offer is submitted; and that no member of the Board of County Commissioners of
Calvert County, Maryland, administrative or supervisory personnel or other employees
of the Board of County Commissioners of Calvert County, Maryland have any interest in
the bidding company except as follows: (complete if applicable)
I solemnly affirm under the penalties of perjury that the contents of the foregoing paper are true to
the best of my knowledge, information, and belief.
Authorized Signature
1/11/2016 Rodney Hillman
Date Printed or Typed Name
8.0
Brekford Corp.
Page 29
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
LIMITS OF INSURANCE
A. The Contractor shall not commence work under this agreement until it has obtained the insurance
required under this section. All coverage shall be with insurance carriers licensed and authorized
to do business in Maryland and shall name the Board of County Commissioners of Calvert County
as an additional insured. Self -insured Contractors shall submit an affidavit attesting to their self -
insured coverage and shall name the Board of County Commissioners of Calvert County as an
additional insured.
B. Additional Insured
1. The following shall be Additional Insured's: Board of County Commissioners of Calvert County,
including all elected and appointed officials, all employees and volunteers, all boards,
commissions and/or authorities and their board members, employees and volunteers.
2. This coverage shall be primary to the Additional Insured's, and shall not be contributing with
any other insurance or similar protection available to the Additional Insured's whether other
available insurance be primary, contributing or excess.
C. Commercial General Liability Insurance
During the life of this agreement, the Contractor shall procure and maintain Commercial General
Liability Insurance on an "Occurrence Basis" with limits of liability not less than $1,000,000.00 per
occurrence with $2,000,000.00 aggregate combined single limit, Personal Injury, Bodily Injury and
Property Damage. Coverage shall include the following:
I. Contractual Liability;
2. Independent Contractor's Coverage;
3. Broad Form General Liability Extensions or equivalent; and
4. Per contract aggregate.
D. Professional Liability
During the life of this Contract, the Contractor shall procure and maintain professional liability
insurance coverage in the amount of one million ($1,000,000) dollars, with a minimum coverage of
one million ($1,000,000) dollars per occurrence and one million ($1,000,000) dollars aggregate.
E. Automobile Liability Insurance
During the life of this Contract the Contractor shall procure and maintain Automobile Liability
Insurance, include applicable No -Fault coverage, with limits of liability not less than $1,000,000.00
per accident combined single limit Bodily Injury and Property Damage. Coverage shall include all
owned vehicles, all non -owned vehicles, and all hired vehicles.
F. Workers Compensation
During the life of this agreement the Contractor shall procure and maintain Workers Compensation
insurance, including Employers Liability Coverage in accordance with the statutes of the State of
Maryland, covering all employees engaged in performance of the contract. If a Contractor is a sole
proprietor or is a company that is not required to maintain workers compensation insurance coverage
under the laws of the state of Maryland, that Contractor must show some alternative injury insurance
coverage, either through health insurance or employer' s liability coverage.
7.0
Brekford Corp. Page 30
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
G. Notice of Cancellation
Prior to starting performance of the Contract and for each extension of the Contract, a certificate of
insurance shall be furnished to the County. Insurance companies providing insurance must be
acceptable to the County. Contractor agrees to provide Calvert County Government a Certificate of
Insurance evidencing that all coverage, limits and endorsements required herein are maintained and in
full force and effect If the Contractor receives a non -renewal or cancellation notice from an insurance
carrier affording coverage required herein, or receives notice that coverage no longer complies with the
insurance requirements herein, Contractor agrees to notify Calvert County Government within two (2)
business days with a copy of the non -renewal or cancellation notice, or written specifics as to which
coverage is no longer in compliance. It shall be the Contractor's responsibility to make
immediate notification to the County if any changes are made to the policy. The Board of
County Commissioners of Calvert County shall be named as the certificate holder and as an additional
insured to the liability coverage for the duration of the Contract as follows:
Board of County Commissioners of Calvert County, Maryland
Attention: Purchasing Office
Courthouse, 175 Main Street
Prince Frederick, Maryland 20678
The certificate shall also indicate the contract name and number.
Contractor's Signature
Printed Name of Contractor Rodney Hillman
Insurance Provider
Address
Provider Phone Number
Date of Insurance
Schoenfeld Ins. Assoc., Inc. (Insurance Coverage: The Hartford)
6_775 Smith Ave
Baltimore MT) 21209
410-602-1090
9/26/2015
7.1
Brekford Corp. Page 31
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
NON-DISCRIMINATION IN EMPLOYMENT,
During the performance of this contract, the Contractor agrees as follows:
1. The Contractor will not discriminate against any employee or applicant for employment because
of race, religion, color, sex, handicap, or national origin, except where religion, sex, or national
origin is a bona fide occupational qualification reasonably necessary to the normal operation of
the Contractor. The Contractor agrees to post in conspicuous places, available to employees and
applicants for employment, notices setting forth the provisions of this non-discrimination clause.
2. The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the
contract, will state that such Contractor is an equal opportunity employer.
3. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation
shall be deemed sufficient for the purpose of meeting the requirements of this section.
4. The Contractor will include the provisions of the foregoing paragraphs 1, 2, and 3 above in every
subcontract or purchase order so that the provisions will be binding upon each Sub -Contractor or
vendor.
Contractor's Signature
Printed Name of Contractor
Bidder's Legal Business Name
Address
RodneyBilhnan
Rrek ford Corp
7020 Dorsev Road, Bldp C
Hanover MD 21076
Phone Number 443-557-0200
Date 1 11J L?Q1 F
4.0
Brekford Corp.
Page 32
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
RFP NUMBER - PURCH 2016-105
AUTOMATED SPEED ENFORCEMENT SYSTEM
ADDENDA CERTIFICATION
The undersigned acknowledges receipt of the following Addenda to the Request for Proposal for the
above -identified Contract and that this proposal was prepared in accordance with said Addenda.
Addenda become part of this Request for Proposal. Failure to acknowledge any addenda shall not
relieve the Contractor of compliance with the terms thereof. The Board of County Commissioners of
Calvert County assumes no responsibility for oral instructions.
Addendum Number Date of Addendum
N/A
Brekford Corp.
Bidder's Legal Business Name
7020 Dorsey Road, Bldg C
Address
Hanover, MD 21076
Address
A horized
Representative Signature of p ve
1/11/2016
Date
443-557-0200
Phone Number
443-557-0201
Fax Number
3.0
Brekford Corp.
Page 33
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
E. PROJECT SCHEDULE
Brekford takes pride in our rapid implementation process, facilitated by easily deployed equipment and
configurable web -based software. Given full focus and access to client decision makers, we are
prepared to begin issuing citations for the County within 30 days of notice to proceed.
Project Plan Overview
f
Day •
Days:
•Aithilty/Mliesiditko
Participants
Day 1
1
Notice to Proceed
All
Day 2
1
Program Meeting- Discuss Program, Software,
Process, and Program Safety Plan & Business Rules
All
Day 2
1
Order all cameras, electronic equipment and supplies
Brekford
Day 3
1
Engineering Meeting - Discuss site locations, vehicle
and deployment, & Intersection Signal Compliance
requirements
Engineering Team and County Engineer
Day 4
2
Finalize Site Locations & Program Safety Plan
Program Manager and County
Engineering Project Delivery
Day 3
10-15
Procure Equipment
Procurement
Day 3
7-10
Perform Site Surveys and Site Evaluations
Engineers
Day
10
2
Structural Engineer and Construction Drawings
Engineers & Construction Manager
Day 3
5-10
Procure Bases and Poles (if applicable)
Procurement
Day
14
5
Complete Construction and Installation of Equipment
Engineers & Construction Manager,
and Construction Contractors
Day
20
1
End -End equipment Testing
Engineers
Day
30
2-3
Turn on all cameras for enforcement or warnings
Engineers, Program Manager & County
Brekford Corp.
Page 34
Calvert County: RFP Number PIJRCH 2016-105 — Automated Speed Enforcement System
Day
Days
Activity/Milestone
Participants
ead< Office Operations
Day 2
14
iP360 Setup - MVA/NLETS, payment processing,
notices, reporting module
IT
Day
16
1
Setup Cashiering and lockbox & customer service call -
center equipment
Operation Manager
Day
18
7
Develop, modify and test website (web payments)
QA and IT
Day
14
14
Train employees, operators, County and court
personnel
Subcontractor
Day
25
5
Citation processing and all other operations setup
completed and approved by the County for 'live'
issuance.
ALL
Day
30
1
Begin Issuing Citations
ALL
Week
#3
1
Meet with courts for operational meeting and
calendar programming
Brekford, County Sheriff and Court
We can accomplish this extremely short timeframe for full installation due to our system's capability to
use any existing pole and for our use of optional solar power. It is important to keep in mind that there
are major factors affecting most vendors' ability to move rapidly toward full implementation.
Brekford Corp.
Page 35
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
F. ORGANIZATIONS AND PRIME CONTRACTORS
Or: anization/Prime
Brekford Corp
(Hanover, MD)
Heartland
(Baltimore, MD)
Direct Mail Processors
(Hagerstown, MD)
ACE Printing & Maryland
(Berlin, MD)
• Program Management
• Supply, deploy and maintain ASE
Equipment
• Review and process violation images
• MVA and NLETS owner information
acquisition
• MVA Flagging
• Supply and support web -based ticket
management system
• Customer Service Call Center
• Correspondence management
• Payment reconciliations
• Court assistance
• Invoicing
• Public awareness campaign assistance
• Credit Card Payment Processing
• Mail -in Payment Processing
• Correspondence scanning
• Printing and Mailing
Brekford Corp. Page 36
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
G. KEY PERSONNEL- BIOS AND RESUMES
Program Manager and Support Staff
Irnplementation
Support
—
fI-I•] „I•I;:,:-
:-.
J;.11::
;
Brekford is organized on a functional basis to provide key expertise and leadership within each of our
major areas of operation. For each of our ATSE programs, we identify a specific program manager by
name along with key individuals from each functional area to provide direct support to the program
manager. These individuals have ultimate accountability to the program manager in relation to the
specific programs to which they are assigned.
Calvert County's program will be managed by Patti Hamilton, a 15 -year veteran of the industry. She will
be the primary contact for all aspects of the program, including implementation, engineering, field
support, citation processing, customer service, and accounting. Ms. Hamilton will have full authority on
behalf of Brekford for all decisions related to program implementation and support. Below is Ms.
Hamilton's contact information:
Patti Hamilton, Program Manager —Automated Traffic Safety Enforcement Solutions
Office: 443-557-0200; Cell: 240-205-0776; Fax: 443-557-0201
Email: phamilton@brekford.com
Although we prefer to designate a single point of contact for simplicity and accountability, we offer
direct access as requested by our clients to program support personnel as well as management
personnel, including our officers.
Issue escalation above the program manager, although rarely required, will involve the following
management personnel:
• Director of Operations — Brad Schaeffer
• Managing Director of ATSE Solutions — Maurice Nelson
• Chief Technology Officer — Scott Rutherford
• President and Chief Operating Officer— Rod Hillman
• Chief Executive Officer — C.B. Brechin
Brekford Corp.
Page 37
Calvert County: RFP Number PURCH 2016-105 —Automated Speed Enforcement System
Program Management Team Bios
Patti Hamilton
Ms. Hamilton manages several of Brekford's ATSE programs. She has extensive experience in both
implementation and ongoing program oversight and is able to draw upon internal resources, both
technical and administrative, to accomplish complete client satisfaction. She has over 15 years'
experience in training, implementing, supervising, and managing citation processing and permit
management back -office operations, vendors, and customer service centers for City, County and State
Highway Administration programs.
Joshua Offermann
Mr. Offermann will provide implementation support to ensure a smooth startup of the program, once
contract negotiations are completed. Mr. Offermann is an accomplished public safety technology
analyst with expertise in identifying and implementing technology solutions to solve public safety needs
and concerns. Prior to joining Brekford he held supervisory security and technology positions at the
University of Baltimore Technology Group and University of Baltimore Police Department.
Payam Pour
Mr. Pour will be the hardware engineering contact for the program. He is responsible for development
and ongoing maintenance oversight of our speed monitoring systems and reports directly to our Chief
Technology Officer, Scott Rutherford. He has a diverse background as a systems engineer and database
manager, with concentrations in both Applied Science Information Technology and Biomedical
Engineering.
Frederick Lloyd
Mr. Lloyd is Brekford's field support manager. He will be responsible for direct oversight, configuration,
and support of all camera systems for the program. He has more than 10 years experience as a field
technician and has worked in the industry with both Brekford and other companies since 2007.
Masami Hokama
Ms. Hokama manages Brekford's citation processing and customer service department. She will be the
main contact for implementation of business rules pertaining to violation processing, mailing, quality
assurance, collections, customer service, and adjudication support. She has more than 20 years
experience in customer service and document processing operations.
Vasu Ashwath
Ms. Ashwath will be the accounting contact for the program. She currently serves as Brekford's
assistant controller, with over five years of experience in corporate and client accounting, banking,
financial management, and general ledger. Responsibilities have included overall management of all
aspects of accounting, supervision of employees, preparation of financial reporting and analysis,
financial audits, invoicing, electronic payments and customer service.
Nabin Gurung
Mr. Gurung is the software engineering contact for this projects. He is responsible for oversight of
Brekford's back -office iP360 Citation Management System and manages all aspects of configuration
Brekford Corp.
Page 38
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
specific to our clients. Mr. Gurung has an in-depth knowledge of .NET development, encompassing
analysis, design, development, and execution of business applications.
Brekford Management Team Bios
Brad Schaeffer, Director of ATSE Operations
Mr. Schaeffer has been with Brekford since 2012 as Director of Automated Traffic Safety Enforcement
Operations. He oversees all aspects of ATSE program implementation and operations including field
support, citation processing, customer service, collections, and adjudication support. Mr. Schaeffer has
personally managed multiple speed enforcement programs and he was instrumental in implementing
one of the largest, and currently most successful ATSE programs in Mexico.
Maurice Nelson, Managing Director of ATSE Solutions
Mr. Nelson has been with Brekford since 2009 as the Managing Director of Automated Traffic Safety
Enforcement Solutions. He was instrumental in introducing the Company to the ATSE industry in 2010,
and is responsible for the initial development of our ATSE infrastructure. He possesses 17 years of
experience in managing photo enforcement programs, both in the public and private sectors. Before
joining Brekford, Mr. Nelson implemented Maryland's first speed camera program in Montgomery
County where he served as Director of Automated Traffic Enforcement. Prior to that, he implemented
the first speed camera program on the East Coast in Washington D.C. and participated in the
development of Maryland's enabling legislation for speed camera programs.
Scott Rutherford, CTO
Mr. Rutherford co-founded the Company in 1997. He is a member of our Board of Directors and has
served as Chief Technology Officer since 2008. Mr. Rutherford oversees all of our proprietary
technology research and development. He is the key architect of our next generation tracking radar
speed and red light photo enforcement systems, and specializes in creating sustainable solutions to
customers' unique challenges.
Rod Hillman, President and COO
Mr. Hillman has been with Brekford since 2012 and has served as President and Chief Operating Officer
since 2013. He is responsible for day-to-day oversight of all Company operations. Utilizing his
background of more than twenty-five years of management in various disciplines (finance, capital
markets, business reorganization, product development, logistics, and information technology), Mr.
Hillman has positioned the Company for international expansion and sustainable long-term growth.
C.B. Brechin, CEO
Mr. Brechin co-founded the Company in 1997. He is a member of our Board of Directors and has served
as Chief Executive Officer since 2008. Mr. Brechin directly engages customers and shareholders to
ensure that Brekford is meeting commitments and achieving long-term goals. With an educational
background in information technology, he is the key architect of our communications, security, and
iP360 Citation Management software.
Brekford Corp. Page 39
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
H. OTHER PERSONNEL
At this time we do not anticipate the need for other personnel to complete this project. Per the RFP
requirements, if other personnel are required in the future, we will provide full details and resume to
the County for approval.
Brekford Corp.
Page 40
Calvert County: RFP Number PORCH 2016-105 — Automated Speed Enforcement System
I. BREKFORD SDAT LEGAL NAME AND ADDRESS
NAME AND SIGNATURE REQUIREMENTS FOR BID AND CONTRACTS
The legal business name and principal office AS RECORDED WITH THE STATE
DEPARTMENT OF ASSESSMENTS AND TAXATION (SDAT), for the State of Maryland, must
be used on all forms within the bid document. A trade name (i.e., a shortened or different
name under which the firm does business) must not be used when the legal name is
different. Corporations must have names that comply with State law. The bidder's signature must
conform to the following:
All signatures must be made by an authorized officer, partner, manager, member, or employee. The
signing of an offer or a contract is a representation and certification by the person signing that the
person sianina is authorized to do so on behalf of the offeror or contractor/Contractor.
BIDDER'S LEGAL BUSINESS NAME
Brekford Corp.
TELEPHONE NUMBER
443-557-0200
PRINCIPAL OFFICE ADDRESS
7020 Dorsey Road, Bldg. C Hanover, MD 21076
FAX NUMBER
443-557-0201
REMITTANCE ADDRESS: (If Remittance Address is Different from
Above Address)
EMAIL ADDRESS
RHi l lm annb rekford. co m
NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (TYPE OR PRINT)
Rodney Hillman, President
SIGNATy,2E OF ABOVE PERSON DATE
' _____________ 1/11/2016
API
WITNESS DATE
X): 1/11/2016
2.1
Brekford Corp. Page 41
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
J. SIMILAR PROJECT EXPERIENCE
REFERENCES
List at least three (3) business references for whom your company has provided the service as
outlined in this Invitation to Bid during the past year. References must be companies served for at
least a two-year period. The County reserves the right to request additional information regarding
past and current clients for whom the Contractor has provided the services requested in this
Invitation to Bid. The County reserves the right to check all references furnished and consider the
response(s) received in determining award of this Contract.
1. Company:
Address:
Town of Landover Hills, Maryland
6904 Taylor St
Landover Hills, MD 20784
Contact Person: Chief Norris Telephone: 301-773-6401
2. Company:
Address:
The City of Salisbury, Maryland
699 W Salisbury Pkwy
Salisbury, MD 21801
Contact Person: Major Kolb Telephone: 410-713-5099
3. Company:
Address:
Contact Person:
The City of Hagerstown, Maryland
50 N Burhans Blvd
Hagerstown, MD 21740
Lt. Woodring
Telephone: 301-573-2023
Specify the number of years your company has been in continuous business providing services and/or
products as required in this Invitation to Bid (must be at least five [5] years under the same company
name and ownership). 5 years
BIDDER'S LEGAL BUSINESS NAM : Brekford Cor. DATE: 12/28/2015
AUTHORIZED SIGNATURE: }
1
2.2
Brekford Corp. Page 42
Calvert County: RFP Number PORCH 2016-105 -- Automated Speed Enforcement System
AGENCY
PROJECT
SIZE
VALUE CONTACT PERSON
Town of Landover
Hills Police
Department
Project Scope
Automated Speed
Camera Program
(2010 -Present)
Up to 5 speed $750,000.00
camera systems annually
Chief H. Norris
Chieflhpd316
0@hotmail.co
m
301-773-6400
Project included the installation, maintenance, provision of back -office support services, and other
client support services necessary to maintain an automated traffic enforcement program for the Town.
Brekford was responsible for all ancillary services necessary for the maintenance of the program
including; training, court support, public awareness and education and system upgrades.
Challenges
Since this was a new program, Brekford had to work very closely with the Town. Brekford had to
provide a high level of guidance in addition to the necessary functions in order for the program to be
successful.
Successes
Brekford was touted by the local paper for providing services that exceeded the town's expectation.
Brekford also funded under its contract, a six-month evaluation of programs effectiveness. The result
of this evaluation, done by third -party engineer, validated the changes in driving behavior desired by
the town.
Brekford Corp. Page 43
Calvert County: RFP Number PURCH 2016-105 —Automated Speed Enforcement System
Brekford Corp
7020 Dorsey Road
Hanover, MD 20107
Landover Hills Police Department
6904 Taylor Street
Landover Hills, Maryland 20784
301-773-6400 Fax: 301-341-9886
January 7, 2016
Re: Brekford's Automated Traffic Division
In a continued effort to make the Town of Landover Hills Speed Enforcement Public
Safety Program a value to the community, Brekford Corporation, has provided excellent service
to our agency. They continually provide and maintain the safety equipment, back office program
support, finance management, and give professional advice to our department.
It has been a pleasure to work with Brekford and their committed personnel. Through my
experience with working with Brekford Corporation, I am proud to recommend them as a Public
Safety provider.
Sincerely,
Colonel Henry Norris
Chief of Police
Landover Hills Police Department
Brekford Corp.
Page 44
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
AGENCY
PROJECT SIZE
VALUE CONTACT PERSON
City of Salisbury,
MD
Project Scope
Automated Speed Up to 10 speed $2,000,000 Major Scott Kolb
Camera Program camera systems annually
(2011 -Present) Skolb@
salisburypd.com
410-713-5099
Project included the installation, maintenance, provision of back -office support services, and other
client support services necessary to maintain an automated traffic enforcement program for the City.
Brekford was responsible for all ancillary services necessary for the maintenance of the program
including; training, court support, public awareness and education and system upgrades.
Challenges
When The Salisbury Automated Speed Enforcement Program was being implemented, it was the
largest program of its size on the Eastern Shore. Due to the size of the automated speed enforcement
a lot of prejudice was cast on the program, its common functions and purpose.
Successes
Successful implementation of the city's program included; public awareness, public support,
Implementation and Training the District Court, and dramatic decrease in speeders and accidents.
Brekford Corp. Page 45
Calvert County: RFP Number PURCH 2016-105 Automated Speed Enforcement System
12128/2015
Major Scott Kolb
The City of Salisbury Police Department
699 W Salisbury Pkwy,
Salisbury, MD 21801
Brekford Corp
7020 Dorsey Road
I lanover, MD 20107
Brekford's Automated Traffic Division;
It is my great pleasure to write this letter in support of Brekford Automated Enforcement
Program.
I am the Automated Enforcement Program Administrator for the City of Salisbury. Brekford has
worked very close with myself, the Police Department and City to go above call of duty and
delivery outstanding service. In addition their equipment, ticket management application and
program support have exceed all expectations.
Based on my observation and experience, I strongly recommend Brekford Corp as your
Automated Enforcement vendor. Please do not hesitate to contact me for more information.
Sincerely,
Major Scott Kolb
The City of Salisbury Police Department
Brekford Corp.
Page 46
Calvert County: RFP Number PORCH 2016-105 — Automated Speed Enforcement System
AGENCY
PROJECT SIZE
VALUE CONTACT PERSON
City of Automated Speed Up to 20 systems $1,500,000 Lt. Chad
Hagerstown, Camera Program annually Woodring
MD (2012 -Present)
CWoodring@
hagerstownpd.org
301-5732023
Project Scope
Project included the installation, maintenance, provision of back -office support services, and other
client support services necessary to maintain an automated traffic enforcement program for the City.
Brekford was responsible for all ancillary services necessary for the maintenance of the program
including; training, court support, public awareness and education and system upgrades.
Challenges
This pivotal Maryland City became one of the first programs in western Maryland. Given the culture
of the area, it was expected that public acceptance would be a challenge in this contract. Also by a
very slim margin of acceptance by the city Council, and a very conservative police chief; Brekford had
to gain political and departmental acceptance.
To top it off, at the time, a number of very negative connotations had been attributed to automated
traffic enforcement due to various other contractors providing subpar and potentially un-ethical
practices.
Successes
Although challenges arose early on, there has been a slew of positive press and public endorsements
from this program. Although some of the city had its doubts about Brekford the city has been
encouraged by the Brekford services, dedication to the program, and our cutting -edge technology.
Brekford Corp.
Page 47
Calvert County: RFP Number PURCH 2016-105 Automated Speed Enforcement System
. i :r'to-t1 r; FMT or eoL'i:E
Blvd
CITY OF HAGERSTOWN
MARYLAND
2I740•4696
I ,6'2016
Brekford Corp
7020 Dorsey Road
Ilanover. MI) 20107
Brekford's Automated Traffic Division:
Non Emergency 3u ' •'90 37'10
En- rgpncy 301 ?3bOU('
Fdx ji)1•733.5:13
As the City of Hagerstown Automated Enforcement Program Ombudsman. I have had the
opportunity to work with Brek ford's Automated Enforcement Program for the past several years.
During that time. I have personally worked with Brekford in regards to out Safe Speeds for
Students Program. The program has been overwhelmingly successful in reducing speeds in our
school zones, thus helping to insure the safety of our students.
We appreciate Brekford's commitment, support. and willingness to stand behind us and their
Automated Enforcement product and services.
Based on my observation and expenence. I strongly recommend Brekford Corp as your
Automated Enforcement vendor. Please do not hesitate to contact me for more information.
Respectfully.
tom'
Lt Chad Woodring
Hagerstown Police Department
Special Operations Division
301-790-3700 cxt 250
cwoodring uhagerstounpd.urg
t` ft I \ati iwIh lit trtiiitrd . iiv I rrnuu
ohm 1Cetx' •to
Brekford Corp. Page 48
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
K. WORK FOR OTHER CLIENTS
We have no work for other clients that will be affected by this program, nor do we have any conflicts
with work for other clients that would affect the prompt implementation and ongoing support for this
program.
Brekford Corp. Page 49
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
L. PROPOSED WORK PROGRAM AND TIMELINE
See section "E. Project Schedule".
Brekford Corp. Page 50
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
M. FINANCIAL STABILITY
Brekford is a solvent company that has been in business for nineteen (19) years. We are a publicly
traded company (OCTQX: BFDI) with the financial backing of Rosenthal & Rosenthal (credit line) and
Gemini Strategies (equity line). We have full capacity to fully fund the implementation and
maintenance of the County's ASE program, with no cost to the County. Brekford has successfully
implemented multi -million dollar projects in the public safety sector for nearly two decades. With
annual revenues of approximately $20 million and clients that include some of the largest local and
federal agencies in the Mid -Atlantic, as well as international operations based in Saltillo, Mexico, we
are more than capable to implement a program of this size.
Our fully audited financial statements, along with various public financial submissions, are available
via the SEC website at www.sec.gov.
Brekford Corp. Page 51
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
N. OTHER RELEVANT CRITERIA
As a Maryland company serving clients in Maryland two decades, Brekford believes we offer a superior
solution with the added value of local support. Not only do we have years of experience in providing
successful automated speed enforcement systems right here in Maryland, our foundation as a public
safety service provider means that we have an inherent understanding of the challenges faced by our
clients relative to systems, processes, procedures, and public education and awareness.
Brekford Corp. Page 52
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
O. PROPRIETARY INFORMATION - NOT FOR DISCLOSURE
This proposal does not contain any confidential or proprietary information that may not be disclosed by
Calvert County, upon request.
Brekford Corp. Page 53
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
APPENDIX A: BREKFORD SPEED MONITORING SYSTEM
ASE Equipment
Brekford's automated speed enforcement system (P2S) is proprietary to Brekford Corp. The systems
were developed and are assembled in Maryland. The system uses Radar for object detection, a high
quality and super light sensitive camera to capture still images, a wide dynamic range video and high
performance processor.
Detection
At the heart of the multifunctional speed camera system is our state of the art multi -target radar. These
traffic radars determine position, speed vector and lane index of multiple traffic objects (up -to 32
simultaneously) even in complex situations. All kind of objects (cars, trucks, motorcycles and
pedestrians) can be detected, tracked and classified by the radar. Both moving and stopped traffic is
detected in both directions (arriving and or departing). The radar sensor has a range up to 400 feet and
a field of view of 35° wide covering traffic up to five lanes.
The position and speed measurement is extremely precise and exceeds IACP standards with a certified
speed accuracy of +/- 1 km per hour. The RADAR is certificated by METAS, (Swiss Federal Institute of
Metrology for detection and speed accuracy).
Built-in redundancy is another advantage; the speed is measured firstly by the Doppler shift and
secondly by the range progress over time, the two measurements being independent and redundant.
Camera
Our P2S system uses a 16.2 MP CMOS FX Digital SLR with Full 1080p HD. The cameras innovative EXPEED
4 image processing provides flawless detail retention and beautiful noise -free images from ISO 100 to
ISO 12,800. The camera's level of detail and sharpness, the wide dynamic range and rich tonality in
nearly any light is simply staggering. With the camera's razor-sharp autofocus, super -fast frame rates
and image processing we are able to provide smaller file formats, and excellent energy efficiency. Our
proposed systems exceed all requirements and expectations, as they will provide the County with highly
usable photo evidence.
Video
The video camera delivers smooth and highly detailed video at 50/60 frames per second, helping to
identify incidents in fast -paced environments. The video camera is equipped with a''/2" sensor, delivering
the very best video 1080P quality in the industry. The Wide Dynamic Range — Forensic Capture optimizes
the video, highlighting details ensuring the video evidence is clear in all weather conditions. The camera
also utilizes electronic image stabilization which improves video quality if the system in conditions of
severe external vibrations.
Brekford Corp.
Page 54
Calvert County: RFP Number PURCH 2016-105 —Automated Speed Enforcement System
How It Works
The radar is continuously tracking objects as they pass through the radar beam. The radar begins
detecting the object approx. 25 ft from the radar. Each object detected will be given its own
identification number and a radar track will be recorded every 0.05 second (Figure — Violation Viewer).
When the system detects a vehicle exceeding the enforcement speed, the controller commands the
camera to trigger at a predefined distance to capture the first image (a red X will be placed behind the
violating vehicle); the camera will trigger automatically 0.5 second after the first trigger in order to
capture the second image.
With a high performance 4`' Gen 15 Intel Cure processor the captured images will be combined with the
meta -data and then processed to generate a data bar (Figure — Data Bar) and final violation package.
Note - The metadata includes: Tracktime, Object ID, Size, XSpeed, XDistance, YSpeed, and Y Distance
Figure — Violation Viewer
Image 1
tcy
97179" II)
573 IC
OMr7113 30
14c
.40
Sttt!
4 le
Onte
I1_
I711693+u
W01373-
450010
0159
Image 2:
241+11,01 16:07:➢3547
4.4
10
-19 436] 7-59-1 896
9) 347.'74130913
14.786,9:1514650
71_
_ _.
7 16.11
1II1+11 03 19:0,99.5?+
003+11 03 11'07:18 641
701-1-11 03 11 70 ]
241+110316.77 39150
IQ
:0
10
I0
.9 2125E116E504
99.2109-X9366504
49 3385169565911
45.73259(,9113504
49.73753)5693159
103 1170593261!1
10Q 0Q55155..1113
16,.9162'5559297
0..414-37583335728
0:47)31993335720
0.447377933335731
0.671480015305)03
24 1]68374414,:".
25 196987873944
094440241315175
75.3167954301709
Figure - Violation Viewer Key
1) Track —Date & Time RADAR track
received
5) XDistance — Object XDistance* from
RADAR
9) Speed — Speed when violator
photographed
2) Object ID — RADAR object unique
identifier
6) YSpeed — Object movement
between lanes
10) Distance — XDistance* when violator
photographed
3) Size — Object length (meters)
7) YDistance — Object YDistance* from
RADAR
11) Date & Time — Date & Time when
violator photographed
Figure — Data Bar
Date Time OpelratorID Systern1D Type
12/22/2015 11:05:0B_47 C159 000230B8 S
Speed Sign Sp4'ed Direction Location Code:45001 i
47.9 mph 35 en0 Departing 71.OU 131k r4D 45O E/8
Brekford Corp.
Page 55
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
24 Hour Video Surveillance and Storage
The system is equipped with a one (1)-terabyte MSATA solid-state hard drive. All violations are saved on
the MSATA hard -drive in two locations; one for active data and one for data redundancy and archive
data. The system is also equipped with a five-terabyte USB 3.0 ruggedized external hard drive back up
which also stores over 90 days of surveillance video. The backed up file is housed in a secured separate
compartment, accessible using a separate key from the cabinet housing's key.
Data Integrity
All recorded evidence is performed through automated
processes. When a violation occurs, the images, video and
metadata are saved in byte format, using proprietary Brekford
algorithm, on the hard drive. The files cannot be viewed or
read without the Brekford proprietary application; no files can
be edited. The application is locked and only can be accessed
by authorized personnel.
Figure — Management module login
n
System Management Modules
Brekford's proprietary software has a system management module allowing for easy camera set-up. The
module also allows users to control settings and added functionalities like image overlays, system
testing and simulation mode. In the management module users can also view violations, set-up
continuous enforcement, and select from a vast selection of camera, radar, and system settings.
Figure — Management Module (Speed)
P25Managemtentilcdul,
Correct 1
Disconnect Stop
Lagting Settings Test Mode
Static Report Line Dynamic Report line
Sae Specific Settings System Settings
Priority 1
Prtertty 2
Priority 3
r'ax Shutter Speed (Faster)
Min Shutter Speed (Slower)
Max Aperture
Km Aperture
Max ISO
Min ISO
Exposure Update Fluency (mm)
Enable Auto -Exposure
Image Aspect Ratio
Take One Picture
Block Camera [In Progress!
Yp 1127.0.0.1
Powero$
System IG I 73
MEM
Sm Got l
Ted Enforcement Control ) Official Enforcement Control
Violation Vafideuen line ) Vertical Line I Violation Viewer
Carrara Settings I Radar Settings I Violation Effort Settings
rApe"...,'e '
{ Shutter Speed
'1:1I1 J 47
1! 6 iv;—� 45
14 J Ili
3.2 J 5
IHt-0.3 J 22
1250 J 4
1s
)DX
r
r
Capturing usable images during low-light/dark, sun -rise and sun -set can be extremely difficult. To
accommodate for these difficult times of day and constant light change, our system uses a Solar Position
Brekford Corp.
Page 56
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
Table to automatically set the camera settings (ISO, Aperture and Shutter Speed) to the optimal settings
and in turn produce usable images.
Furthermore, if the camera is placed directly facing into the sun during sun -set or sun -rise, typical
camera settings will cause for photographs to be completely whited or blacked out. Our system comes
with a feature to accommodate for the sun-rise/sun-set scenario and adjust for direct light conditions.
In low light and dark environments some of our competitor use a flash that will light up the whole sky
and be very distractive to the violator and other drivers. Our system is equipped with a Speed -Light 700,
which blips just enough light to optimize photos for clear and usable vehicle's plates and NOT cause
distraction to the violator or other drivers.
In conclusion, Brekford took each lighting scenario into consideration, and has built the system to
provide a client with the highest rate of usable images for enforcing on their roadways.
Consecutive Violations
A benefit to an automated speed enforcement system versus traditional enforcement is to perform a
correctional action on ALL violators, versus traditional enforcement only being capable to perform
correctional actions on a limited number of violators. With this in mind, the P2S system was built with
the consideration of being able to capture violators in the scenario when two or more speed violations
occurs at the same time. The P25 can capture a violation at 1/100th of as second after the prior violation
validation image is captured. This superior capability of our automated enforcement system provides a
solution for the County which will not only capture a maximum amount of violators, but also curve the
driving behavior of a maximum amount of drivers.
Speed System Capabilities
Terrain, enforcement times, locations, user availability, environmental concerns and legal requirements
are some of the constraints placed on the enforcement parameters of most programs. In addition,
legislative governing the methods in which a program enforces may change — resulting in the potential
future need for new equipment. Brekford has considered this and thus has designed our systems to
have a vast array of capabilities to allow for a multiplicity of enforcement scenarios and be upgradable
without much need for expensive equipment exchanges. Our current system provides the following
capabilities in its current configuration but can be easily upgraded (at the request of the County) to
accommodate other related enforcement functions. In the current configuration, Brekford's P2S
provide:
• Central web -based application to manage camera setting, adjustments, location specifics,
RADAR settings, and testing functions
• Photo -enhancer, to optimize photos for clear and usable vehicle's plates
• Remote access with 24/7 monitoring ability
• Time (synced with NTP server)
• Visual overlay identifying violating vehicle
• Able to enforce up to 5 lanes
Brekford Corp.
Page 57
Calvert County: RFP Number PURCH 2O16-105 — Automated Speed Enforcement System
• Simultaneous real-time tracking of up to 32 objects
• Full installation and enforcement ready in less than 2 hours
• ISO 9O01:2008 and METAS (Swiss Federal Institute of Metrology) Certified
• Solar -power capable
Traffic Counting and Classification Capabilities
• Captures and records number of violations detected
• Captures and records number of vehicle passes (by lane)
• Captures and records traffic volume (per approach)
• Captures approach speed of all vehicles
o Segments for time -of -day volumetric
o Segments for day -of -week volumetric
o Segments lane of travel volumetric
o Performs average speed calculations
o Performs vehicle classifications (cars, trucks, buses, etc.,)
Brekford Corp.
Page 58
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
Housings
Brekford has three housing options for unmanned cameras. The housing used will be based on the
preference of the County. The two options consist of a pole -mounted and semi -portable housing
solution. The County may select to be uniform or use a combination of the housing options throughout
the County. In turn with the flexibility to use different housings, the County has flexibility in where and
how they choose to enforce, and the options also makes it easier to stay within the County right-of-way.
Pole -Mounted
Brekford pole mounted housing solutions offer ruggedized, self-contained, solar and deployable
enforcement cameras that:
• Requires no external power or
special permits
• Easily removable and re -
deployable
• Heavy duty construction grade to
restrict unwanted access
• Limited weight and overall
dimensions
• Resists spray paint and other
forms of vandalism
Pole -Mounted
'Pole -Mount Specifications
IIi�tssirr!? : Interisi!
t)iIniiiMi1P11
C nme� sr Windom
#'raver onr
Aircraft Grade Aluminum
19 in. x 19 in. x 10 in
1/8 in. Makrolon MR2
100 amp hour lithium ion
battery
140 Watt 21% efficiency solar
panel (54 in. x 26 in.)
41111141
trill
ellk
i
1
0
r
m.ATEHVhL
t
den !K; Li0!rk
IEKICO �r
I i g AM EA;.A
!WC !�rs-sseail [
I
M
I JL III
..
X3CAt
41W11,439
Brekford Corp. Page 59
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
Pole -Mounted
Front and Back View
Brekford Corp.
Page 60
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
Semi -portable
The Brekford Semi -Portable Traffic Safety
Housing is a self-contained housing for
RADAR speed enforcement. The housing is
installed in a minimally intrusive manner.
With a relatively small footprint, the
housings are approximately the size and
appearance of a public utility enclosure.
Comprised of aircraft grade aluminum,
Makron MR2 window and a triple anchor point hardened steel lock the enclosures are practically
impossible to be breached. These devices utilize no external power source and do not require tunneling
or tapping into utilities. Typical installation uses a pre -formed portable concrete pad or light weight
composite pad installed at ground level off the road. Desired installs can be placed from a distance of 3'
to 12' safely off the road in the direction of vehicle travel. An optional 24"x24"12" base can also be used
to raise the unit if needed.
Aircraft Grade Aluminum
24 in. x 24 in. x 44 in
1/4 in. Makrolon MR2
8 AGM Marine Grade Battery
Bi-weekly battery change
. yy
', i
'
L
*F
..
i"�
.
+
h
'
4.
16
ki 1
11
4
1
[7. li-d'
_
,
e.
L
•
Brekford Corp.
Page 61
Calvert County: RFP Number PURCH 2016-105 -- Automated Speed Enforcement System
Mobile
The Brekford Mobile Traffic Safety Housing
is a self-contained housing for intended
use with RADAR speed enforcement. The
housing was designed so it sits easily on
the dash and can also be easily removed
from the vehicle and operated on top the
roof or a tripod or trailer where traffic or
road conditions make parking the
enforcement vehicle difficult or
dangerous. This will facilitate enforcement
limitations.
Ht�tr i�� Algeria!
eria!
Cantrt.4 \VitttlO1
I tp •cM•
Powrr Sou roe
Aircraft Grade Aluminum
24 in. x 24 in. x 44 in
1/4 in. Makrolon MR2
100 amp hour lithium ion
battery
Battery recharged every 3 days
based on traffic regulation needs and not technology
Brekford Corp.
Page 63
Calvert County: RFP Number PURCH 2016-105 --Automated Speed Enforcement System
Mobile
Brekford Corp.
Page 64
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
installation
Brekford understands adding an enforcement camera enforcement system can be a major undertaken
for the County due to factors like limited resources, public opinion, and long engineering and installation
process. We have taken the time to consider the implication the installation of Enforcement System has
on a County and come up with a solution that provides:
1. Quick and Easy Installation (less than 1 hour)
2. Minimal to no amount of Engineering, DOT, Public Works and Power Company involvement
3. Minimal to No Construction (The ability to utilize existing infrastructure)
4. Aesthetically Pleasing
5. Green Solution (Solar Powered)
Unlike our competitors, we can deliver this pain free installation because of our non -intrusive
technology, which means devices are NOT buried in the road surface and NO external powered needed.
Maintenance
The County requires that all maintenance of supplied equipment shall be the responsibility of Brekford.
Some vendors may interpret maintenance as simply making repairs on knocked down poles. However,
Brekford is responsible for all maintenance of equipment in all its programs. This means that there will
never be rust on our poles or boxes, cracked concrete foundations, or graffiti markings on the side of
our equipment. Brekford realizes that the poles, boxes and housings on the side of the road are the
most visible component of the program to the public. We ensure that our hardware always appears
well maintained and rust free because as soon as the equipment appears to be in shoddy condition,
people will question whether the systems calibration is accurate as
well as other components of the program. Brekford technicians visit
all sites no less than bi-weekly as part of a routine maintenance,
program.
Brekford has in place a program of scheduled inspection and routine
preventive maintenance as well as established procedures for
unexpected repairs and maintenance. Our quality assurance program
employs procedures for proactive maintenance to ensure operation
of the hardware and software in our systems as well as routine
refresher training for our technicians. All inspections and service visits
are recorded in the Field Operations (Field Ops) — camera log file
(maintenance tracking) application. If a repair or maintenance
procedure is required that cannot be resolved by the service
personnel during an inspection process then the same process will be
adhered to as when a service call is initiated by County personnel as
explained in Repairs and Service.
Brekford presents a
proposed maintenance plan
that provides routine
maintenance and checks for
all camera sites at pre-
determined intervals. This
maintenance is in addition
to routine service and will
be at no cost to the County.
Brekford Corp.
Page 65
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
Repairs and Service
The servicing and maintenance of Automated Camera equipment will be the exclusive responsibility of
Brekford. The repairing and service of the equipment can be done in a completely non -intrusive manner,
meaning no lanes need to be closed. Initial response to any equipment malfunctions will normally occur
within a 24 -hour period; repairs will be completed within a 48 -hour period during normal business
hours. Brekford will maintain a service location in State, which is available to provide all necessary
maintenance for the Town's cameras.
BREKFORD CAMERA REPAIR OPERATIONAL FLOWCHART
1. System alerts Brekford with a camera issue and an immediate electronic trouble ticket will be created
by attending personnel taking the work order.
2. Trouble ticket will be given to appropriate engineering/field operations team member for completion
and resolution.
3. If issue cannot be resolved within one (1) hour client will be contacted by Brekford Program Manager
to inform them of receipt and provide both written and oral documentation of the status.
4. Once issue is resolved the system must be verified up to three (3) consecutive times to ensure
system is working correctly and proper connectivity has been achieved.
5. The Completed ticket will then be forwarded to the supervisor who will then confirm issue has been
resolved by attempting connectivity again for a fourth successful attempt.
6. Client is contacted immediately by email AND telephone to inform that the ticket is closed and
camera re -activation is completed.
Differentiators
• Modular based automated enforcement system and the Speed, Red -Light and Stop -Sign systems
components are the same. The ability to interchange systems gives the County a much more
sophisticated enforcement program, and ability to target different offenses at the same location
• All systems have the ability for their sole power source to be solar and leave no footprint in the
County
• Speed - Triple verification of speed measurement 1) Measurement through the Doppler shift, 2)
by the RADARs range progress over time 3) visual validation on the timestamped images
Brekford Corp. Page 66
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
Specification Sheet
B 'EKFo'Il
PITS system is a low power speed measurement, speed notification and enforcement unit. The state of the art
3D tracking radar integrated with sensitive and high quality image camera as well as low light tag enhancement
technology and convenient wireless communication makes the PITS anideal system to be utilized in large variety
of locations such as residential areas, private roads, school zones, and many other sites. With an addition of a
optional cabinet enclosure and proper power source, the PITS can be securely deployed and quickly brought to
its complete operational level within minutes.
PITS Features and Highlights
C• General
o Low Power Consumption with Efficient
and Accurate Performance
o Wide Temperature Range Operation
o All Weather Operation, High Availability
o Secure, Web -Based User Interference
o Simple installation and Low Cost
Maintenance
I'a;+tt
( i p rr iatiol I I nip,
iii,
lc' IirliLlirin I IIl—
KJitit #li i i r it'?Ir
( ;iI17r1':I Hr iuIu IWI
kV irrIe
t �JtlgnuiiLL IPion
l2V DC 4('ircuit Protected)
-22 to 158°F (-30 to +70°C)
350+ ft (106 m)
35 Degrees
Up to 36 MP
3G/4G LTE (Location
Dependent)
•: Housing
o Mobile, Portable or Pole Mounted Options
.• 31) Tracking Radar
o Simultaneous Real -Time Tracking of Up to 32 Objects
o Multiple -Lane Coverage (Max 4 lanes) Up to 106m.
c Precise Object Position Measurement (±2.5% or <0.25m)
o Precise Object Speed (Vx and Vy) Measurement (± 0,1 m(s)
o IP67 All-weather Operation
c, Over 90,000 Hrs, of Operation MTIBF
o Vehicle Type Classification
o Advance Sensor Network
o 4 Interface Options (CAN, RS485, POE, Relay Contacts)
o ISO 9001:2008 and METAS (Swiss Federal Institute of Metrology) Certified
Capture Camera & Plate Enhancer Technology
o High Sensitivity, Quality and Resolution Images (Up To 36MP)
o 14 Bit Wide -Dynamic Range Sensor
o Integrated Image Processing
o Fully Saturated and High -contrast Images
o Low Light Tag Enhancement Technology (Focused Low Intensity Strobe)
o Readable Tags In Difficult Weather Condition
Brekford Corp.
Page 67
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
APPENDIX B: BREKFORD tP360 CITATION PROCESSING
TRAFFIC SAFETY SOLUTIONS hi;
Brekford's iP360° Software Application is a fully web -based violation processing system wrapped
completely around our offered camera systems. Through any workstation with internet access, we
provide a secure log -on into our system so that users can authorize, approve, retrieve reports and other
functions into the violation system. While system access is provided via the internet, through SSL
security certificates, firewalls and other security measures, only persons authorized will be able to
access the system.
Our iP360° software automatically generates an electronic audit trail to track all actions. Each individual
with access to iP360° will have a unique log -on ID. All user ID's regulate user access based on a client
determined user profile.
The iP360° application serves as a 'one -stop -shop' for program management. It has been developed
around the various functions needed to successfully operate any violations processing program.
Additional functions such as Customer Call Center operations are managed through the various
integrated modules in iP360°. As a "Master Control" module, iP360°'s iMANAGER sub -system contains
all of the program matrices and functions to provide complete control to manage everything from daily
volumes, to work product tracking, to archiving and retention of historical data.
The Brekford iP360° software is a custom application designed as a "Ticket Information Management
System" and can accommodate most legacy camera systems. Since the software application resides on
our server, and is completely web -based, no special hardware is required for access to the system. Any
computer system that has web access can be granted access to iP360°.
Brekford's iP360° program support application was designed after extensive business analytics and thus
has been designed with client access, rights management and seciirP data access in mind. The
application can be configured to an individual client's requirements and needs with the ability to
monitor and control their program timelines and objectives. The iP360° application is designed to be
accessed remotely from anywhere over a secure channel which makes it even more reliable for data
deliverance. Used with 128 -bit SSL encryption and 2048 -bit RSA key encryption for safety assurance of
privileged information, the system is both secure while still being easy to navigate for any end -user.
Brekford Corp. Page 68
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
Following is an overview of architectural highlights and modules that are designed as part of the iP360°
software application:
iManager
• iManager360° is an administrative module used for account
overview;
• Allows complete viewing of citation's history;
• Maintains a chain -of -custody for auditing and other purposes
IPROCESS
• Event -to- citation requires an agent or other approval
• iPROCESS360° provides multi-user login simultaneously without overriding
another's decision to approve/disapprove an image
• Provides for an auto-logout feature which automatically logs the user out after 20 minutes of
inactivity
• iProcess360°provides the approver with various 'queue' features
• Allows an approver to accept, review, add comments, and disapprove with a reason, and to
edit the information
• integrated for name and address lookup sources (Motor Vehicle Administration/NLETS)
• Approver can mark a violation for supervisor's approval or further review
• Auto deleted feature to prevent 'expired' images from being processed
!TAG
iPRINT
iCO URT
• Image review and processing
• Name and address acquisition
• Citation creation
• Supervisory management tools
• Print queue viewer
• Print -by -botch function
• Local print output capability
• Violation print batch control
• Electronic print botch reporting
• Court scheduling module allowing re -scheduling and other functions;
• Generates court documents and automatically creates dockets;
• Provides interface for adding dispositions automatically applied to the citation;
• Court Clerks on municipal Administrator functions;
• Evidence can be played, viewed in the court;
• Data easily transmitted in electronic format to the Courts;
iReport
• Comes bundled with preloaded general report categories
■ Statistical
Brekford Corp.
Page 69
Calvert County: RFP Number PURCH 2016-105 — Automated Speed Enforcement System
• Operational
• General
• Collections
• Financial
• Reports are generated for user specified periods
• Reports are easily exported to EXCEL or PDF
• Unique parameters for each report
• Custom report with accompanying bars, charts and histograms
• User capability to add/delete/modify custom reports
• Additional custom reports can be easily customized and added
Brekford Corp.
Page 70
Calvert County: RFP Number PORCH 2016-105 —Automated Speed Enforcement System
APPENDIX C: PROGRAM MANAGEMENT TEAM RESUMES
Brekford Corp. Page 71
Nabin Gurung
Nabingurung82 @gmail.com
443-682-4336
SUMMARY:
> 5+ plus years of experience in design, development, coding and testing of business/commercial applications using .Net 4.514.0/3.5/2.0,
C#, ASP.Net(Web FormsfMVC) VB.Net, ADO.Net, XML, Web Services, Restful Service, WCF, Silverlight, WPF, XAML.
Strong experience in the analysis, design, development and implementation of multi tier web based applications.
Strong Object Oriented Analysis & Design and Programming skills and good understanding of various design pattems
• Hands on experience in developing the projects using .Net 4.514.0!3.512.0 framework, Visual Studio 200512008/2010O012/2013,
ASP.NET AJAX, HTML, CSS, JavaScript and JQuery.
y Hands on experience in developing mobile websites using Bootstrap, Modernizer and FriendlyURLSO.
'r Experience in writing Stored Procedures, Cursors, Triggers and User Defined Functions in SQL Server 2005/2000/2008/2012 and
Oracle 9i
✓ Hands on experience on reporting tools like Crystal Reports, .NET Reporting and SQL Server Reporting Services
- Experience in end -to -end SDLC, including configuration management using Visual SourceSafe (VSS), Team Foundation Services
(TFS), Git, SVN and CVS.
TECHNICAL SKILLS:
Languages:
Operating System:
Tools and Technologies:
Database Servers:
Enterprise Servers:
Design Tools:
Configuration Management:
Reporting Tools:
PROJECT EXPERIENCE
MVC,C#5.0/4.0/3.5/2.0, VB.Net, Silverlight, VB, JavaScript, VB Script, PHP, Java
Windows 2012(R2)/2008(R2)/2003/XP/2000/NT
.Net Framework 4.5!4.0/3.5/2.0, ASP.NET 4.0/3.5/2.0, ADO.Net, ASP, ADO, Web services, WCF, Visual
Studio 2013/2012/2010/2008 , Adobe Brackets
SQL Server 2005/2000/2008/2012&R2, Oracle 9i, MySQL, MongoDB
IIS Server 8.5/7.5/7.0/6.0/5.0
Magic Draw, MS Visio, Adobe live Designer
VSS, SVN, CVS, TFS, GilHub
.Net Reporting Services, Crystal Report, SQL Server Reporting Services
Brekford Corp, Hanover, MD Aug 2010- Present
IT Manager /Developer
Project: Custom Violation Processing/Ticket Management Software/Speed Camera System/ Asset Management
Description
Designed the Custom Automated Traffic Enforcement processing and Ticket Management software. This system was used by Brekford
Back office to process violation and also served as Call Center Software. This software was also used by Local Police Department to see the
violation captured from the Speed Camera and Red Light cameras. Developed Asset Management software to track and maintain the inventory of
the items.
Responsibilities
• Developed complete system(iP360 Suite) using C# 5.0/4.0/3.5, Silverlight, WPF, ASP.NET, Ajax, Javascript, JQuery, iTextSharp,
Web Service, WCF and .Net reports to generate reports for various scenarios.
o iP360 Suite consisted of Speed Camera System, Automated Traffic Enforcement System, Parking Management System,
Delinquent Citation Collection System, Asset Management
• Worked on Nikon Camera SDK's to control and trigger (C#, Threading, Delegates, EventHandlers).
• Worked on Radar System and SDK's (Interfaced with Serials Ports to communicate with radar to control, receive and send data).
• Developed the database using SQL Server 2008 R2/2012 R2
• Interfaced with Third party Web Services and API's.(DMV, MVA, NLETS, Payment Systems, Mail Processing, IVR Systems)
• Actively involved in Database design, Queries, Views and Stored Procedures.
• Providing support and maintenance to the software.
• Implemented for third party frameworks like Telerik and Obout.
Environment
C# 5.0,4 0/3.5, WPF, XAML, VS 2010/12/13, Web Services, WCF, ASP.NET, AJAX, SQL Server 2008 R2/2012 R2, MongoDB, Windows 2008/2012
Ip360 Suite (Currently working)
• Rewriting all the ticket management software originally built in Asp.net Web forms that is used by Law Enforcement Agencies
using C#5.0, 4.5 ,MVC, ASP.net, Ajax, WCF, Entity Framework.
• Developed portal for clients to view reports and graphs of their programs using the Obout Controls and Telerik Controls.
• Deployed the MVC application.
• Providing constant upgrades, support and maintenance to the software.
Environment
C# 5.0,4.0,VS 13, MVC, WCF, ASP.NET, AJAX, SQL Server 2008 R2/2012 R2, , Windows 2008/2012.
Online Document Management ("IWorx")
Responsibilities
• Developed Online Secured Document Management Systems.
• Clients upload the documents online and tracked the documents.
• Features include (User Access Modules, Upload and Download Documents, User Authentication, Form Validation, View Documents etc.).
• Designed the Front End UI.
• Wrote the Business, Model and View Logic.
Environment
Asp.net Controls, C#5.0,4.0/3.5, Stored Procedures, HTML5, Bootstrap, JavaScript, CSS, AJAX, WCF with REST services
Tools used
Telerik web controls, Obout Web Controls, Visual Studio, Sql Server
Trouble Ticket Management
• Developed Issued Tracking Software that tracks and manages the Issues.
• Features include upload and download attachments, user friendly, based on user Types and Rights).
• Tools Used (C# 4.0/3.5, Telerik web controls, Obout Web Controls, Asp.net Controls, SQL Server, Stored Procedures, JavaScript, CSS,
AJAX, Web Services, Visual Studio ).
Web Payment
• Designed UI, developed and Implemented Secured Mobile friendly online payment system that integrates the Heartland Web Payment API
(secure Submit SDK) for online Traffic Enforcement Ticket and Parking Tickets Payment websile.
• Features Include User Authentication, Secured images and documents URLS.
• Used JQuery plugins like fancy box and color box.
• Disable right click and back buttons, Error Logs, User Tracker, etc.
• Wrote Session Timer indicator in JavaScript.
• Wrote the WCF with the REST services for Model.
• Wrote the Business, Model and Presentation Layers.
• Tools Used (C#5.0, 4.0/3.5.net, Asp.Net, Stored Procedures, Web Services, Heartland API, Ajax Control Toolkit).
Parking Solutions
Developed enterprise web based parking ticket management solutions.
Features include.
• Integrated Solution
• Parking enforcement; permit management, online payment System, Hybrid Reporting
• Based on both Plate and Summons based Platform
• Built based on Open architecture (Industry Standard) (interchangeable)
• Scalable.
• Secure Authentication
• Fully tested Application
• User/Mobile Friendly
• Managed/Web Managed Solution
• Work Across Multiple Platforms/browsers
• Built on Ticket Management Philosophy
• Dynamic/Hybrid reporting
• Full built in Management/Quality Controls
• Integrated Workflows
• Cashiering Capabilities
• Turn Key Operations for End to End Solutions
• Centralized System.
Tools Used (C#5.0,4.013.5, Entity Framework 5.0 , Stored Procedures, Telerik, Obout, Visual Studio,Asp.net, web services, JavaScript,
Ajax, CSS, HTML, SQL Server).
Beauty Parlor Website
Designed and Developed a Mobile Friendly Beauty Parlor Website for a Client using the Adobe brackets and notepad++.
Responsibilities:
• Designed UI and Layout for the website using HTML5, CSS, Bootstrap, JavaScript and CSS.
• Developed a slider for slideshow using JavaScript.
• Enhanced the images using the GIMP software.
• Wrote the whole page layout using CSS.
Sushi Restaurant Website (currently working on as a side project)
Designed and Developed a Sushi Restaurant Website for a Client using Visual Studio and Adobe brackets.
Responsibilities:
• Bought a Domain Name (www.tttstar.net) for Client and hosted on godaddy.com
• Designed Ul and Layout for the complete website.
• Developed a slider for image slideshow using JavaScript.
• Daily communication with the clients and changed the layout according to their needs.
• Used the fancy box and color box jQuery plugin.
• Create an image gallery using jQuery.
• Created Product Page using Bootstrap, CSS and Json.
• Used the Modernizer and Asp.net Friendly URLS.
Environment:
Bootstrap, HTML5, CSS, GIMP, JavaScript, JQuery
Robert Technologies, Alameda, CA Aug 2009 —Aug 2010
Role : Computer Technician
Responsibilities:
• Planned, assembled and installed computer systems in designated networks as per specifications.
• Installed and configured IT network components and assisted in the implementation of designed IT network configuration.
• Performed customer services on different firms departments and resolved hardware and software technical problems in the system
elements after detailed analysis, including computer failures and software malfunctioning.
• Monitored and administered IT systems of firms and made recommendations to senior managers regarding hardware replacements,
upgrades and new installations required.
• Provided solutions and technical guidance to clients facing technical issues and difficulties.
• Maintained records of hardware issues, performance and supplies.
Academic Qualifications and Certifications
• Bachelor Of Computer Science (Programming Major) , Strayer University (2009)
• Coursework in Information Technology
• Coursework in Programming Languages, Database Systems.
• Top Student Excellence Academic Achievement Award.
• Java Developer Certification in 2001 By NIIT.
Vasu Ashwath
Ph: (410) 302 6662
Email: Vasu.Ashwath12@gmail.com
Assistant Controller with over four years of experience in finance management, general ledger
reconciliations and CFO assistance. My responsibilities have included overall management of all
aspects of accounting, supervision of employees and preparation of financial reporting and
analysis.
Professional Experience
Brekford Corp, Hanover MD 21076, 2011 - present
Assistant Controller
• Assist with preparation of the budget ; Implement financial policies and procedures
• Establish and maintain cash controls ; Establish, maintain and reconcile the general ledger
• Monitor cash reserves and investments ; Prepare and reconcile bank statements
• Establish and maintain supplier accounts ; Processes supplier invoices
• Maintain the purchase order system ; Ensure data is entered into the system
• Issue checks for all accounts due ; Ensure security for all credit cards and verify charges
• Ensure transactions are properly recorded and entered into the computerized, accounting
system
• Prepare income statements ; Prepare balance sheets and monthly financial statements
• Prepare quarterly reports and report on variances ; Assist with the annual audit
• Maintain the computerized accounting system ; Maintain financial files and records
• Oversee the accounts payable and accounts receivable systems in order to ensure, complete
and accurate records of all moneys
• Manage employee files and records in order to ensure accurate payment of benefits and
Allowances : Ensure new employees are properly documented; Ensure employee files are
established and maintained; Ensure employee electronic files are established and
maintained in the computerized accounting system; Oversee administration of benefits
entitlements; Verify and report on benefits payments; Verify annual leave records.
• Manage the bi-weekly payroll in order to ensure that employees are paid in an accurate and
timely manner
• Provide efficient and effective office management: Manage the filing, storage and security
of documents: Respond to inquiries: Maintain insurance coverage.
• Assist with SEC and financial reporting and documentation
Brekford Corp, Hanover MD 21076, 2010 - 2011
Staff Accountant
• Prepared and verified Balance Sheets, Income Statements, Profit & Loss
Statements and monthly forecasting.
• Responsible for accounts receivable/payable, banking transactions, cash management,
payroll and analysis of cash flows
• Perform accounting analysis including balance sheet accounts, expense and
salary accruals, and department expense analysis and prepaid and insurance.
• Prepare journal entries, accruals and other adjusting entries.
• Reconcile sub -ledger to general ledger account balances.
• Maintain accurate account and data reconciliation including supporting sub -ledgers
journals, and other financial documentation with in a cost efficient operation.
• Identify and research account discrepancies.
• Review general ledger accounts and correct journal entries.
Castle Wholesalers, Brentwood, Maryland, July 2008 to May 2010
Accounting Assistant
• Process about 150 intemet orders a week with average turnaround time of 2 days
• Interact with customers to resolve issues with order shipment, backorder, and drop -ship
• Additional duties include processing Purchase Orders, AP and AR transactions
Shah Associates CPA, Burtonsville, Maryland, March 2008 - June 2008
Internship Program
• Worked as an intern in the Payroll department
• Duties included data entry, processing the time sheet and preparing pay checks
Technical Skills
QuickBooks, Peachtree , FACTS, Stone Edge Order Manager, Microsoft Outlook, Microsoft Office
(Word, Excel, Access, PowerPoint), Visual Basic 6.0, ASP, Oracle 8.0
Bachelor of Science in Accounting. Dec 2008 (Major in Accounting - GPA 3.997) University of
Maryland, College Park
MASAMI HOKAMA
7904 Evesboro Drive Severn, MD 21144
Phone: (443)454-6473
E-mail; masami.hokama(a�gmail.com
OBJECTIVE
Recent Medical Billing and Coding graduate with experience in providing high level customer
service, seeking a billing related position in a medical facility.
SKILLS
• CPR Certified
• Medical Laws & Ethics
• HIPAA Understand/Confidentiality
• HCPCS Coding Principles
• CMS -1500 form
• Perform CPT -4 Coding
• Perform ICD-9 Coding
• Insurance Form Preparation
• Medical Terminology
• Use of Office Machines
• Organize & File Patient Records
• Scheduling Appointments
• Billing/Collection Procedures
• Medical Billing Software
• Microsoft Office
• Fluent in Japanese
EDUCATION
TESST College of Technology
NHA Certified Billing and Coding Specialist; 4.0GPA
Okinawa Christian Junior College,
Associate of Art, English
EXPERIENCE
Brekford Corp
Program Support Manager
• Manage day-to-day back office operations
• Oversee Customer Service and Processing
• Monitor and enforce Policy and procedures
• Assist in Quality Assurance and Processing when necessary
Communicare Family and Companies Inc.
Medical Billing and Coding Extern
• Entered and updated VISION (AR system)
• Completed UB-04 forms
• Prepared and sent Medicare claims via CMS system (IVAN)
• Conducted insurance follow-up
• Assisted handling Resident Banking Services
• Participated weekly meetings for aged accounts
• Organize and file resident records
VISA INC.
Customer Service Team Lead (2000 - 2010)
• Managed call center operations
• Successfully handled escalated customer complaints
• Trained new hires on process/applications
• Participated in team members' performance evaluations
Graduated 4/2012
Baltimore, MD
Graduated 1987
Okinawa, Japan
3/2012 -Present
Glen Burnie, MD
2/2012 - 3/2012
Glen Burnie, MD
1995 — 2010
Owings Mills, MD
Customer Service Associate (1992 — 2000)
• Answered calls from customers in need of assistance with lost/stolen card, emergency
replacement card, and cash disbursement
• Documented all report information accurately in timely manner
OKINAWA KENSHINREN BANK
1987 - 1991
Executive Secretary/Teller Okinawa, Japan
• Processed banking transactions including deposits, check cashing and money orders
• Maintained records and problem resolution for clients
• Scheduled appointments and business meetings, answered phones, arranged travel,
maintained files and transcribed notes
VOLUNTEER WORK
US -Japan Council, Washington DC 3/2011 — Present
• Translating documents/articles from/to Japanese/English
• Assisting staff with various tasks during conference; registration desk, usher duty, etc
Frederick L. Lloyd
2931 lndiansummer Ct. I Abingdon, MD, 21009 1443-417-82721 frederick.1.11oyd@gmail.com
EDUCATION
TOWSON UNIVERSITY, Towson, Maryland September 2003 to January 2006
• BS in Sports Management with minor in Business Administration
HARFORD COMMUNITY COLLEGE, Bel Air, Maryland August 2001 to May 2003
• General Studies
WORK HISTORY
BREKFORD CORPORATION
Lead Field Engineer/Field Support Manager
• Provides supervision and guidance to field service technicians. Schedules daily
requirements for all field operations. Reviews daily work documentation.
• Oversees and performs installation of Brekford ATEG Technology. Including
Smartmicro radar systems and Nikon Camera Products.
• Works closely with Remote System Support team and municipalities to keep service
levels high, minimize system and hardware downtime, and identify and resolve system
related issues. Resolves escalated system and quality issues. Performs daily checks of
enforcement systems connectivity to confirm systems are operational.
• Coordinates interdepartmental involvement with any high priority issues.
• Coordinates and performs field studies as required for business development.
• Ensures deadlines are met while keeping active equipment above contractual
requirements.
• Provide training to technicians as needed.
AMERICAN TRAFFIC SOLUTIONS August 2007 to January 2013
Field Engineer
• Assisted Construction Manager/Project Manager with managing subcontractors.
• Assembled, configured and tested 120 volt and low voltage electronic systems. Replaced
electrical components and installed electronic hardware.
• Developed and implemented maintenance procedures for all intersections.
• Installed and configured Nortel and Cisco communications equipment.
• Set up and accessed remote computer systems. Tested remote data acquisition software
and hardware.
• Maintained red light camera sites in Baltimore, Frederick, and Delaware.
THE TEL -NET GROUP, March 2007 to August 2007
Field Technician
• Installed Voice, Video, and Data equipment and infrastructure.
• Worked with client team leaders to read blueprints and determine device and cable
locations and access points.
WELSH ENTERPRISES, May 2004 to August 2005
Survey Crew
• Performed surveying and engineering services including writing legal descriptions,
researching deeds, plats and data collection and entry.
• Assisted with property and general office management.
January 2013 to Present
SKILLS
• Proficient with Microsoft Suite. Experienced with ticketing systems, including Astea and
Quickbase.
• Metrocount Certified
• Forklift Certified
Frederick L. Lloyd
2931 Indiansummer Ct. I Abingdon, MD, 21009 1443-4 i 7-8272 I frederick.I.lLoyd@gmail.com
REFERENCES
James Hausmann —Former Supervisor
443-418-6273
Ty Brown - Former Supervisor
Scout (Retired), Kansas City Royals
804-874-9747
Tommy Lloyd - Former Supervisor
Project Manager/Partner, The Tel -Net Group
443-250-1591
Daniel Robbins - Professional Contact
Test Director, Aberdeen Test Center
443-655-4434
PAYAM POURAHMADI
5401 McGrath Blvd, Apartment 1716, North Bethesda, MD 20852 • 301-633-3308 •
payam.pourahmadi@gmail.com
PERSONAL OVERVIEW
A dependable worker with a background in both applied science information technology and biomedical
engineering. Seeking an opportunity to apply technical knowledge and skills as well as expertise in
management, marketing, sales, and customer service. Able to work both independently and collaboratively
in a fast -paced environment to meet company demands. Flexible and capable to multi -task with priority,
think critically, engage in effective problem solving, and acquire new skills quickly and comfortably.
PROFESSIONAL EXPERIENCE
Brekford Corporation, Hanover, MD
System Engineer
Manager of R&D/Product Development
November 2011 - Present
• Defining complex system requirements, determining system specifications, processes,
and working parameters
• Overseeing machinery orders and allocating assets to ensure efficient spending
• Engaging in system quality testing by determining functional analysis requirements and
allocation to ensure that systems respond properly upon design completion
• Resolving design and development using Solid works and Solid edge
• Maintaining awareness of government regulations and ensuring product compliance
with mandated protocols to secure company reputation
• Preserving operational equipment by following manufacturer instructions and
established procedures, coordinating maintenance and repair services with internal
technicians, and requesting external services when necessary
• Research, identify, evaluate, and develop new technologies for implementation
• Learn new technologies quickly and resolve any problems involved in integrating new
technologies with existing systems
• Diagnose and troubleshoot problematic applications
Create requirements and functional specifications (hardware and software) for
proposed systems
Utilize tools and equipment involved in performance of essential functions of
programming and design
Plan, process, and perform all assignments in an efficient manner with minimum
assistance
Manage projects with the ability to participate in the long range planning for new
projects
• Specify and select vendor components
• Define project problem, need, and mission statements
• Investigate alternative solution concepts and architectures
• Integrate systems and solutions based on interface requirements
• System Verification/Validation according to defined requirements
• Develop and document Concept of Operations (ConOps):
• Strategies, tactics, policies, and constraints affecting the system
• Clear statement of responsibilities and authorities delegated
• Processes for initiating, developing, maintaining, and retiring the system
1
• Maintain positive relations with other operating groups, specifically manufacturing,
technical services, and sales & marketing
• Train less experienced personnel on established methods and facilitate transfer of
technical knowledge
• Exhibit strong, effective, and timely interpersonal and communication skills with the
ability to interact professionally with a diverse group of clients and staff
• Responsible for enabling new product introduction
• Support development, testing and qualification of new process
• Plan, conduct, lead design of experiments to identify causes of system issues
• Work closely with various engineering disciplines including mechanical, software and
electrical to evaluate design and software expectations
ITT Technical Institute, Hanover, MD January 2013 - Present
Member, Board ofAdvisors
• Provide strategic guidance to the executive management team about development and
improvement of the institute
• Provide links between ITT Technical Institute students and faculty and the strategic
environment
• Attend Board meetings and speak individually with counselors to offer education
guidelines and recommendations based on personal and practical experience
• Engage in conversations with students to support further knowledge of the workplace
Baltimore Properties Enterprise LLC, Baltimore, MD February 2012- January 2014
Database Manager
• Ensured integrity of and convenient access to enterprise data
• Determined an organizational structure for storing financial information
• Managed, maintained, and updated rental revenue charts to coordinate with monthly
expenses and profits
• Installed and performed troubleshooting on software needed to meet enterprise needs
• Trained employees unfamiliar with internal systems
National Restaurant Equipment and Supply, Laurel, MD February 2012 -November 2012
Technical Specialist
• Maintained, processed, and performed troubleshooting on company's software, hardware,
and databases
• Ensured effective delivery and development of company's systems and equipment
• Tracked company's website activity and properly format products and services advertised
to meet customers' demands
• Attended to employee and customer inquiries regarding company technology
• Trained employees unfamiliar with company's systems and equipment
EDUCATION
2
ITT Technical Institute, Hanover, MD 2012-2014
Coursework relevant to Applied Science Information Technology - Computer Network Systems
Honor's Student
GPA: 3.82/4.0
University of Maryland, College Park, MD
Bachelor of Science, Biomedical Engineering
GPA: 3.84/4.0
Anne Arundel Community College, Severna Park, MD
Coursework relevant to Fundamental Engineering knowledge
Informatics University of Iran, Tehran,1R
Associate's Degree in Circuitry Engineering
COMPUTER SKILLS
2010-2012
2008- 2010
2006-2007
Software: Microsoft Windows, Office, Word, Excel, Project, Power Point, Outlook, Visio, Access, Visual Studio, Solid
edge, Solid works, MS Project,
Networks: Storage Virtualization, Network Standards and protocols, Network Administration, Network Security
Engineering: Systems Engineering, Product Development, Problem Solving, FMEA, Design of Experiment, Root
Cause Analysis, Universal Medium Range Radars, System Design
3
Joshua Offermann
Phone: (410) 458-9358 I Email: Joshua.Offermann@gmail.com I Linkedln: www.linkedin.com/in/joshuaoffermann
Address: 2 Homestead Drive, APT E, Owings Mills, MD 21117
PROFESSIONAL SUMMARY
Accomplished public safety technology analyst with expertise in identifying and implementing technology solutions to solve public
safety needs and concerns. Organized, focused, and dedicated to accurate decision making, implementation and project
management. Intelligence analysis knowledge including SIGINT, HUMINT, and GEOINT understanding, examination, and
dispensation. Skilled in solution design, integration, and delivery. Exceptional multi -tasking, communication and time management
abilities.
EDUCATION
UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE
Masters of Science in intelligence Management
Adelphi, MD
September 2015
Related Coursework: Business Administration, Advanced Financial Decision Making, Intelligence Management, Intelligence
Analysis, and Enforcement Led Intelligence.
UNIVERST1Y OF PHOENIX
Bachelors of Science in Psychology
EXPERIENCE
BREKFORD CORP.
Operations Support Specialist
• Enhance body worn camera division growth and development
• Operational support for an array of service offered by the company
Phoenix, AZ
January 2013
UNIVERSITY OF BALTIMORE, OFFICE OF TECHNOLOGY SERVICES
Security Systems Specialist/Analyst
• Slashed system administration costs by negotiating pricing and fees, while ensuring the continuation and
enhancements of systems and services.
• Rapaciously utilize the latest technologies to lower costs and improve system efficiency.
• Multi -factor analysis of system health and efficiency to develop a renewal and replacement plan of action.
UNIVERSITY OF BALTIMORE POLICE DEPARTMENT
Security Systems Specialist
• Efficaciously increased campus physical security system by a total of 114% across all systems.
• Execution of detailed crime statistics to analyze and design a strategic growth plan.
• Established business practices and growth plans to maintain and improve security systems.
UNIVERSITY OF BALTIORE POLICE DEPARTMENT
Police Communications Officer
• Deliver emergency services to the campus community in emergency and non -emergency situations.
ADDITIONAL INFORMATION -
HIGHLIGHTS:
■ Strong writing abilities
• Correspondence management
• Technology Integrations/Implementation
• Emergency Operations
■ Project Management
■ Business Analysis
Hanover, MD
Oct 15 - Present
Baltimore, MD
Jan 14 — Oct 15
Baltimore, MD
Jan 13 - Jan 14
Baltimore, MD
Mar 11 —January 13
• Business process improvement
• Reporting and analysis
• Budgeting
• Cost -benefit analysis
• Intelligence analysis
• Public safety technology integration
PROJECTS:
• Nationwide public safety radio interoperability integration
• Statewide video sharing network (MCAC) integration and deployment
• Protective services technology liaison (USSS) for Vice President Joe Biden
• Police technology integration (in -car -video, mobile safety app, video management system, and DAS system solutions)
Patti Hamilton
Experience
Brekford Corporation
Project Manager
• Managed five (5) Speed Camera programs.
• Responsible for client satisfaction, developing and managing budget,
conversion rate, and increasing revenue.
• Developed program plans and implemented new programs, set project and
task timelines.
• Managed and over -saw all internal departments on deliverables associated
with contract service level agreements.
• Performed as Client Relationship Manager, including the generation of
invoices, contract -related correspondence and deliverables.
• Prepared and maintained statistic reports.
Analyzed programs performance for growth, inefficiency and future
forecast.
Operations Manager
• Managed the back -office operation of all Speed Camera programs,
including telephone customer service, cashiering, document management,
citation processing, and quality control.
• Developed and implemented work flow processes.
• Recruited, trained, and supervised all operations personnel.
• Performed as Client Relationship Manager, including the generation of
invoices, contract -related correspondence and deliverables.
• Prepared and maintained statistic reports.
• Managed implementation of the IVR, pay by phone system and Lock Box
payment processing.
• Assisted in implementing training programs incorporating all departments.
• Assisted in the development of employee manuals.
• Worked with District Courts and Motor Vehicle Administration to develop
documents and acquire system interface for all programs.
Kidd International
Project Manager, Violation Enforcement
• Managed all Violation Processing operations subcontracts for.
• Montgomery County Parking Enforcement, including Permit Sales offices
(3), telephone customer service, and Parking Violations processing.
• DC Violations processing, including parking, moving, redlight camera,
speed camera.
• Recruited, trained and supervised all operations personnel.
• Improving customer service based on Client feedback through the
development of new policies and procedures. Successfully handled all
public related issues and complaints.
• Performed as Client Relationship Manager, including the generation of
invoices, contract -related correspondence and deliverables.
Supervisor, Document Processing
• Supervised the staff responsible for back -office processing of all traffic and
public works violations, including parking, moving and public space.
• Read, coded, scanned and indexed correspondence and tickets for image
into Adjudication data base.
• Prepared daily reports.
Performed quality assurance checks on images saved to the data base.
• Worked with the Client and Adjudication services to improve image quality
and system issues.
• Handled all client research and image request.
PRWT
Production Clerk
• Responsible for opening private and commercial accounts on the New York
New Jersey EZpass program.
• Replenished low account balances, collected violation payments.
Trained new hires on lock -box procedures and processing system.
AGREEMENT
This Agreement made this 8T" day of March in the year 2016, by and between
Brekford Corp.
7020 Dorsey Road
Building C
Hanover, Maryland 21076
hereinafter called the Contractor, and the Board of County Commissioners of Calvert County.
WHEREAS, the contract for
RFP Number 2016-105
Automated Speed Enforcement System
for a unit price of Three Thousand One Hundred Dollars and No Cents ($3,100.00) lease fee
per month per unit
subject to the following documents which form the contract and are as fully a part of the contract as if
thereto attached or hereinafter repeated and are termed the contract documents:
NOTICE TO CONTRACTORS
PRICE PROPOSAL
ADDENDA CERTIFICATION
NON-DISCRIMINATION IN EMPLOYMENT
SPECIFICATIONS
GENERAL TERMS AND CONDITIONS
LIMITS OF INSURANCE
NON -COLLUSION CERTIFICATE
ANTI -BRIBERY AFFIRMATION AND AFFIDAVIT OF QUALIFICATION TO BID
AGREEMENT
TECHNICAL PROPOSAL (QUALIFICATIONS AND EXPERIENCE)
AND WHEREAS, the contract has recently been awarded to the Contractor by the Board of County
Commissioners of Calvert County at and for a sum equal to the aggregate cost of the materials, supplies
and services done or furnished, at the prices and rates respectively named therefore in the proposal
attached hereto;
AND WHEREAS, it was one of the conditions of said award that a formal contract should be executed by
and between the Contractor and the Board of County Commissioners of Calvert County evidencing the
terms of said award;
NOW THEREFORE, THIS CONTRACT WITNESSETH, that the Contractor does hereby covenant and
agree with the Board of County Commissioners of Calvert County that he will well and faithfully provide
said materials, supplies and services as set forth in the Contract Documents in accordance with each
and every one of the conditions, covenants, stipulations terms, and provisions contained in said contract
documents at the prices and rates respectively named therefore in the proposal attached hereto, and
will well and faithfully comply with and perform each and every obligation imposed upon him by said
contract documents, or the terms of said award;
10.0
And the Board of County Commissioners of Calvert County does hereby covenant and agree with the
Contractor that it will pay to the Contractor when due and payable under the terms of said contract
documents and of said award, the above mentioned sum; and it will well and faithfully comply with and
perform each and every obligation imposed upon it by said contract documents, or the terms of said
award.
IN WITNESS WHEREOF, said Brekford Corp.
and the Board of County Commissioners of Calvert County has caused these presents to be signed by
their respective responsible officers.
CONTRACTOR FIRM NAME Brekford Corp.
AUTHORIZED CONTRACT
REPRESENTATIVE
SIGNATURE
WITNESS
Fru 40..4- &Ad' Ca) (SEAL)
TITLE
BOARD OF COUNTY COMMISSIONERS t cOF CALVERT COUNTY
WITNESS
.bGk
APPROVED FOR LEGAL
SUFFICIENCY ON
Li
BY: c
COUNTY ATTORNEY
(SEAL)
10.1
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Coffman Nursing Home, Inc.
PRESENTATION DATE: September 26, 2017
PRESENTATION BY: Nick Hill, Board Vice -Chair, Nick Mason, Executive Director
Steve Zoretich, Vice -President, Frederick, Seibert & Associates, Inc.
RECOMMENDATION: Arrive at consensus to convey 0.53 acres to Coffman Nursing Home.
REPORT -IN -BRIEF: A portion of county owned property located at 1302 Pennsylvania
Avenue has been identified by Coffman Nursing Home as a potential site for future expansion of
the existing nursing home.
DISCUSSION: The land is adjacent to the existing Coffman Nursing Home; immediately to the
east of the Washington County Health Department. The Washington County Health Department
has not been approached regarding the offer. The site plan indicates that the storage sheds,
dumpster, and parking of the Washington County Health Department may be affected by the
proposed expansion.
Coffman Nursing Home for the Aging was incorporated February 19, 1962 and dedicated on
July 10, 1962. Coffman was founded and funded by a long-time Washington County resident,
Andrew K. Coffman. Washington County then funded Coffman Nursing Home from 1969 until
1992. In October, 1992, the current Board of County Commissioners, under the leadership of
President Richard E. Roulette, deeded to Coffman Home for the Aging Inc. the current property.
Frederick, Seibert & Associates, Inc. has been working with Coffman Nursing Home over the
past few years in order to plan and engineer an expansion to their existing facility that would be
cost effective and meet the needs of the local community. The property their facility is located on
is land -locked between other publicly held properties. It is accessed via a private access
easement across the Washington County Health Department property. In order to expand in an
efficient and cost effective manner, their architect has master planned with Coffman a building
addition which takes advantage of the existing kitchen and meets the State of Maryland Nursing
Home regulations. This expansion requires adding .53 acres of land presently owned by the
County.
Previously Coffman approached the County about this property acquisition and at that time the
County wasn't interested in a donation. The County did not rule out an acquisition of the
property. Based on this way forward Coffman in consultation with the County staff, solicited a
proposal from a local appraiser to complete an appraisal of the .53 acre parcel. That work has
been completed and a copy of the appraisal is included with this submittal along with a copy of
the proposed addition plat.
Coffman Nursing Home is requesting that the County review the appraisal and consider a value
less than the amount arrived at for the following reasons: 1. Presently Coffman has an access
easement that traverses not the existing roadway network, but across prime undeveloped areas of
the Health Department property. Coffman proposes as part of the addition plat process to clean
this up. 2. Presently storage sheds owned by the County are on Coffman property. As part of the
agreement, Coffman proposes to clean this up either by revising lot lines or relocating the sheds.
3. The appraisal used comparable properties that had public road frontage and weren't land
locked. Coffman's proposed expansion is onto property that only can be used by the existing
county facility or Coffman. It can't be subdivided as a stand-alone parcel. The appraisal arrived
at a per acre price of over $100,000 per acre. That is what prime development land in
Washington County is presently selling for. Based on the unique location of the property under
consideration, Coffman is requesting that the County consider a lower value for the .53 acre
piece.
As a non-profit entity, serving the needs of Washington County's elderly, Coffman Nursing
Home hopes to work with Washington County to arrive at a sales agreement that is fair and
equitable to both parties.
FISCAL IMPACT: $10,000.00 in revenue from the sale of the property
CONCURRENCES: Director of Engineering
ALTERNATIVES: N/A
ATTACHMENTS: Aerial Map, Right -of -Way Plat, Appraisal
AUDIOVISUAL NEEDS: N/A
Washington County Property: 1302 Pennsylvania Avenue
Washington County Commissioners
1302 Pennsylvania Avenue
Washington Co. Health Department
221023698
Board of Education
1120 Pennsylvania Avenue
North Hagerstown High
2221027065
MD Chronic Disease Hospital
1500 Pennsylvania Avenue
2221027529
Board of Education
Northern Middle School
701 Northern Avenue
2221027146
Coffman Nursing Home Inc.
1304 Pennsylvania Avenue
2221027405
APPRAISAL. REPORT
Client: Coffman Nursing Home, Inc.
Owner: Board of County Commissioners of Washington County, MD
Address: 1302 Pennsylvania Ave.,
Hagerstown, MD 21742
Tax Map 300, Parcel 1446
Tax Identification No. 21-023698
PREPARED BY:
♦ BOWERS
Appraisal Service, LLP
301-739-7610
Page 2 of 35
BOWERS APPRAISAL SERVICE, LLP
Real Estate Appraisers and Consultants
223 N. Prospect St., Suite 205
Hagerstown, Maryland 21740
Richard L. Bowers, SRPA, SRA, SR/WA (retired)
Michael C. Bowers, SRA
Patrick B. Bowers
August 25, 2017
Coffman Nursing Home, Inc.
1304 Pennsylvania Ave.
Hagerstown, MD 21742
Attention: Nick Hill
Phone 301-739-7610
Reference: Appraisal of 0.53 acre of land to be acquired by the client and appraisal of a
platted, undeveloped right-of-way containing 0.25 acre to be extinguished in
perpetuity
Property Owner: Board of County Commissioners of Washington County, MD
Property Address: 1302 Pennsylvania Ave., Hagerstown, MD 21742
Dear Mr. Hill:
Pursuant to your request, I have inspected, analyzed, and appraised the property in the
ownership of the Board of County Commissioners of Washington County, MD located at 1302
Pennsylvania Ave., District 21, in the City of Hagerstown, Washington County, Maryland. A
physical inspection of the site and acquisition area was conducted on August 23, 2017. This
appraisal, which contains a total of 35 pages, includes real property only and does not include any
personal property, equipment or intangibles.
The purpose of the appraisal is to estimate the market value of the subject property before
and after the disposition of a fee simple area containing 0.53 acre and to estimate the market value
of an undeveloped right-of-way containing 0.25 acre to be extinguished in perpetuity to estimate
the total just compensation due to the property owner. The intended use of this appraisal is for the
client's use in negotiating a sale price to acquire the fee simple area and extinguish the platted,
undeveloped right-of-way in perpetuity. The only intended user of this appraisal is the client,
Coffman Nursing Home, Inc.
After careful consideration of all data assembled affecting the market value of the subject
property, I have concluded that the total just compensation due to the property owner is Sixty
Thousand Four Hundred Ninety Four Dollars ($60,494) as of August 23, 2017. This opinion of
value assumes a reasonable exposure time of 3 to 6 months. Also, this appraisal is based on the
extraordinary assumption that the property is free and clear of any contamination. Furthermore,
this appraisal is based on the extraordinary assumption that the existing, developed rights -of -way
to Coffman Nursing Home, across the property identified as 1302 Pennsylvania Ave., are
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 3 of 35
considered easements by prescription. Finally, this appraisal is based on the hypothetical
condition that the subject property is a vacant, unimproved parcel of land, since none of the
improvements are affected by the disposition or extinguished right-of-way. If found to be false,
the aforementioned extraordinary assumptions and hypothetical condition could alter the opinions
and/or conclusions contained in this report.
I hereby certify that I have no interest, past, present, or prospective in this property that
would tend to influence my unbiased opinion of value. This appraisal was performed in
conformance with the Financial Institutions Reform, Recovery and Enforcement Act (FIRREA),
the Interagency Appraisal and Evaluation Guidelines, the Uniform Standards of Professional
Appraisal Practice (USPAP) including all applicable banking laws, regulations and guidance, and
the Appraisal Institute's Code of Professional Ethics and Standards of Professional Appraisal
Practice. If there are any questions in reference to this appraisal, I will be glad to discuss them
with you anytime.
Sincerely,
-//t'x-o-
Michael C. Bowers, SRA
Real Estate Appraiser — Counselor
Maryland Certified General Appraiser No. 04-436
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 4 of 35
Executive Summary
Location: 1302 Pennsylvania Ave., Hagerstown, MD 21742
Owner: Board of County Commissioners of Washington County, MD
Property Description: The subject property, which is situated along the east side of Pennsylvania Ave.,
contains 5.55 acres of land and is improved with a 3 -story office building occupied by the Washington
County Health Dept. The property is identified as Parcel 1446 on Tax Map 300, and is further identified
as tax identification number 21-023698 by the State of Maryland tax record.
Zoning: Residential -Moderate Density (RMOD)
Utilities: Public water, public sewer, electricity, cable, and telephone
Present Use: Office building
Highest and Best Use:
❑ The highest and best use of the subject property as if vacant is for the site to be improved with an
institutional use that complies with the RMOD zoning classification and serves the community's
social, educational, health, cultural, or recreational needs.
❑ The highest and best use of the subject property as improved is its present use as an office building
operated by a public entity, which is a legal, conforming use.
Date of Value: August 23, 2017
Estimated Exposure Time: 3 to 6 months
Summary of Values:
Before Value:
After Value:
Total Just Compensation:
$661,840
$601,346
$ 60,494
These opinions of value are based on the extraordinary assumptions and hypothetical condition stated on
pages 2 & 3 of this report.
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 5 of 35
Table of Contents
Body of Report:
Title Page
Letter of Transmittal
Executive Summary
Table of Contents
Certification of the Appraiser
Scope of the Appraisal
Purpose, Intended Use & Intended User of the Appraisal
Definition of Market Value
Identification of Property
Area & Neighborhood Data
Historical Data
Assessment
Zoning & Utilities
Description of Property
Highest and Best Use
Method of Valuation
Sales Comparison Approach: Comparable Vacant Land Sales
Sales Comparison Approach: Summary of Comparable Vacant Land Sales
Reconciliation and Final Opinion of Value: Before Position
The Taking
Value After the Taking
Summary of Values
Addenda:
Qualifications of the Appraiser
Assumptions and Limiting Conditions
Pictures of Subject Property
Concept Plan
Location Map
Aerial Map
Flood Map
Comparable Sales Map
1
2
4
5
6
7
8
8
8
9
10
10
10
10
11
12
13
22
23
24
25
25
26
28
29
31
32
33
34
35
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 6 of 35
Certification of the Appraiser
I certify that, to the best of my knowledge and belief:
❑ The statements of fact contained in this report are true and correct.
❑ The reported analyses, opinions, and conclusions are limited only by the reported assumptions and
limiting conditions and are my personal, impartial, and unbiased professional analyses, opinions, and
conclusions.
❑ I have no present or prospective interest in the property that is the subject of this report and no
personal interest with respect to the parties involved.
❑ I have no bias with respect to the property that is the subject of this report or to the parties involved
with this assignment.
❑ My engagement in this assignment was not contingent upon developing or reporting predetermined
results.
❑ My compensation for completing this assignment is not contingent upon the development or reporting
of a predetermined value or direction in value that favors the cause of the client, the amount of the
value opinion, the attainment of a stipulated result, or the occurrence of a subsequent event directly
related to the intended use of this appraisal.
❑ My analyses, opinions, and conclusions were developed, and this report has been prepared, in
conformity with the Uniform Standards of Professional Appraisal Practice.
❑ I, Michael C. Bowers, made a personal inspection of the property that is the subject of this report.
❑ No one provided significant real property appraisal assistance to the person signing this certification.
❑ The reported analyses, opinions and conclusions were developed, and this report has been prepared, in
conformity with the requirements of the Appraisal Institute's Code of Professional Ethics and
Standards of Professional Appraisal Practice, which include the Uniform Standards of Professional
Appraisal Practice.
❑ The use of this report is subject to the requirements of the Appraisal Institute relating to review by its
duly authorized representatives.
❑ As of the date of this report, Michael C. Bowers, SRA, has completed the continuing education
program for Designated Members of the Appraisal Institute.
❑ I have performed no services, as an appraiser or in any other capacity, regarding the property that is
the subject of this report within the three-year period immediately preceding acceptance of this
assignment.
Date of Report: August 25, 2017
Signature:
Michael C. Bowers, SRA
Real Estate Appraiser - Counselor
Maryland Certified General Appraiser No. 04-436
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 7 of 35
Scope of the Appraisal
This appraisal conforms to the needs of the client for the intended use of this appraisal. A physical
inspection of the site and acquisition area was conducted with the client on August 23, 2017. This
appraisal includes real property only and does not include any personal property, equipment or
intangibles. Also, this appraisal is based on the extraordinary assumption that the property is free and
clear of any contamination. Furthermore, this appraisal is based on the extraordinary assumption that the
existing, developed rights -of -way to Coffman Nursing Home, across the property identified as 1302
Pennsylvania Ave., are considered easements by prescription. Finally, this appraisal is based on the
hypothetical condition that the subject property is a vacant, unimproved parcel of land, since none of the
improvements are affected by the disposition or extinguished right-of-way. If found to be false, the
aforementioned extraordinary assumptions and hypothetical condition could alter the opinions and/or
conclusions contained in this report.
Comparable vacant land sales were researched over the past ten years in the subject's market area
to estimate the subject property's land value. Comparable vacant land sales were collected and verified
with the State of Maryland tax records, Washington County Land Records Office, the Metropolitan
Regional Information System (MRIS), grantor, grantee, realtor, closing attorney, and/or by personal
inspection.
In preparing this appraisal, all three approaches to value were considered. However, the only
applicable method of valuation is the Sales Comparison Approach. The Cost Approach and Income
Capitalization Approach are not applicable for this appraisal, since only vacant land is included in the
appraisal with no damages to the existing improvements or remainder property.
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 8 of 35
Purpose, Intended Use, and Intended User of the Appraisal
The purpose of the appraisal is to estimate the market value of the subject property before and
after the disposition of a fee simple area containing 0.53 acre and to estimate the market value of an
undeveloped right-of-way containing 0.25 acre to be extinguished in perpetuity to estimate the total just
compensation due to the property owner. The intended use of this appraisal is for the client's use in
negotiating a sale price to acquire the fee simple area and extinguish the platted, undeveloped right-of-
way in perpetuity. The only intended user of this appraisal is the client, Coffman Nursing Home, Inc.
Definition of Market Value
The following generally accepted definition of market value, as defined in The Appraisal of Real
Estate, 14th Edition, published by the Appraisal Institute, is used in this appraisal:
"The most probable price, as of a specified date, in cash, or in terms equivalent to cash, or in other
precisely revealed terms, for which the specified property rights should sell after reasonable exposure in a
competitive market under all conditions requisite to a fair sale, with the buyer and seller each acting
prudently, knowledgeably, and for self-interest, and assuming that neither is under undue duress."
Identification of Property
The subject property has a mailing address of 21834 Mount Aetna Rd., Hagerstown, MD and is
located in District 16, Washington County, MD. The tract of land, which is situated along the north side
of Mount Aetna Rd., contains 10.14 acres of land and is improved with a detached single family home.
The subject property is identified as Parcel 33 on Tax Map 59, and is further identified as tax
identification number 16-002119 by the State of Maryland tax record.
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 9 of 35
Area & Neighborhood Data
Washington County is located in the west central part of the State of Maryland and is bound
geographically on the north by Pennsylvania, on the east by South Mountain and Frederick County, on the
south and southwest by Virginia and West Virginia along the Potomac River, and on the west by Sideling
Hill Creek which is also the Allegany County line. The major highways serving Washington County are
Interstate 70, which runs east and west, Interstate 81, which runs north and south, and Interstate 68, which
connects to Interstate 70 at Hancock to the west. The Washington D.C. and Baltimore metropolitan areas
are within 75 miles of the subject property.
According to the U.S. Department of Labor Bureau of Labor Statistics, the May 2017
unemployment rate for Washington County was 4.3%, and the county's unemployment rate has gradually
declined with rates of 4.5% in May 2016 and 5.6% in May 2015. The county had experienced significant
layoffs in the construction, manufacturing, and retail sectors in prior years, but the employment situation
has improved over the past few years. New residential construction is experiencing slow growth in
Washington County, but commercial construction activity has recently increased with medical office
space along Eastern Blvd., medical and professional office space near the recently constructed Meritus
Hospital, and new commercial retail construction in the general vicinity of the Valley Mall and Halfway
Blvd. In recent years, local and state governmental agencies have been cooperative in encouraging new
employers into the area with financial incentive programs. Given the current economic climate, many
local, regional and national companies are looking to expand in various industries. Based on current and
projected data locally and nationally, unemployment rates will probably remain fairly stable over the next
few months.
The immediate area along the east side of Pennsylvania Ave. (U.S. Route 11) generally consists of
institutional uses including schools, a hospital, office buildings, and a nursing home. The west side of
Pennsylvania Ave. include a mix of commercial retail space, office buildings, single family dwellings,
and a cemetery. Properties in the area have average conformity and market appeal with shopping and
employment centers within 20 minutes driving time.
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MID
Page 10 of 35
Historical Data
According to Liber 1075, Folio 862, a portion of the subject property (0.4078 acre) was acquired
by the current owner for no consideration on October 30, 1992. Based on Liber 608, Folio 637, the
original property was acquired by the current owner for no consideration on December 23, 1975. The
property is currently improved with a 3 -story office building occupied by the Washington County Health
Department. Based on the tax record and the Metropolitan Regional Information System (MRIS), the
subject property has not been sold or listed for sale within the past three years.
Assessment
Land $ 334,700
Improvements $3,615,500
Total $3,950,200
Zoning & Utilities
According to the City of Hagerstown's zoning ordinance and zoning map, the subject property is
currently zoned Residential -Moderate Density (RMOD), which permits low density and moderate density
residential development, and various institutional uses. The subject's present use as an office building
operated by a public entity, is a legal, conforming use. Available utilities include public water, public
sewer, electricity, cable, and telephone.
Description of Property
The subject property, which is situated along the east side of Pennsylvania Ave., contains 5.55
acres of land and is improved with a 3 -story office building occupied by the Washington County Health
Dept. The site, which has fairly level topography, is mostly cleared with fairly level topography and
public road frontage at grade along U.S. Route 11. Furthermore, the site has two developed access points
for vehicular ingress and egress. As shown on the concept plan included in the addenda of this report, a
portion of the parent tract containing 5.55 acres is imposed with a platted, undeveloped right-of-way
containing 0.25 acre. None of the property is located in a flood hazard area (Zone X) according to FEMA
Map 24043C0137D dated August 15, 2017. The census tract number for the property is 24-043-0002.00.
Since the improvements are unaffected by the acquisition, this appraisal includes land only.
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 11 of 35
Highest & Best Use
The following generally accepted definition of Highest and Best Use, as defined in The Appraisal
of Real Estate, 14th Edition published by the Appraisal Institute, is used in this appraisal:
The reasonably probable and legal use of vacant land or an improved property that is
physically possible, appropriately supported, financially feasible, and that results in the
highest value. The four criteria the highest and best use must meet are legal permissibility,
physical possibility, financial feasibility, and maximum productivity.
Legal Permissibility
According to the City of Hagerstown's zoning ordinance and zoning map, the subject property is currently
zoned Residential -Moderate Density (RMOD), which permits low density and moderate density
residential development, and various institutional uses.
Physical Possibility
The site's shape, frontage, topography, visibility, and vehicular accessibility were considered to determine
the property's physically possible uses. Based on these variables and the size and setback requirements
for the RMOD zoning district, any of the legally permissible uses are also physically possible.
Financial Feasibility
Based on trends in the immediate neighborhood, including institutional uses bordering the subject
property to the north, east, and south, and easements imposed on the subject property for vehicular ingress
and egress to the contiguous property to the east, various institutional uses are financially feasible.
Maximum Productivity
Of the financially feasible options, an institutional use that serves the community's social, educational,
health, cultural, or recreational needs is maximally productive.
Therefore, based on development of the four criteria, I have concluded the following:
❑ The highest and best use of the subject property as if vacant is for the site to be improved with an
institutional use that complies with the RMOD zoning classification and serves the community's
social, educational, health, cultural, or recreational needs.
❑ The highest and best use of the subject property as improved is its present use as an office building
operated by a public entity, which is a legal, conforming use.
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 12 of 35
Method of Valuation
In evaluating the subject property, consideration was given to all three methods of valuation, the
Cost Approach, Sales Comparison Approach and Income Capitalization Approach. However, the only
applicable method of valuation in appraising the subject property is the Sales Comparison Approach.
This approach to value analyzes comparable sales in the market area to estimate the land value for the
subject property. The Cost Approach and Income Capitalization Approach are not applicable for this
appraisal, since only vacant land is included in the acquisition with no damages to the existing
improvements or remainder property. The following comparable vacant land sales are analyzed to
estimate the land value for the subject property:
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 13 of 35
Comparable Vacant Land Sale No. 1
Grantor: Downsville Lots E, F & G (72), LLC
Grantee: TRP Suburban Second, Inc.
Location: 17415 Progress Way, Hagerstown, MD
Map Reference: Tax Map 57, Parcel 634
Tax ID No.: 10-063957
Plat Reference: Lot 1, Washington County Plat No. 9719
Sale Price: $2,590,000
Seller Concessions: none
Financing: Cash transaction
Settlement Date: July 28, 2009
Deed Reference: Liber 3712, Folio 359
Land Area: 14.00 acres
Unit Price/Acre: $185,000/acre
Unit Price/Sq.Ft. $4.25/sf
Zoning: Office, Research and Technology (ORT)
Utilities: Public water, sewer, electric & telephone
Topography: Fairly level & mostly cleared
Frontage/Access: A majority of the frontage is at road grade along Progress Way, Rench
Road & Downsville Pike (Maryland Route 632)
Improvements: n/a
Verification: Grantor, tax record, recorded deed
Comments: The proposed storm water management area for this vacant, unimproved
parcel will be on site. The motivation of the buyer is to improve the parcel
with a data storage center. The site has good visibility along Downsville
Pike and convenient access to Interstate 70 to the north.
Discussion and Explanation of the Degree of Comparability to Subject Property:
Sale Price (per sq. ft.) $4.25
Conditions of Sale -0-
Adjusted Sale Price $4.25
Time
Time Adjusted Price
Size
Location
Topography
Shape/Utility
Frontage/Access
Available Utilities
Net Adjustment
Indicated Value (per sq.ft.)
- 0-
$4.25
- 0-
-40%
-0-
- 0-
- 0-
- 0-
-1.70
$2.55
Analysis of Sale: A time adjustment is not necessary since the sale is indicative of current market activity.
However, a minus adjustment is applied for the sale's superior location. Therefore, after applying the
appropriate adjustment, the indicated value of the subject property is $2.55 per square foot.
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 14 of 35
Comparable Vacant Land Sale No. 1— Photograph
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 15 of 35
Comparable Vacant Land Sale No. 1— Recorded Plat
ITSIFJ
w M4 w «.•w
• « ,•�•(v001M 0 ea rt rYO •
Y4 ��.q�•aY,l� I �LI•w wtl ,.
rV YM. •Mw N•.. - I
M. Y�NrM«
plle•�4t 000 WM. MI6
�.•rJ7 :41:040041.0.01.
. ••••• +n. a• •suwa00,11 �
..PI . ~'a•..wM1te
•••••••. mW ••••60, 4.
...am .n ••
.044•40... •. r..rs0•I 00.41.
=wprm••ww w.e:.ntl.
'w• •i .vrva. o lu 114. L.40
fiv .....10%.1.10 q.•...1
M •1 •
Lock • _
wi...nat am "... .IGttn V
OeM•0•01.0.0•••••••• Y•Of
IM
Aa W,,
r.p KN yO WW IA y.
►claw t%IMMO W •
Iq..x•• a.
miF4M •000• A•M.IP NV
mum
•
r..ecu..se %mem.1%..la
ilereamiesz
•
Laa
00.0 •+wp 40.. a.e
Y�0
4.100 AL %Onr. F @;• »s uc
r��E•1W41A •0 ski w•o
CERTIFICATE OF APPROVAL IF
WORMY RATER AID SEWERAGE S YE1E•
otle_o• eta!
al
• ..•••b••• ••••I••u'W. ••• •, yaws Of1.0000000040.6%
~
2«il'Zal VI.. UW YY tt1f 4040, MI•�i 6140
L.:�•p••••hN.0 4.• •C owe 000.. a1. 00.4
• •.>s 4•• ...I•• IN. MO* %W• .., l•
Gee --4-44")
LESLEND
0. 4%40 51.4.1 Ova Law
LL %O :4=10" P.I Zn• •••.”
r..mo IIILASl,. +• •.1..�
•..r. AO WI 1*
1 _] •.w..•
PALS uE 00.411811
rk:7G • P3PC:i 1.1 'A ;AL.
•=6==.Z.44.2 ..` ••.:36 6161..
4W
dair
'my..4'a lea..
I
_ \-f,:=7; _'
•
r
>lttl2 IN IT
air aTflrr
PLAT NO. `1119
DATE AA lE7.0
WAS: :.C 1t ! COUNTY
CERTIFICATE OF OVINERSaP AND OEbIj15CN
71LTt t.%erg •il w w•�ilYKlti,eVYw •yip
•
004••..•••w •<•••oni• Y W 1••00•11040.01b•• •••�•••
f "
<0••••••••••••K.a •a.m.• loco raw. a.,Y••ow •.
••• am. .1 v er+•• w•• •• w••••. 40.461.10 --
MYlIWw444.•�i•.04.ILw'Iia. w�..ni.•'«"li dwo, 614%: 61.
4Y wu,l 6161.. �.
.1.••••••••••••••••••••....0.4.•••
1.•.• •••••=LT..
•I ax w •• rr.a••••
:.n. ...rt'd3,IAy a
ASSOCIATED ENGINEERING
SCIENCES'��vIN�C�_.
iVRYETuIS. R+t EbEE4s, 'Amp AF( MCIRTECMS
4
PFELIUNANNIVAL PLAT
LOP I AND RSYAIMDSR
DOWNSVLLLB LOTS R. P & C (72) LLC
EAST 1 SLOE TT� AR o•. UE ITS
"..._•... »0105401aTIN wl•m, %AMMO 6161
1.1
APRA
....MAY 2 1 I..244' •Q 119-2
PI, tSyv1SACaaalb"1 1040{8•\
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 16 of 35
Comparable Vacant Land Sale No. 2
Grantor: AMS, LLC
Grantee: Greencastle Pike Property, LLC
Location: 11715 Greencastle Pike, Hagerstown, MD 21740
Map Reference: Tax Map 48, Parcel 921
Tax ID No.: 02-022788
Sale Price: $1,052,400
Seller Concessions: none
Financing: Cash transfer with no mortgage on record
Settlement Date: January 10, 2014
Deed Reference: Liber 4696, Folio 46
Land Area: 8.18 acres (356,321 sq. ft.)
Unit Price: $2.95/sf
Zoning: Highway Interchange (HI)
Utilities: Public water, sewer, gas, electric & telephone
Topography: level to gently rolling
Frontage/Access: 406.97' of frontage at road grade along the east side of Greencastle Pike
Improvements: none
Verification: MRIS, grantor, tax record, recorded deed
Comments: This property is a vacant, unimproved tract of land with good visibility along
Greencastle Pike.
Discussion and Explanation of the Degree of Comparability to Subject Property:
Sale Price (per sq. ft.)
Conditions of Sale
Adjusted Sale Price
Time
Time Adjusted Price
Size
Location
Topography
Shape/Utility
Frontage/Access
Zoning
Available Utilities
Improvements
Net Adjustment
Indicated Value (per sq. ft.)
$2.95
- 0-
$2.95
- 0-
$2.95
- 0-
-0-
- 0-
-0-
-0-
- 0-
-0-
- 0-
- 0-
$2.95
Analysis of Sale: A time adjustment is not necessary since the sale is indicative of current market activity.
In fact, no adjustments are necessary for this sale. Therefore, the indicated value of the subject property is
$2.95 per square foot.
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 17 of 35
Comparable Vacant Land Sale No. 2 — Photograph
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 18 of 35
Comparable Vacant Land Sale No. 2 — Tax Map
i1
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Improvements:
Verification:
Comments:
Page 19 of 35
Comparable Vacant Land Sale No. 3
Grantor: 2004 Halfway Boulevard, LLC
Grantee: JDOliver, LLC
Location: 16777 Halfway Blvd., Hagerstown, MD 21740
Map Reference: Tax Map 48, Parcel 926
Tax ID No.: 24-009912
Plat Reference: Lot 4, Washington County Plat Nos. 8162 & 8163
Sale Price: $1,095,600
Seller Concessions: none
Financing: $821,700 mortgage held by Fulton Bank, N.A.
Settlement Date: June 8, 2012
Deed Reference: Liber 4300, Folio 319
Land Area: 9.13 acres (397,703 sq. ft.)
Unit Price/Sq. Ft.: $2.75/sf
Zoning: Highway Interchange (HI)
Utilities: Public water, public sewer, electric & telephone
Topography: Gently rolling & mostly cleared; floodplain, stream bed and forest
conservation easement along the property's southern boundary line
Frontage/Access: Adequate frontage slightly above grade along Halfway Blvd.; nominal
amount of frontage below grade near stream bed
n/a
Grantor, tax record, recorded deed
This property is a vacant, unimproved tract of land with good visibility along
Halfway Blvd.
Discussion and Explanation of the Degree of Comparability to Subject Property:
Sale Price (per sq. ft.)
Conditions of Sale
Adjusted Sale Price
Time
Time Adjusted Price
Size
Location
Topography
Shape/Utility
Frontage/Access
Zoning
Available Utilities
Improvements
Net Adjustment
Indicated Value (per sq. ft.)
$2.75
-0-
$2.75
- 0-
$2.75
- 0-
- 0-
-0-
- 0-
- 0-
-0-
- 0-
- 0-
- 0-
$2.75
Analysis of Sale: A time adjustment is not necessary since the sale is indicative of current market activity.
In fact, no adjustments are necessary for this sale. Therefore, the indicated value of the subject property is
$2.75 per square foot.
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 20 of 35
Comparable Vacant Land Sale No. 3 — Photograph
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 21 of 35
Comparable Vacant Land Sale No. 3 — Recorded Plat
ICA
—aadr
moan
-
Pim I.[l
4A1E t
rn CNIPICY014 Miss-
,
N
P*einira7 / Ana rat
Cannot ar Eawrt Het
W. iwli
Burre.r. Cm,.
Burins. Pert II
.ti.rwe" tism. rr rrr
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 22 of 35
Sales Comparison Approach: Summary of Comparable Vacant Land Sales
A comprehensive review of comparable vacant land sales was conducted in the subject's market
area to estimate the subject's land value. Recent comparable sales are limited in this market due to
current market conditions, but the sales analyzed in this report are the most recent, similar and proximate
available. Although each sale's zoning classification differs from the subject, various institutional uses
are permitted by the RMOD, ORT, and HI zoning classifications. Based on the analysis of the sales, the
indicated range of value for the subject property is $2.55 to $2.95 per square foot. In my opinion, an
indicated value of $2.75 per square foot is reasonable for the subject's land area containing 5.30 acres or
230,868 square feet. However, the portion of the site containing 0.25 acre encumbered with the
undeveloped right-of-way is estimated at 90% of fee value. These conclusions consider the property's
location, shape, utility, topography, available utilities, size, zoning classification, access, public road
frontage, and trends in the immediate area. The calculations for the subject property's estimated land
value in the before position are as follows:
Calculations: Before Position
Unencumbered land area: $2.75/sf x 230,868 sf x 100% = $634,887
Land encumbered with undeveloped right-of-way: $2.75/sf x 10,890 sf x 90% = $ 26,953
Total indicated value of subject property's land area (before position): = $661,840
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 23 of 35
Reconciliation & Final Opinion of Value: Before Position
Value Indicated by Cost Approach not applicable
Value Indicated by Sales Comparison Approach $661,840.
Value Indicated by Income Capitalization Approach not applicable
In estimating the final opinion of value for the subject property in the before position, all three
approaches to value were considered. However, the only applicable method of valuation is the Sales
Comparison Approach. Therefore, the estimated market value of the subject property in the before
position is Six Hundred Sixty One Thousand Eight Hundred Forty Dollars ($661,840) as of August 23,
2017. This opinion of value assumes a reasonable exposure time of 3 to 6 months. Also, this appraisal is
based on the extraordinary assumption that the property is free and clear of any contamination.
Furthermore, this appraisal is based on the extraordinary assumption that the existing, developed rights -
of -way to Coffman Nursing Home, across the property identified as 1302 Pennsylvania Ave., are
considered easements by prescription. Finally, this appraisal is based on the hypothetical condition that
the subject property is a vacant, unimproved parcel of land, since none of the improvements are affected
by the disposition or extinguished right-of-way. If found to be false, the aforementioned extraordinary
assumptions and hypothetical condition could alter the opinions and/or conclusions contained in this
report.
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 24 of 35
The Taking
The unencumbered, fee simple portion of the disposition area contains 0.53 acre or 23,087 square
feet and consists of an irregularly shaped parcel of land bordering an existing, paved right-of-way as
shown on the concept plan included in the addenda of this report. With the exception of two storage
sheds, underground utilities, a dumpster pad, and a fenced garden, the parcel is mostly unimproved with
fairly level topography, an established lawn, and various mature trees. As discussed with the client at the
time of inspection and stated in this report, this appraisal includes land only and does not include any of
the aforementioned improvements.
A platted, undeveloped right-of-way containing 0.25 acre is imposed on part of the northern
portion of the site identified as the shaded area on the concept plan. This area is located just north of the
existing, paved right-of-way and northwest of the dumpster pad. The land encumbered by this right-of-
way provides platted access to U.S. Route 11 and is unimproved with fairly level topography, an
established lawn, and several mature trees. Since an existing, paved easement area, located south of the
platted, undeveloped easement area, already provides vehicular ingress and egress to the contiguous
property to the north (owned by Coffman Nursing Home, Inc.) by an easement by prescription, the
platted, undeveloped easement is no longer necessary. Therefore, the portion of the site imposed with the
undeveloped right-of-way is estimated at 10% of fee value and will be conveyed by the contiguous
property owner, Coffman Nursing Home, Inc., to the owner of the subject property, Board of County
Commissioners of Washington County, MD in order to extinguish this easement in perpetuity. Therefore,
the estimated value of the taking is as follows:
Calculations: The Taking
Unencumbered land area: $2.75/sf x 23,087 sf x 100% = $63,489
Less land encumbered with the undeveloped right-of-way: $2.75/sf x 10,890 sf x 10% = $ 2,995
Total indicated value of the taking: = $60,494
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 25 of 35
Value After The Taking
The remainder property will contain 5.02 acres (218,671 square feet) with the platted,
undeveloped right-of-way extinguished in perpetuity and 0.53 acre in fee simple conveyed to the
contiguous land owner to the north (Coffman Nursing Home, Inc.). The remainder property will have
similar access and the same highest and best use as before the acquisition. Therefore, the sales analyzed
in the before position support the after value of the property. The estimated market value of the subject
property after the taking is as follows:
Calculation (After Position):
Land area: 218,671 sf x $2.75/sf = $601,346.
Summary of Values
Before Value:
After Value:
Total Just Compensation:
$661,840
$601,346
$ 60,494
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 26 of 35
Qualifications of Appraiser - Michael C. Bowers
BUSINESS NAME & ADDRESS: Bowers Appraisal Service, LLP
223 N. Prospect St., Suite 205, Hagerstown, MD 21740
Phone: 301-739-7610; Cell: 301-992-2463
Email: mike@bowersappraisal.com
BUSINESS: Real Estate Appraisals, Review Appraisals and Counseling for:
Single Family Residential Properties, Two -Four Family Properties, Apartment Buildings,
Agricultural Properties, Commercial and Industrial Properties, Vacant Land, Partial Takings,
Right -of -Way & Easement Valuation
EDUCATION: St. Maria Goretti High School, Hagerstown, Maryland
Loyola College in Maryland, Baltimore, MD - B.B.A. Degree in Finance
Loyola University of Chicago - Spring Semester 1989, Rome, Italy
LICENSES: Maryland Certified General Real Estate Appraiser #40000436
West Virginia Certified General Real Estate Appraiser #CG407
Pennsylvania Certified General Real Estate Appraiser #GA003910
PROFESSIONAL MEMBERSHIPS:
Designated SRA Member of the Appraisal Institute
International Right of Way Association Member No. 5387
SPECIAL TRAINING: Successfully completed and passed exams for:
❑ Society of Real Estate Appraisers Course 101 "An Introduction to Appraising Real Property" in Nashville, TN,
July 1990
❑ Society of Real Estate Appraisers Course 102 "Applied Residential Property Valuation" in Indianapolis, IN,
November 1990
❑ Appraisal Institute Course "Capitalization Theory and Techniques, Part A" in San Jose, CA, July 1992
❑ Appraisal Institute Course "Capitalization Theory and Techniques, Part B" in San Jose, CA, July 1992
❑ Appraisal Institute Course 500 "Advanced Residential Form & Narrative Report Writing" in Greensboro, NC,
June 2002
❑ Appraisal Institute Course 410 "Standards of Professional Practice, Part A" in Las Vegas, NV, November 1994
❑ Appraisal Institute Course 420 "Standards of Professional Practice, Part B" in Las Vegas, NV, December 1994
❑ Appraisal Institute Course 430 "Standards of Professional Practice, Part C" in Greensboro, NC, December
2000
❑ Appraisal Institute Course "Advanced Residential Applications & Case Studies, Part 1" in Indianapolis, IN,
September 2006
❑ Appraisal Institute Course "Advanced Residential Report Writing, Part 2" in Indianapolis, IN, September 2006
❑ International Right of Way Assoc. Course 403 "Easement Valuation" in Baltimore, MD, October 1999
EXPERIENCE:
❑ Full time work experience since 1990; apprentice with Richard L. Bowers, SRPA, SRA, SR/WA
❑ Lender Select List of Appraisers — U.S. Department of Housing & Urban Development since 1999
❑ Maryland Association of Appraisers, Regional Director, Western MD (1999-2004)
QUALIFIED WITNESS:
❑ United States Federal Court, Baltimore, MD
❑ Washington County Circuit Court, Hagerstown, MD
❑ Washington County Board of Property Review
❑ Washington County Board of Zoning Appeals
❑ Orphans Court, Washington County, MD
INSTRUCTOR:
❑ Maryland Association of Appraisers Seminar "Standards of Practice and Ethics for Appraisers" in November
1997, December 2000 & November 2001
❑ Maryland Association of Appraisers Course "Fundamental Principles" in May 2002
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 27 of 35
Qualifications of Appraiser - Michael C. Bowers
SEMINARS AND CONTINUING EDUCATION:
❑ Appraisal Institute Seminar "Business Practices & Ethics", November 2016
❑ Appraisal Institute Seminar "Thinking Outside the Form", November 2016
❑ Appraisal Institute Seminar "FHA Appraising for Valuation Professionals: FHA Single Family Housing
Requirements", December 2015
❑ Appraisal Institute Seminar "Advanced Internet Search Strategies", February 2014
❑ Appraisal Institute Seminar "Uniform Appraisal Dataset Aftereffects: Efficiency vs. Obligation", July 2013
❑ Appraisal Institute Seminar "Reviewing Residential Applications. & Using Fannie Mae Form 2000", June 2013
❑ Appraisal Institute Seminar "Eminent Domain & Condemnation", August 2012
❑ Appraisal Institute Seminar "Appraisal Curriculum Overview 1 -Day Residential", August 2011
❑ Appraisal Institute Seminar "The Uniform Appraisal Dataset from Fannie Mae & Freddie Mac", July 2011
❑ Appraisal Institute Seminar "Real Estate Appraisal Operations", April 2011
❑ Appraisal Institute Seminar "Residential Challenge: Declining Markets & Sales Concessions", February 2011
❑ Appraisal Institute Seminar "Valuation of Detrimental Conditions in Real Estate", February 2011
❑ Appraisal Institute Seminar "Analyzing Distressed Real Estate", October 2010
❑ Appraisal Institute Seminar "FHA & The Appraisal Process", September 2009
❑ Appraisal Institute Seminar "Forecasting Revenue", September 2009
o Appraisal Institute Seminar "REO Appraisal: Appraisal of Residential Property for Foreclosure &
Pre -foreclosure", September 2008
o Employee Relocation Council (ERC) Seminar "Relocation Appraisal Training Program", Nov. 2005
o Appraisal Institute Seminar "Appraisal of Local Retail Properties", August 2004
o Appraisal Institute Seminar "Case Studies in Residential Highest & Best Use", April 2004
❑ The Appraisal Foundation "2001 USPAP Update for Instructors & Regulators", February 2001
❑ McKissock Seminar: "2016-2017 7 -Hour National USPAP Update Course", February 2016
❑ McKissock Seminar: "Pennsylvania State Mandated Law for Appraisers"; November 2016
❑ McKissock Seminar: "West Virginia Appraisal Law"; March 2015
❑ McKissock Seminar: "Reviewer's Checklist"; March 2015
❑ McKissock Seminar: "Valuing Vacant Land and Sites"; March 2015
❑ McKissock Seminar: "UAD-Up Close and Personal"; March 2015
CLIENTS SERVED:
Lending Institutions & Trust Companies
Bank of America
Branch Banking & Trust (BB&T)
Bulldog Federal Credit Union
CNB Bank
First Mariner Bank
First Community Bank of Mercersburg
First United Bank and Trust
Fulton Bank
HealthCare Family Federal Credit Union
Huntington National Bank
Public and Private Agencies
Attorneys & Individuals
City of Hagerstown
CSX Transportation
Frederick County Public Safety Division
Frederick County Division of Public Works
Maryland Department of General Services
Maryland State Highway Administration
Maryland Transit Administration
National Park Service
Relocation Companies
U.S. Army Corps of Engineers
URS Corporation
Washington County Division of Public Works
M&T Bank
MidAtlantic Farm Credit, ACA
Middletown Valley Bank
Orrstown Bank
Patriot Federal Credit Union
Santander Bank
Susquehanna Bank
United Bank
Wells Fargo
Washington County Teachers Federal Credit Union
Client: Coffman Nursing Home, Inc.
Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 28 of 35
Assumptions and Limiting Conditions
• The legal description used in this report is assumed to be correct.
• No survey of the property has been made by the appraiser and no responsibility is assumed in connection with
such matters. Sketches in this report are included only to assist the reader in visualizing the property.
• No responsibility is assumed for matters of a legal nature affecting title to the property nor is an opinion of title
rendered. The title is assumed to be good and merchantable.
• Information furnished by others is assumed to be true, correct, and reliable. A reasonable effort has been made
to verify such information; however, no responsibility for its accuracy is assumed by the appraiser.
• All mortgages, liens, encumbrances, leases and servitudes have been disregarded unless so specified within the
report. The property is appraised as though under responsible ownership and competent management.
• It is assumed that there are no hidden or unapparent conditions of the property, subsoil, or structures, which
would render it more or less valuable. No responsibility is assumed for such conditions or for engineering,
which may be required to discover them.
• It is assumed that there is full compliance with all applicable federal, state and local environmental regulations
and laws unless non-compliance is staled, defined arid considered in the appraisal report.
• It is assumed that all applicable zoning and use regulations and restrictions have been compiled with, unless a
non -conformity has been stated, defined and considered in the appraisal report.
• It is assumed that all required licenses, consents or other legislative or administrative authority from any local,
state or national governmental or private entity or organization have been or can be obtained or renewed for any
use on which the value estimate contained in this report is based.
• The appraiser will not be required to give testimony or appear in court because of having made this appraisal,
with reference to the property in question, unless arrangements have been previously made therefor.
• Possession of this report, or a copy thereof, does not carry with it the right of publication. It may not be used
for any purpose by any person other than the party to whom it is addressed without the written consent of the
appraiser, and in any event only with proper written qualification and only in its entirety.
• The distribution of the total valuation in this report between land and improvements applies only under the
reported highest and best use of the property. The allocations of value for land and improvements must not be
used in conjunction with any other appraisal and are invalid if so used.
• Unless otherwise stated in this report, the existence of hazardous material*, which may or may not be present
on the property, was not observed by the appraiser. The appraiser has no knowledge of the existence of such
materials on or in the property. The appraiser, however, is not qualified to detect such substances. The
presence of substances such as asbestos, urea -formaldehyde foam insulation, or other potentially hazardous
materials may affect the value of the property. The value estimate is predicted on the assumption that there is
no such material on or in the property that would cause a loss in value. No responsibility is assumed for any
such conditions, or for any expertise or engineering knowledge required to discover them. The client is urged
to retain an expert in the field, if desired.
• Unless otherwise noted in the body of this report, I have not completed nor have I contracted to have an
investigation to identify and/or quantify the presence of non -tidal wetland conditions on the subject property.
• Neither all nor any part of the contents of this report, or copy thereof, shall be conveyed to the public through
advertising, public relations, news, sales or any other media without written consent and approval of the
appraiser. Nor shall the appraiser's firm or professional organizations of which the appraiser is a member be
identified without written consent of the appraiser.
• Acceptance of and/or use of this appraisal report constitutes acceptance of the foregoing general assumptions
and general limiting conditions.
• This appraisal assignment was not based on a requested minimum valuation, a specific valuation, or the
approval of a loan.
• Including but not limited to Urea -formaldehyde Foam Insulation, Radon Gas, USTs, Asbestos Products, Lead or
Lead Based Products, Toxic Waste Contaminants, Mold
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 29 of 35
Pictures o Sub ect Pro e
View of fee taking containing 0.53 acre looking east from existing, paved right-of-way
View of platted, undeveloped right-of-way containing 0.25 acre looking west
Client: Coffman Nursing Home, Inc.
Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 30 of 35
Pictures of Subject Property
View of existing, paved right-of-way (easement by prescription) looking northwest
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 31 of 35
Concept Plan
r tast0F
L JROY WNW
Fe1
1..0•011
•
IMAPHIC SCALE
re./ - •
. .... �.h.•.
0.4
e p•
FRZEVA1CIS SESKRT k Wi •
ASSOCIATES, INC. /x•+
NYUM.a.o.Ye WWI w.unilpw �iwlw0.11se .i
yes.W'.�h ,Frretr. WF0.5.04`• MRf..l •ry1.41
i
Cpn_/Ol Plan
b
Coffman Nursing Home
MAAR Imp IN mo
dM�Mwo�.
WASHINGTON COUNTY, MARYLAND
Client: Coffman Nursing Home, Inc. Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
Page 32 of 35
Location Map
a la mode, Inc: lir
...x. n rer.rue moron
Cres[vrmd Dr
3
rr
Ave
Rest Haven Cemetery
RLn
3
Hamilton Park
I
c`
7
TSs tOME
''a,rd,iW ,7ve
SUBJECT
1302 Pennsylvania Ave.
Hagerstown, MD 21742
W Irvin Aire
a �
E �
fi
Park Ln
n
2
r
9! e
vbta
ON OM ah 100
® 2017 HERE,S2017 Microsoft Corper>tden
Client: Coffman Nursing Home, Inc.
Property Address: 1302 Pennsylvania Ave., Hagerstown, MI)
FEMA Special Flood Hazard Area: No n Areas inundated by 500 -year flooding
Map Number: 24043C 0137D
Zone: X O Areas inundated by 100 -year flooding
Map Date: August 15, 2017 ❑ Velocity Hazard
FIPS: 24043
Page 35 of 35
Comparable Sales Map
a la mode, inc
...N• -.c ni ,n.,..n:yr
Welsh Run
Rv FM
B1no
Nova
Fairview Hri
Fairview Mill
Charlton
12 _,
Greensburg
is Blna
Broadrnrding
COMPARABLE No. 2
11715 Greencastle Pike
Hagerstown, MD 21740
5.14 miles SW
Cwrococheag
Marlowe
"*"%.
yett
li
Wlllamspo
Scrabble
laptwns Aa
Downsville
Grave
Mau
1
Cedar Lawn
F
1302 Pennsylvania Ave.
Hagerstown. MD 21742
a•
.111.11, Rh
E0
Hagerstown
COMPARABLE No. 3
16777 Halfway Blvd.
Hagerstown, MD 21740
4.24 miles SW
COMPARABLE No. 1
17415 Progress Way
Hagerstown, MD 21740
5.43 miles SW
Fairplay
Bake rsville
.vercprswIle
bolt'
la�a'f
Burtner
Keedysville
Shady Grove
Waynecastle Flue,
Lehrnans Mill
#ty Pike
`ecki �
Leite
a
Bridgeport Chewsville 1e
Robinwood
Benevola
Millpoint
Mount
Beaver ▪ C• reek
Sanmar
ALT
Boonsboro
1 miles
Antietam Notion! 2017 HERE,5 Mt7 Microsoft C0 aratiion T
Gnee
Stan
Zittlest
1 k
Client: Coffman Nursing Home, Inc.
Property Address: 1302 Pennsylvania Ave., Hagerstown, MD
&®
L
(
reeSe
(
2
§ 0 A
§k
/
■!
r
g
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Public Hearing — Maryland Community Development Block Grant
MD -07 -CD -37 - Pen Mar Water Connections
PRESENTATION DATE: September 26, 2017
PRESENTATION BY: Susan Buchanan, Office of Community Grant Management
RECOMMENDED MOTION: N/A
REPORT -IN -BRIEF: In accordance with 24 CFR 570.486(a) (5), Washington County
must provide a public hearing to update and inform citizens on the progress of Community
Development Block Grant MD -07 -CD -37 - Pen Mar Water Connections.
DISCUSSION: The Maryland Community Development Block Grant Program (CDBG) is
a federally funded program designed to assist units of local government with activities directed
toward neighborhood revitalization, housing opportunities, economic development and improved
public facilities and services. The State of Maryland, specifically the Department of Housing
and Community Development (DHCD), has assumed the responsibility for the administration of
the program from the U.S. Department of Housing and Urban Development (HUD).
In 2006, the County was awarded $206,600 in CDBG funds to be utilized by the sub -recipient,
the Community Action Council (CAC), to provide funding assistance to assist low and moderate
income homeowners with the cost of connecting to the new water system in the Pen Mar area.
During the two year grant period, the grant provided funding assistance to 11 households.
Community Action Council faced challenges with getting residents of the Pen Mar/Cascade area
to participate in the program despite numerous attempts to contact and qualify residents who
needed water connections. As a result, only $106,940 of grant funds were expended and the
remainder returned to the State.
FISCAL IMPACT: N/A
CONCURRENCES: N/A
ALTERNATIVES: N/A
ATTACHMENTS: N/A
AUDIO/VISUAL NEEDS: N/A