Loading...
HomeMy WebLinkAbout230110aJohn F. Barr, President Jeffrey A. Cline, Vice President Krista L. Hart, Clerk BOARD OF COUNTY COMMISSIONERS January 10, 2023 OPEN SESSION AGENDA 9:00 AM INVOCATION AND PLEDGE OF ALLEGIANCE CALL TO ORDER, President John F. Barr APPROVAL OF MINUTES: December 13, 2022 9:05 AM COMMISSIONERS’ REPORTS AND COMMENTS 9:15 AM STAFF COMMENTS 9:20 AM CITIZEN PARTICIPATION 9:30 AM SUPPORTED LEGISLATION FOR UPCOMING LEGISLATIVE SESSION Sheriff Brian Albert, Washington County Sheriff’s Office Convene as the Board of Health 9:40 AM EXPANSION OF MENTAL HEALTH CRISIS SERVICES IN WASHINGTON COUNTY Earl Stoner, Health Officer, Washington County Health Department; Dan Triplett, Administrator, Washington County Health Department 9:45 AM COMMUNITY MOBILE HEALTH CONTRACT Earl Stoner, Health Officer, Washington County Health Department; Dan Triplett, Administrator, Washington County Health Department 9:50 AM ADOLESCENT CLUBHOUSE CONTRACT Earl Stoner, Health Officer, Washington County Health Department; Dan Triplett, Administrator, Washington County Health Department 9:55 AM CRISIS BEDS CONTRACT Earl Stoner, Health Officer, Washington County Health Department; Dan Triplett, Administrator, Washington County Health Department Reconvene as the Board of County Commissioners of Washington County 10:00 AM FUNDING REQUEST FOR INFRASTRUCTURE PROJECT Mayor Howard Long, Town of Boonsboro Derek Harvey Wayne K. Keefer Randall E. Wagner 100 West Washington Street, Suite 1101 | Hagerstown, MD 21740-4735 | P: 240.313.2200 | F: 240.313.2201 WWW.WASHCO-MD.NET Page 2 of 3 OPEN Session Agenda January 10, 2023 Individuals requiring special accommodations are requested to contact the Office of the County Commissioners, 240.313.2200 Voice/TDD, to make arrangements no later than ten (10) working days prior to the meeting. 10:10 AM CONTRACT AWARD (PUR-1583) – RUBBLE LANDFILL CLOSURE FOR THE SOLID WASTE DEPARTMENT Brandi Naugle, Buyer, Purchasing; David Mason, Deputy Director, Solid Waste CONTRACT RENEWAL (PUR-1403) LANDFILL INSPECTION SERVICES – REQUIREMENTS CONTRACT Brandi Naugle, Buyer, Purchasing; Dave Mason, Deputy Director, Solid Waste 10:15 AM BID AWARD (PUR-1586) - ROOF REPLACEMENT AND METAL SIDING INSTALLATION Rick Curry, Director, Purchasing; Pam Boyd, Manager, Parks and Recreation INTERGOVERNMENTAL COOPERATIVE PURCHASE (INTG-22-0103) – PERSONAL PROTECTIVE EQUIPMENT (PPE) FOR DIVISION OF EMERGENCY SERVICES Rick Curry, Director, Purchasing; Eric Jacobs, Operations Manager, Emergency Services INTERGOVERNMENTAL COOPERATIVE PURCHASE (INTG-22-0104) - ONE (1) NEW 2024 FORD F-650 TRUCK Rick Curry, Director, Purchasing; Mark Bradshaw, Director, Environmental Management 10:25 AM WALNUT HILL FARM, LLC RURAL LEGACY PROGRAM (RLP) EASEMENT Chris Boggs, Rural Preservation Administrator, Planning and Zoning 10:30 AM JOINT SEWER SERVICE AREA AGREEMENT (JSSA) Mark Bradshaw, Director, Environmental Management 10:40 AM FY23 MIEMSS CARDIAC DEVICE GRANT-APPROVAL TO SUBMIT APPLICATION AND ACCEPT AWARDED FUNDING David Chisholm, Deputy Director-Operations, Emergency Services; Nicole Phillips, Grant Manager, Grant Management 10:45 AM DISCUSSION OF COMMISSIONER REPRESENTATION/ASSIGNMENTS ON WASHINGTON COUNTY BOARDS AND COMMISSIONS Krista L. Hart, County Clerk 10:55 AM 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 a matter that concerns the proposal for a business or industrial organization to locate, expand, or remain in the State; To consult with counsel to obtain legal advice on a legal matter; and To consult with staff, consultants, or other individuals about pending or potential litigation.) Page 3 of 3 OPEN Session Agenda January 10, 2023 Individuals requiring special accommodations are requested to contact the Office of the County Commissioners, 240.313.2200 Voice/TDD, to make arrangements no later than ten (10) working days prior to the meeting. 12:15 PM RECONVENE IN OPEN SESSION ADJOURNMENT Open Session Item SUBJECT: Supported Legislation for upcoming Legislative sessions PRESENTATION DATE: January 10, 2023 PRESENTATION BY: Sheriff Brian Albert RECOMMENDED MOTION: consensus to support legislation REPORT-IN-BRIEF: See attached Bills DISCUSSION: FISCAL IMPACT: Minimum CONCURRENCES: Sheriff Albert is in support of both bills ATTACHMENTS: Drafted bills to be submitted. § 2-335. Washington County (a) Applicability. -- This section applies only in Washington County. (b) Sheriff’s salary. -- The Sheriff of Washington County shall receive an annual salary of the greater of: (1) $100,000, or (2) The salary set by the County Commissioners of Washington County under Title 28, Subtitle 2 of the Local Government Article. (c) Chief Deputy. -- The Sheriff shall appoint a chief deputy at a salary level set by the County Commissioners. (d) Deputy sheriffs and other personnel; probationary status; tenure; off-duty services. – (1) The Sheriff may appoint deputy sheriffs and other personnel necessary to perform the duties of office at salary levels set by the County Commissioners in accordance with the county’s budgetary process. Board of County Commissioners of Washington County, Maryland Agenda Report Form (2) (i) Any deputy sheriff appointed according to this subsection: 1. Shall be placed on a probationary status for the first 2 years of the deputy sheriff’s employment; and 2. EXCEPT AS OTHERWISE PROVIDED BY APPLICABLE LAW, may be dismissed by the Sheriff for any reason during that probationary period. (ii) At the conclusion of continuous employment for 2 years, a deputy sheriff having the rank of major or below: 1. Has tenure; and 2. May be discharged by the Sheriff only for [misfeasance, malfeasance, nonfeasance, or insubordination in office.] POLICE MISCONDUCT. (iii) FOR PURPOSES OF THIS SUBSECTION, “POLICE MISCONDUCT” SHALL MEAN: 1. DEPRIVING PERSONS OF RIGHTS PROTECTED BY THE CONSTITUTION OR LAWS OF THE STATE OR THE UNITED STATES; 2. A VIOLATION OF A CRIMINAL STATUTE; OR 3. A VIOLATION OF AGENCY STANDARDS AND POLICIES OF THE WASHINGTON COUNTY SHERIFF’S OFFICE. (f) LABOR ORGANIZATION AND COLLECTIVE BARGAINING -- DEPUTY SHERIFFS. – (1) THIS SUBSECTION APPLIES TO ALL FULL-TIME SWORN DEPUTY SHERIFFS IN THE WASHINGTON COUNTY SHERIFF’S OFFICE AT THE RANK OF SERGEANT AND BELOW. (2) FULL-TIME SWORN DEPUTY SHERIFFS AT THE RANK OF SERGEANT AND BELOW MAY: (i) TAKE PART IN OR REFRAIN FROM TAKING PART IN FORMING, JOINING, SUPPORTING, OR PARTICIPATING IN A LABOR ORGANIZATION OR ITS LAWFUL ACTIVITIES; (ii) SELECT A LABOR ORGANIZATION AS THEIR EXCLUSIVE REPRESENTATIVE; (iii) ENGAGE IN COLLECTIVE BARGAINING WITH THE SHERIFF AND COUNTY ADMINISTRATOR CONCERNING WAGES AND HEALTH AND WELFARE BENEFITS NOT REGULATED BY THE SHERIFF, THROUGH A LABOR ORGANIZATION CERTIFIED AS THEIR EXCLUSIVE REPRESENTATIVE; (iv) SUBJECT TO PARAGRAPH (3) OF THIS SUBSECTION, ENTER INTO A COLLECTIVE BARGAINING AGREEMENT, THROUGH THEIR EXCLUSIVE REPRESENTATIVE, COVERING THOSE WAGES AND HEALTH AND WELFARE BENEFITS NOT REGULATED BY THE SHERIFF; AND (v) DECERTIFY A LABOR ORGANIZATION AS THEIR EXCLUSIVE REPRESENTATIVE. (3) ANY ADDITIONAL FUNDING REQUIRED AS A RESULT OF A NEGOTIATED COLLECTIVE BARGAINING AGREEMENT SHALL BE SUBJECT TO THE APPROVAL OF THE COUNTY COMMISSIONERS. (4) (i) A LABOR ORGANIZATION SHALL BE DEEMED CERTIFIED AS AN EXCLUSIVE REPRESENTATIVE IF THE FOLLOWING CONDITIONS ARE MET: 1. A PETITION FOR THE LABOR ORGANIZATION TO BE RECOGNIZED BY THE SHERIFF IS SIGNED BY AT LEAST 51% OF THE SWORN DEPUTY SHERIFFS AT THE RANK OF SERGEANT AND BELOW INDICATING THEIR DESIRE TO BE EXCLUSIVELY REPRESENTED BY THE PETITIONER FOR THE PURPOSE OF COLLECTIVE BARGAINING; AND 2. THE PETITION IS SUBMITTED TO THE SHERIFF. (ii) IF THE SHERIFF DOES NOT CHALLENGE THE VALIDITY OF THE PETITION WITHIN 20 CALENDAR DAYS FOLLOWING THE RECEIPT OF THE PETITION, THE LABOR ORGANIZATION SHALL BE DEEMED CERTIFIED AS THE EXCLUSIVE REPRESENTATIVE. (iii) IF THE SHERIFF CHALLENGES THE VALIDITY OF THE PETITION, THE AMERICAN ARBITRATION ASSOCIATION SHALL BE REQUESTED TO APPOINT A THIRD PARTY NEUTRAL TO CONDUCT A SECRET BALLOT ELECTION AND TO CERTIFY WHETHER THE LABOR ORGANIZATION HAS BEEN SELECTED AS THE EXCLUSIVE REPRESENTATIVE BY A 51% VOTE OF THE SWORN DEPUTY SHERIFFS WITH THE RANK OF SERGEANT AND BELOW. (iv) THE COSTS ASSOCIATED WITH THE AMERICAN ARBITRATION ASSOCIATION AND THE THIRD PARTY NEUTRAL SHALL BE SHARED EQUALLY BY THE PARTIES. (5) (i) FOLLOWING CERTIFICATION OF AN EXCLUSIVE REPRESENTATIVE AS PROVIDED IN PARAGRAPH (4) OF THIS SUBSECTION, THE PARTIES SHALL MEET AT REASONABLE TIMES AND ENGAGE IN COLLECTIVE BARGAINING IN GOOD FAITH. (ii) THE PARTIES SHALL MAKE EVERY REASONABLE EFFORT TO CONCLUDE NEGOTIATIONS IN A TIMELY MANNER TO ALLOW FOR INCLUSION BY THE SHERIFF’S OFFICE OF MATTERS AGREED ON IN ITS BUDGET REQUEST. THE SHERIFF AND THE COUNTY ADMINISTRATOR MAY NOT BE REQUIRED TO ENGAGE IN COLLECTIVE BARGAINING NEGOTIATIONS WITH ANY LABOR ORGANIZATION AFTER THE TIME THAT THE COUNTY APPROVES ITS ANNUAL OPERATING BUDGET WITH REGARD TO CONDITIONS OF EMPLOYMENT WHICH WOULD REQUIRE THE APPRORIATION OF FUNDS IN THE ANNUAL OPERATING BUDGET. (6) (i) A COLLECTIVE BARGAINING AGREEMENT SHALL CONTAIN ALL MATTERS OF AGREEMENT REACHED IN THE COLLECTIVE BARGAINING PROCESS. (ii) THE AGREEMENT MAY CONTAIN A GRIEVANCE PROCEDURE PROVIDING FOR NONBINDING ARBITRATION OF GRIEVANCES. (iii) AN AGREEMENT REACHED IN ACCORDANCE WITH THIS PARAGRAPH SHALL BE IN WRITING AND SIGNED BY THE DESIGNATED REPRESENTATIVES OF THE PARTIES INVOLVED IN THE COLLECTIVE BARGAINING NEGOTIATIONS. (iv) SUBJECT TO SUBPARAGRAPH (V) OF THIS PARAGRAPH, AN AGREEMENT IS NOT EFFECTIVE UNTIL IT IS RATIFIED BY A MAJORITY OF THE VOTES CAST BY THE DEPUTY SHERIFFS IN THE BARGAINING UNIT, THE SHERIFF AND THE BOARD OF COUNTY COMMISSIONERS. (v) ADDITIONAL FUNDING, IF ANY, REQUIRED AS A RESULT OF THE AGREEMENT SHALL BE SUBJECT TO THE APPROVAL OF THE BOARD OF COUNTY COMMISSIONERS. (vi) THE LABOR ORGANIZATON, THE SHERIFF, AND THE COUNTY ADMINISTRATOR MAY EACH DESIGNATE AT LEAST ONE, BUT NOT MORE THAN FOUR, INDIVIDUALS TO REPRESENT THEM IN COLLECTIVE BARGAINING. (vii) AN AGREEMENT IS NOT VALID IF IT EXTENDS FOR LESS THAN ONE YEAR OR MORE THAN FOUR YEARS. (7) NOTHING IN THIS SUBSECTION MAY BE CONSTRUED AS AUTHORIZING OR OTHERWISE ALLOWING A SWORN DEPUTY SHERIFF TO ENGAGE IN A STRIKE AS DEFINED IN §3-303 OF THE STATE PERSONNEL AND PENSIONS ARTICLE. (g) LABOR ORGANIZATION AND COLLECTIVE BARGAINING – CORRECTIONAL DEPUTIES. – (1) THIS SUBSECTION APPLIES TO ALL FULL-TIME CORRECTIONAL DEPUTIES IN THE WASHINGTON COUNTY SHERIFF’S OFFICE AT THE RANK OF SERGEANT AND BELOW. (2) FULL-TIME CORRECTIONAL DEPUTIES AT THE RANK OF SERGEANT AND BELOW MAY: (i) TAKE PART IN OR REFRAIN FROM TAKING PART IN FORMING, JOINING, SUPPORTING, OR PARTICIPATING IN A LABOR ORGANIZATION OR ITS LAWFUL ACTIVITIES; (ii) SELECT A LABOR ORGANIZATION AS THEIR EXCLUSIVE REPRESENTATIVE; (iii) ENGAGE IN COLLECTIVE BARGAINING WITH THE SHERIFF AND COUNTY ADMINISTRATOR CONCERNING WAGES AND HEALTH AND WELFARE BENEFITS NOT REGULATED BY THE SHERIFF, THROUGH A LABOR ORGANIZATION CERTIFIED AS THEIR EXCLUSIVE REPRESENTATIVE; (iv) SUBJECT TO PARAGRAPH (3) OF THIS SUBSECTION, ENTER INTO A COLLECTIVE BARGAINING AGREEMENT, THROUGH THEIR EXCLUSIVE REPRESENTATIVE, COVERING THOSE WAGES AND HEALTH AND WELFARE BENEFITS NOT REGULATED BY THE SHERIFF; AND (v) DECERTIFY A LABOR ORGANIZATION AS THEIR EXCLUSIVE REPRESENTATIVE. (3) ANY ADDITIONAL FUNDING REQUIRED AS A RESULT OF A NEGOTIATED COLLECTIVE BARGAINING AGREEMENT SHALL BE SUBJECT TO APPROVAL OF THE BOARD OF COUNTY COMMISSIONERS. (4) (i) A LABOR ORGANIZATION SHALL BE DEEMED CERTIFIED AS AN EXCLUSIVE REPRESENTATIVE IF THE FOLLOWING CONDITIONS ARE MET: 1. A PETITION FOR THE LABOR ORGANIZATION TO BE RECOGNIZED BY THE SHERIFF IS SIGNED BY AT LEAST 51% OF THE SWORN DEPUTY SHERIFFS AT THE RANK OF SERGEANT AND BELOW INDICATING THEIR DESIRE TO BE EXCLUSIVELY REPRESENTED BY THE PETITIONER FOR THE PURPOSE OF COLLECTIVE BARGAINING; AND 2. THE PETITION IS SUBMITTED TO THE SHERIFF. (ii) IF THE SHERIFF DOES NOT CHALLENGE THE VALIDITY OF THE PETITION WITHIN 20 CALENDAR DAYS FOLLOWING RECEIPT OF THE PETITION, THE LABOR ORGANIZATION SHALL BE DEEMED CERTIFIED AS THE EXCLUSIVE REPRESENTATIVE. (iii) IF THE SHERIFF CHALLENGES THE VALIDITY OF THE PETITION, THE AMERICAN ARBITRATION ASSOCIATION SHALL BE REQUESTED TO APPOINT A THIRD PARTY NEUTRAL TO CONDUCT A SECRET BALLOT ELECTION AND TO CERTIFY WHETHER THE LABOR ORGANIZATION HAS BEEN SELECTED AS THE EXCLUSIVE REPRESENTATIVE BY 51% OF THE CORRECTIONAL DEPUTIES OF THE RANK OF SERGEANT AND BELOW. (iv) THE COSTS ASSOCIATED WITH THE AMERICAN ARBITRATION ASSOCIATION AND THE THIRD PARTY NEUTRAL SHALL BE SHARED EQUALLY BY THE PARTIES. (5) (i) FOLLOWING CERTIFICATION OF AN EXCLUSIVE REPRESENTATIVE AS PROVIDED IN PARAGRAPH (4) OF THIS SUBSECTION, THE PARTIES SHALL MEET AT REASONABLE TIMES AND ENGAGE IN COLLECTIVE BARGAINING IN GOOD FAITH. (ii) THE PARTIES SHALL MAKE EVERY REASONABLE EFFORT TO CONCLUDE NEGOTIATIONS IN A TIMELY MANNER TO ALLOW FOR INCLUSION BY THE SHERIFF’S OFFICE OF MATTERS AGREED ON IN ITS BUDGET REQUEST TO THE BOARD OF COUNTY COMMISSIONERS. THE SHERIFF AND THE COUNTY ADMINISTRATOR MAY NOT BE REQUIRED TO ENGAGE IN COLLECTIVE BARGAINING NEGOTIATIONS WITH ANY LABOR ORGANIZATION AFTER THE TIME THAT THE COUNTY APPROVES ITS ANNUAL OPERATING BUDGET WITH REGARD TO CONDITIONS OF EMPLOYMENT WHICH WOULD REQUIRE THE APPRORIATION OF FUNDS IN THE ANNUAL OPERATING BUDGET. (6) (i) A COLLECTIVE BARGAINING AGREEMENT SHALL CONTAIN ALL MATTERS OF AGREEMENT REACHED IN THE COLLECTIVE BARGAINING PROCESS. (ii) THE AGREEMENT MAY CONTAIN A GRIEVANCE PROCEDURE PROVIDING FOR NONBINDING ARBITRATION OF GRIEVANCES. (iii) AN AGREEMENT REACHED IN ACCORDANCE WITH THIS PARAGRAPH SHALL BE IN WRITING AND SIGNED BY THE DESIGNATED REPRESENTATIVES OF THE PARTIES INVOLVED IN THE COLLECTIVE BARGAINING NEGOTIATIONS. (iv) SUBJECT TO SUBPARAGRAPH (V) OF THIS PARAGRAPH, AN AGREEMENT IS NOT EFFECTIVE UNTIL IT IS RATIFIED BY A MAJORITY OF THE VOTES CAST BY THE CORRECTIONAL DEPUTIES IN THE BARGAINING UNIT, THE SHERIFF, AND THE BOARD OF COUNTY COMMISSIONERS. (v) ADDITIONAL FUNDING, IF ANY, REQUIRED AS A RESULT OF THE AGREEMENT SHALL BE SUBJECT TO THE APPROVAL OF THE BOARD OF COUNTY COMMISSIONERS. (vi) THE LABOR ORGANIZATON, THE SHERIFF, AND THE COUNTY ADMINISTRATOR MAY EACH DESIGNATE AT LEAST ONE, BUT NOT MORE THAN FOUR, INDIVIDUALS TO REPRESENT THEM IN COLLECTIVE BARGAINING. (vii) AN AGREEMENT IS NOT VALID IF IT EXTENDS FOR LESS THAN ONE YEAR OR MORE THAN FOUR YEARS. (7) NOTHING IN THIS SUBSECTION MAY BE CONSTRUED AS AUTHORIZING OR OTHERWISE ALLOWING A CORRECTIONAL DEPUTY TO ENGAGE IN A STRIKE AS DEFINED IN §3-303 OF THE STATE PERSONNEL AND PENSIONS ARTICLE. By: Washington County Delegation Introduced and read first time: February 7, 2022 Assigned to: Environment and Transportation A BILL ENTITLED AN ACT concerning Washington County – Sheriff’s Salary – Alteration FOR the purpose of altering the salary of the Washington County Sheriff; repealing the requirement for the Washington County Commission to study and issue a report that contains recommendations relating to the salaries of the Sheriff of Washington County; and generally related to the Washington County Sheriff’s salary. BY repealing and reenacting, without amendments, Article – Courts and Judicial Proceedings Section 2–335(a) Annotated Code of Maryland (2020 Replacement Volume and 2021 Supplement) BY repealing and reenacting, with amendments, Article – Courts and Judicial Proceedings Section 2–335(b) Annotated Code of Maryland (2020 Replacement Volume and 2021 Supplement) BY repealing and reenacting, without amendments, Article – Criminal Procedure Section 15–422(a) and (b) Annotated Code of Maryland (2018 Replacement Volume and 2021 Supplement) BY repealing and reenacting, with amendments, Article – Local Government Section 28–207 Annotated Code of Maryland (2013 Volume and 2021 Supplement) HOUSE BILL 873 D2, L6 2lr2388 EXPLANATION: CAPITALS INDICATE MATTER ADDED TO EXISTING LAW. [Brackets] indicate matter deleted from existing law. *hb0873* HOUSE BILL 873 2 SECTION 1. BE IT ENACTED BY THE GENERAL ASSEMBLY OF MARYLAND, That the Laws of Maryland read as follows: Article – Courts and Judicial Proceedings 2–335. (a) This section applies only in Washington County. (b) The [Sheriff of Washington County shall receive an annual salary of the greater of: (1) $100,000; or (2) The salary set by the County Commissioners of Washington County under Title 28, Subtitle 2 of the Local Government Article] SHERIFF’S SALARY IS 90% OF THE SALARY OF THE STATE’S ATTORNEY OF WASHINGTON COUNTY. Article – Criminal Procedure 15–422. (a) This section applies only in Washington County. (b) The State’s Attorney’s salary is 90% of the salary of a judge of the District Court of Maryland. Article – Local Government 28–207. (a) The Commission shall study the salaries of: (1) the County Commissioners of Washington County; (2) the Washington County Board of Education; (3) the Washington County Board of Liquor License Commissioners; (4) the judges of the Orphans’ Court for Washington County; AND (5) [the Sheriff of Washington County; and (6)] the Treasurer of Washington County. HOUSE BILL 873 3 (b) On or before the December 1 following appointment, the Commission shall issue a report that contains recommendations to the County Commissioners of Washington County for review and consideration. SECTION 2. AND BE IT FURTHER ENACTED, That, pursuant to Article III, § 35 of the Maryland Constitution, this Act may not be construed to extend or apply to the salary or compensation of the Sheriff of Washington County while serving in a term of office beginning before the effective date of this Act, but the provisions of this Act concerning the salary or compensation of the Sheriff of Washington County shall take effect at the beginning of the next following term of office. This limitation does not apply to an individual appointed or elected after the effective date of this Act to fill out an unexpired term. SECTION 3. AND BE IT FURTHER ENACTED, That this Act shall take effect October 1, 2022. Open Session Item NOTE: The Board will need to convene as the Board of Health when considering this request. SUBJECT: Expansion of Mental Health Crisis Services in Washington Co. PRESENTATION DATE: January 10, 2023 PRESENTATION BY: Earl Stoner, Health Officer; Dan Triplett, Administrator RECOMMENDED MOTION: The health department recommends that the Board of Health approves the award of a contract to Way Station in the amount of $104,292.00 for the expansion of mental health crisis response services throughout Washington County. REPORT-IN-BRIEF: Each jurisdiction within the State of Maryland has a single identified crisis service provider. This provider is chosen by the Mental Health Authority within each jurisdiction. In Washington County, this provider is Way Station. Funds have been granted to the health department to expand behavioral health crisis services within Washington County. We are requesting permission to award the granted funds to Way Station for this purpose for the period from October 1, 2022 through June 30, 2023. DISCUSSION: FISCAL IMPACT: No additional funds are being sought for this award. The total cost of this contract is being funded by a grant through the Behavioral Health Administration of the Maryland Department of Health. CONCURRENCES: ATTACHMENTS: Contract Document Board of County Commissioners of Washington County, Maryland Agenda Report Form Rev. 2/2014 1 STATE OF MARYLAND MARYLAND DEPARTMENT OF HEALTH FY23 F936N-0881 Way Station, Inc. THIS CONTRACT (the “Contract”), is made as of the 1st day of October , 20 22 by and between the STATE OF MARYLAND, acting through the MARYLAND DEPARTMENT OF HEALTH, Washington County Health Department (“Department”), and Way Station Inc. (“Contractor”) whose principal office in Maryland is 328 N. Potomac Street, Hagerstown, MD 21740 and whose principal business address is Same . The parties agree as follows: 1. Scope of Contract. (a) The Contractor shall provide the following goods or services: Way Station Inc. agrees to meet the Conditions of Award (attached) & Statement of Work (attached) dated 9/30/2022. The scope of work or solicitation dated 9/30/2022 is attached and incorporated by reference as Exhibit A . The Contractor’s bid or proposal dated XXXX is attached and incorporated by references as Exhibit X . If there Is any conflict between this Contract and any exhibits incorporated by reference, the terms of this contract shall govern. If there is any conflict among the Exhibits, the following order of precedence shall determine the prevailing provision: Exhibit A – the scope of work or solicitation and Exhibit B – the Contractor’s bid or proposal. (b) Changes. This Contract may be amended only with the written consent of both parties. Amendments may not significantly change the scope of the Contract (including the Contract price). 2. Term of Contract. The term of this Contract shall be for the period of October 1st , 20 22 through June 30th , 20 23 . 3. Compensation and Method of Payment. (a) Compensation. The total compensation for services to be rendered by the Contractor shall not exceed $ 104,292.00. (b) Method of Payment. The Department shall pay the Contractor no later than thirty (30) days after the Department receives a proper invoice from the Contractor. Charges for late payment of invoices, other than as prescribed by Title 15, Subtitle 1, State Finance and Procure ment Article, Maryland Code, are prohibited. (c) Tax Identification Number. The Contractor’s Federal Tax Identification Number is 52-1162749 . The Contractor’s Social Security Number is (Individual Contractor Only). Contractor’s Federal Tax Identification Number (or Social Security Number - Individual Contractor Only) shall appear on all invoices submitted by the Contractor to the Department for payment. (d) Invoicing. All invoices for services shall be signed by the Contractor and submitted to wchd.invoice@maryland.gov. All invoices shall be submitted along with any supporting documentation to prove the expenses were incurred by the contractor. All invoices shall include the followi ng information: ● Contractor name; ● Remittance address; ● Federal taxpayer identification number; ● Invoice period; Rev. 2/2014 2 ● Invoice date; ● Invoice number ● Goods or services provided; and ● Amount due. Invoices submitted without the required information and inclusive of the supportive documentation cannot be processed for payment until the Contractor provides the required information. Supporting Documentation Requirements The Washington County Health Department is required to ensure that all expenses disbursed under grant programs are made within the scope of the Condition of Awards and only appropriate expenses are reimbursed under the grant. As such, supporting documentation is required to support expenses invoiced under this contract. ● For reimbursement of salaries and related personnel costs, copies of payroll reports or other proof of payments/costs must be submitted along with the invoice. Reports must detail amounts paid to or on behalf of (salary and fringe costs) individual employees. ● For equipment purchases that are approved under the grant award, originals or copies of receipts for the equipment must be submitted along with the invoice. ● For any sub-contracted services allowable under the grant award, copies of invoices from the sub- contractors must be submitted along with the invoice. Sub -contracted services must be pre- approved by the Contract Monitor. Supportive documentation proving the costs and expenses of the sub-contractor will also need to be provided. ● For any supplies, utility costs, fuel purchases, or other expenses allowable for reimbursement under the grant award, copies of receipts or invoices must be submitted along with the invoice. Onsite Visit/Audit For service contracts, the Washington County Health Department, will perform one or more onsite visits to ensure that services provided by the contractor are consistent with this contract and any applicable conditions of award. This site visit may include a financial review to audit the accuracy of invoices and billed expenses. If a visit is made to ensure that a service is being performed at a specific time, it may be unannounced. 4. Procurement Officer. The Department designates Michelle Hutchinson to serve as Procurement Officer for this Contract. All contact between the Department and the Contractor regarding all matters relative to this Contract shall be coordinated through the Procurement Officer. 5. Disputes. Disputes arising under this Contract shall be governed by State Finance and Procurement Article, Title 15, Subtitle 2, Part III, Annotated Code of Maryland, and by COMAR 21.10 Administrative and Civil Remedies. Pending resolution of a dispute, the Contractor shall continue to perform this Contract, as directed by the Procurement Officer. 6. Termination for Convenience. The State may terminate this Contract, in whole or in part, without showing cause upon prior written notification to the Contractor spec ifying the extent and the effective date of the termination. The State will pay all reasonable costs associated with this Contract that the Contractor has incurred up to the date of termination, and all reasonable costs associated with termination of the Contract. However, the Contractor may not be reimbursed for any anticipatory profits which have not been earned up to the date of termination. Termination hereunder, including the determination of the rights and obligations of the parties, shall be govern ed by the provisions of COMAR 21.07.01.12(A)(2). 7. Termination for Default. If the Contractor does not fulfill obligations under this Contract or violates any provision of this Contract, the Department may terminate the Contract by giving the Contractor written notice of termination. Termination under this paragraph does not relieve the Contractor from liability for any damages caused to the State. Termination hereunder, including the rights and obligations of the parties, shall be governed by the provis ions of COMAR 21.07.01.11B. 8. Termination for Non Appropriation. If funds are not appropriated or otherwise made available to support continuation in any fiscal year succeeding the first fiscal year, this Contract shall be terminated automatically as of the beginning of the fiscal year for which funds are not available. The Contractor may not recover anticipatory profits or costs incurred after termination. Rev. 2/2014 3 9. Non-Discrimination in Employment. The Contractor shall comply with the nondiscrimination provisions of federal and Maryland law, including, but not limited to, the employment provisions of §13-219 of the State Finance and Procurement Article, Maryland Code and Code of Maryland Regulations 21.07.01.08, and the commercial nondiscrimination provisions of Title 19, Subtitle 1, State Finance and Procurement Article, Maryland Code. 10. Maryland Law Prevails. The laws of Maryland shall govern the interpretation and enforcement of this Contract. The Maryland Uniform Computer Information Transactions Act (Commercial Law Article, Title 22 of the Annotated Code of Maryland) does not apply to this Contract or any software license acquired hereunder. 11. Anti-Bribery. The Contractor certifies that, to the Contractor’s best knowledge, neither the Contractor; nor (if the Contractor is a corporation or partnership) any of its officers, directors, partners, or controlling stockholders; nor any employee of the Contractor who is directly involved in the business’s contracting activities, has been convicted of bribery, attempted bribery, or conspiracy to bribe under the laws of any state or of the United States. Rev. 2/2014 4 IN WITNESS THEREOF, the parties have executed this Contract as of the date hereinabove set forth. CONTRACTOR STATE OF MARYLAND MARYLAND DEPARTMENT OF HEALTH WASHINGTON COUNTY HEALTH DEPARTMENT (Seal) By: By: Jeff Richardson, Executive Director Earl Stoner, Health Officer (Printed Name and Title) (Printed Name and Title) Date Date Attachments: Exhibit A: COA & SOW Open Session Item NOTE: The Board will need to convene as the Board of Health when considering this request. SUBJECT: Community Mobile Health Contract PRESENTATION DATE: January 10, 2023 PRESENTATION BY: Earl Stoner, Health Officer; Dan Triplett, Administrator RECOMMENDED MOTION: The health department recommends that the Board of Health award a contract to Meritus Medical Center in the amount of $76,134.00 for the establishment of a mobile health program that will provide direct outreach to neighborhoods determined to have the greatest health disparities and inequities in Hagerstown. REPORT-IN-BRIEF: The health department has been awarded grant funds to address health disparities and inequities in areas were citizens may not be able to easily access care. The health department would like to partner with Meritus Medical Center to establish a mobile health program that will provide various healthcare services, including testing and vaccination for COVID-19, to citizens in their own neighborhoods which we feel will greatly increase their access to such care. As Meritus is the only hospital within Washington County and already has a state of the art medical van, the health departments feels they are the only entity within Washington County who is able to provide this service. DISCUSSION: FISCAL IMPACT: No additional funds are being requested for this award. This contract is fully funded through grants awarded by the Maryland Department of Health. CONCURRENCES: ATTACHMENTS: Contract Document Board of County Commissioners of Washington County, Maryland Agenda Report Form Rev. 2/2014 1 STATE OF MARYLAND MARYLAND DEPARTMENT OF HEALTH FY23 F979P - 0802 Meritus Medical Center COVID - 19 Mobile Health THIS CONTRACT (the “Contract”), is made as of the 25th day of October , 20 22 by and between the STATE OF MARYLAND, acting through the MARYLAND DEPARTMENT OF HEALTH, Washington County Health Department (“Department”), and Meritus Medical Center (“Contractor”) whose principal office in Maryland is 11116 Medical Campus Rd., Hagerstown, MD 21742 and whose principal business address is Same . The parties agree as follows: 1. Scope of Contract. (a) The Contractor shall provide the following goods or services: Meritus Health will provide a Community Mobile Health program which will provide direct outreach to the neighborhoods determined to have the greatest health disparities and inequities in Hagerstown. The health team will include a Certified Nurse Practitio ner (CRNP), a Medical Assistant and a Community Health Worker (CHW). The mobile health unit includes a state-of-the-art medical van that was outfitted during the Covid-19 pandemic to help administer vaccines throughout the county. The mobile health unit will provide access to primary care services including health screenin g, evaluation, education and will make referrals when indicated. CHW .5 FTE- $19,600 CRNP .3 FTE- $36,534 Meritus Health will report on: # of mobile covid vaccine clinics # of BP cuff given out # of health screening completed by type (diabetes risk, depr ession, Blood Pressure). The scope of work or solicitation dated XXX is attached and incorporated by reference as Exhibit X . The Contractor’s bid or proposal dated XXX is attached and incorporated by references as Exhibit X . If there Is any conflict between this Contract and any exhibits incorporated by reference, the terms of this contract shall govern. I f there is any conflict among the Exhibits, the following order of precedence shall determine the prevailing provision: Exhibit A – the scope of work or solicitation and Exhibit B – the Contractor’s bid or proposal. (b) Changes. This Contract may be amended only with the written consent of both parties. Amendments may not change significantly the scope of the Contract (including the Contract price). 2. Term of Contract. The term of this Contract shall be for the period of July 1st , 20 22 through May 31st , 20 23 . 3. Compensation and Method of Payment. (a) Compensation. The total compensation for services to be rendered by the Contractor shall not exceed $76,134.00 (b) Method of Payment. The Department shall pay the Contractor no later than thirty (30) days after the Department receives a proper invoice from the Contractor. Charges for late payment of invoices, other than as prescribed by Title 15, Subtitle 1, State Finance and Procurement Article, Maryland Code, are prohibited. Rev. 2/2014 2 (c) Tax Identification Number. The Contractor’s Federal Tax Identification Number is 01-0639265 . The Contractor’s Social Security Number is (Individual Contractor Only). Contractor’s Federal Tax Identification Number (or Social Security Number - Individual Contractor Only) shall appear on all invoices submitted by the Contractor to the Department for payment. (d) Invoicing. All invoices for services shall be signed by the Contractor and submitted to the Procurement Officer. All invoices shall be submitted along with any supporting documentation to prove the expenses were incurred by the contractor. All invoices shall include the following information: Please email invoice to : wchd.invoice@maryland.gov. ● Contractor name; ● Remittance address; ● Federal taxpayer identification number; ● Invoice period; ● Invoice date; ● Invoice number ● Goods or services provided; and ● Amount due. Invoices submitted without the required information and inclusive of the supportive docum entation cannot be processed for payment until the Contractor provides the required information. Supporting Documentation Requirements The Washington County Health Department is required to ensure that all expenses disbursed under grant programs are made within the scope of the Condition of Awards and only appropriate expenses are reimbursed under the grant. As such, supporting documentation is required to support expenses invoiced under this contract. ● For reimbursement of salaries and related personnel costs, copies of payroll reports or other proof of payments/costs must be submitted along with the invoice. Reports must detail amounts paid to or on behalf of (salary and fringe costs) individual employees. ● For equipment purchases that are approved under the grant award, originals or copies of receipts for the equipment must be submitted along with the invoice. ● For any sub-contracted services allowable under the grant award, copies of invoices from the sub -contractors must be submitted along with the invoice. Sub-contracted services must be pre-approved by the Contract Monitor. Supportive documentation proving the costs and expenses of the sub-contractor will also need to be provided. ● For any supplies, utility costs, fuel purchases, or other expenses allowable for reimbursement under the grant award, copies of receipts or invoices must be submitted along with the invoice. Onsite Visit/Audit For service contracts, the Washington County Health Department, will perform one or more onsite visits to ensure that services provided by the contractor are consistent with this contract and any applicable conditions of award. This site visi t may include a financial review to audit the accuracy of invoices and billed expenses. If a visit is made to ensure that a service is being performed at a specific time, it may be unannounced. 4. Procurement Officer. The Department designates Michelle Hutchinson to serve as Procurement Officer for this Contract. All contact between the Department and the Contractor regarding all matters relative to this Contract shall be coordinated through the Procurement Officer. 5. Disputes. Disputes arising under this Contract shall be governed by State Finance and Procurement Article, Title 15, Subtitle 2, Part III, Annotated Code of Maryland, and by COMAR 21.10 Administrative and Civil Remedies. Pending resolution of a dispute, the Contractor shall continue to perform this Contract, as directed by the Procurement Officer. 6. Termination for Convenience. The State may terminate this Contract, in whole or in part, without showing cause upon prior written notification to the Contractor specifying the extent and the effective da te of the termination. The State will Rev. 2/2014 3 pay all reasonable costs associated with this Contract that the Contractor has incurred up to the date of termination, and al l reasonable costs associated with termination of the Contract. However, the Contractor may not be reimbursed for any anticipatory profits which have not been earned up to the date of termination. Termination hereunder, including the determination of the rights and obligations of the parties, shall be governed by the provisions of COMAR 21.07.01 .12(A)(2). 7. Termination for Default. If the Contractor does not fulfill obligations under this Contract or violates any provision of this Contract, the Department may terminate the Contract by giving the Contractor written notice of termination. Termination under this paragraph does not relieve the Contractor from liability for any damages caused to the State. Termination hereunder, including the rights and obligations of the parties, shall be governed by the provisions of COMAR 21.07.01.11B. 8. Termination for Non Appropriation. If funds are not appropriated or otherwise made available to support continuation in any fiscal year succeeding the first fiscal year, this Contract shall be terminated automatically as of the beginning of the fiscal year for which funds are not available. The Co ntractor may not recover anticipatory profits or costs incurred after termination. 9. Non-Discrimination in Employment. The Contractor shall comply with the nondiscrimination provisions of federal and Maryland law, including, but not limited to, the employment provisions of §13-219 of the State Finance and Procurement Article, Maryland Code and Code of Maryland Regulations 21.07.01.08, and the commercial nondiscrimination provisions of Title 19, Subtitle 1, State Finance and Procurement Article, Maryland Code. 10. Maryland Law Prevails. The laws of Maryland shall govern the interpretation and enforcement of this Contract. The Maryland Uniform Computer Information Transactions Act (Commercial Law Article, Title 22 of the Annotated Code of Maryland) does not apply to this Contract or any s oftware license acquired hereunder. 11. Anti-Bribery. The Contractor certifies that, to the Contractor’s best knowledge, neither the Contractor; nor (if the Contractor is a corporation or partnership) any of its officers, directors, partners, or controllin g stockholders; nor any employee of the Contractor who is directly involved in the business’s contracting activities, has been convicted of bribery, attempted bribery, or conspiracy to bribe under the laws of any state or of the United States. Rev. 2/2014 4 IN WITNESS THEREOF, the parties have executed this Contract as of the date hereinabove set forth. CONTRACTOR STATE OF MARYLAND MARYLAND DEPARTMENT OF HEALTH WASHINGTON COUNTY HEALTH DEPARTMENT (Seal) By: By: Allen Twigg, Executive Director Earl Stoner, Health Officer (Printed Name and Title) (Printed Name and Title) Date Date Open Session Item NOTE: The Board will need to convene as the Board of Health when considering this request. SUBJECT: Adolescent Clubhouse Contract PRESENTATION DATE: January 10, 2023 PRESENTATION BY: Earl Stoner, Health Officer; Dan Triplett, Administrator RECOMMENDED MOTION: The health department is recommending that the Board of Health award a contract to Horizon Goodwill Industries in the amount of $276,494.99 for the continued operation of an Adolescent Clubhouse program within Hagerstown for the period from October 1, 2022 through September 29, 2023. REPORT-IN-BRIEF: The Adolescent Clubhouse program provides safe places for adolescents to meet, provides activities and events to entertain, and acts as a alternative for adolescents who may otherwise engage in drug use or other harmful activities. An RFP was issued by the health department (RFP-2022-06) on eMaryland Marketplace and published on our web site. Only 1 bid was received for these services – Horizon Goodwill Industries. Horizon Goodwill has been operating our Adolescent Clubhouse for the past year and this has been very well received within the community. DISCUSSION: FISCAL IMPACT: No additional funds are being requested for the award of this contract. The adolescent clubhouse program is fully funded by a grant awarded to the health department by the Behavioral Health Administration of the Maryland Department of Health. CONCURRENCES: ATTACHMENTS: Contract Document Board of County Commissioners of Washington County, Maryland Agenda Report Form Rev. 2/2014 1 STATE OF MARYLAND MARYLAND DEPARTMENT OF HEALTH FY23 F787N-0802 Adolescent Clubhouse THIS CONTRACT (the “Contract”), is made as of the 1st day of November , 20 22 by and between the STATE OF MARYLAND, acting through the MARYLAND DEPARTMENT OF HEALTH, Washington County Health Department (“Department”), and Horizon Goodwill Industries (“Contractor”) whose principal office in Maryland is 14515 Pennsylvania Ave., Hagerstown, MD 21742 and whose principal business address is Same . The parties agree as follows: 1. Scope of Contract. (a) The Contractor shall provide the following goods or services: Services to be provided are included in the RFP -2022- 06 dated 9/28/2022. All aspects of the RFP are to be followed in accordance with the guidelines. The scope of work or solicitation dated XXX is attached and incorporated by reference as Exhibit X . The Contractor’s bid or proposal dated XXX is attached and incorporated by references as Exhibit X . If there Is any conflict between this Contract and any exhibits incorporated by reference, the terms of this contract shall govern. I f there is any conflict among the Exhibits, the following order of precedence shall determine the prevailing provision: Exhibit A – the scope of work or solicitation and Exhibit B – the Contractor’s bid or proposal. (b) Changes. This Contract may be amended only with the written consent of both parties. Amendments may not change significantly the scope of the Contract (including the Contract price). 2. Term of Contract. The term of this Contract shall be for the period of October 1st. , 20 22 through September 29th , 20 23 . 3. Compensation and Method of Payment. (a) Compensation. The total compensation for services to be rendered by the Contractor shall not exceed $ 276,494.99. (b) Method of Payment. The Department shall pay the Contractor no later than thirty (30) days after the Department receives a proper invoice from the Contractor. Charges for late payment of invoices, other than as prescribed by Title 15, Subtitle 1, State Finance and Procurement Article, Maryland Code, are prohibited. (c) Tax Identification Number. The Contractor’s Federal Tax Identification Number is 52-0660403 . The Contractor’s Social Security Number is (Individual Contractor Only). Contractor’s Federal Tax Identification Number (or Social Security Number - Individual Contractor Only) shall appear on all invoices submitted by the Contractor to the Department for payment. (d) Invoicing. All invoices for services shall be signed by the Contractor and submitted to wchd.invoice@maryland.gov. All invoices shall be submitted along with any supporting documentation to prove the expenses were incurred by the contractor. All invoices shall include the following information: ● Contractor name; ● Remittance address; ● Federal taxpayer identification number; ● Invoice period; ● Invoice date; Rev. 2/2014 2 ● Invoice number ● Goods or services provided; and ● Amount due. Invoices submitted without the required information and inclusive of the supportive documentation cannot be processed for payment until the Contractor provides the required information. Supporting Documentation Requirements The Washington County Health Department is required to ensure that all expenses disbursed under grant programs are made within the scope of the Condition of Awards and only appropriate expenses are reimbursed under the grant. As such, supporting documentation is required to support expenses invoiced under this contract. ● For reimbursement of salaries and related personnel costs, copies of payroll reports or other proof of payments/costs must be submitted along with the invoice. Reports must detail amounts paid to or on behalf of (salary and fringe costs) individual employees. ● For equipment purchases that are approved under the grant award, originals or copies of receipts for the equipment must be submitted along with the invoice. ● For any sub-contracted services allowable under the grant award, copies of invoices from the sub-contractors must be submitted along with the invoice. Sub -contracted services must be pre-approved by the Contract Monitor. Supportive documentation proving the costs and expenses of the sub-contractor will also need to be provided. ● For any supplies, utility costs, fuel purchases, or other expenses allowable for reimbursement under the grant award, copies of receipts or invoices must be submitted along with the invoice. Onsite Visit/Audit For service contracts, the Washington County Health Department, will perform one or more onsite visits to ensure that services provided by the contractor are consistent with this contract and any applicable conditions of award. This site visi t may include a financial review to audit the accuracy of invoices and bil led expenses. If a visit is made to ensure that a service is being performed at a specific time, it may be unannounced. 4. Procurement Officer. The Department designates Michelle Hutchinson to serve as Procurement Officer for this Contract. All contact between the Department and the Contractor regarding all matters relative to this Contract shall be coordinated through the Procurement Officer. 5. Disputes. Disputes arising under this Contract shall be governed by State Finance and Procurement Art icle, Title 15, Subtitle 2, Part III, Annotated Code of Maryland, and by COMAR 21.10 Administrative and Civil Remedies. Pending resolution of a dispute, the Contractor shall continue to perform this Contract, as directed by the Procurement Officer. 6. Termination for Convenience. The State may terminate this Contract, in whole or in part, without showing cause upon prior written notification to the Contractor specifying the extent and the effective date of the termination. The State will pay all reasonable costs associated with this Contract that the Contractor has incurred up to the date of termination, and all reasonable costs associated with termination of the Contract. However, the Contractor may not be reimbursed for any anticipatory profits which have not been earned up to the date of termination. Termination hereunder, including the determination of the rights and obligations of the parties, shall be governed by the provisions of COMAR 21.07.01.12(A)(2). 7. Termination for Default. If the Contractor does not fulfill obligations under this Contract or violates any provision of this Contract, the Department may terminate the Contract by giving the Contractor written notice of termination. Termination under this paragraph does not relieve the Contractor from liability for any damages caused to the State. Termination hereunder, including the rights and obligations of the parties, shall be governed by the provisions of COMAR 21.07.01.11B. 8. Termination for Non Appropriation. If funds are not appropriated or otherwise made available to support continuation in any fiscal year succeeding the first fiscal year, this Contract shall be terminated automatically as of the beginning of the fiscal year for which funds are not available. The Contractor may not recover anticipatory profits or costs incurred after termination. 9. Non-Discrimination in Employment. The Contractor shall comply with the nondiscrimination provisions of federal and Maryland law, including, but not limited to, the employment provisions of §13-219 of the State Finance and Procurement Article, Maryland Code and Code of Maryland Regulations 21.07.01.08, and the commercial nondiscrimination provisions of Title 19, Subtitle 1, State Finance and Procurement Article, Maryland Code. Rev. 2/2014 3 10. Maryland Law Prevails. The laws of Maryland shall govern the interpretation and enforcement of this Contract. The Maryland Uniform Computer Information Transactions Act (Commercial Law Article, Title 22 of the Annotated Code of Maryland) does not apply to this Contract or any software license acquired hereunder. 11. Anti-Bribery. The Contractor certifies that, to the Contractor’s best knowledge, neither the Contractor; nor (if the Contractor is a corporation or partnership) any of its officers, directors, partners, or controlling stockholders; nor any employee of the Contractor who is directly involved in the business’s contracting activities, has been convicted of bribery, attempted bribery, or conspiracy to bribe under the laws of any state or of the Uni ted States. Rev. 2/2014 4 IN WITNESS THEREOF, the parties have executed this Contract as of the date hereinabove set forth. CONTRACTOR STATE OF MARYLAND MARYLAND DEPARTMENT OF HEALTH WASHINGTON COUNTY HEALTH DEPARTMENT (Seal) By: By: Earl Stoner, Health Officer (Printed Name and Title) (Printed Name and Title) Date Date Open Session Item NOTE: The Board will need to convene as the Board of Health when considering this request. SUBJECT: Crisis Beds Contract PRESENTATION DATE: January 10, 2023 PRESENTATION BY: Earl Stoner, Health Officer; Dan Triplett, Administrator RECOMMENDED MOTION: The health department is recommending that the Board of Health award a contract to Meritus Medical Center in the amount of $112,491.00 for the expansion of Crisis Beds and stabilization services for the period of October 1, 2022 through June 30, 2023. REPORT-IN-BRIEF: Short term (usually under 4 days) stabilization services are used to enhance existing withdrawal management services for individuals who are affected by various addictions. This contract will expand access to treatment and recovery services, providing access to buprenorphine induction, care coordination by Certified Peer Recovery Specialist, and individual tr eatment services. This approach promotes treatment rather than incarceration will likely decrease the number of negative interactions with local law enforcement. The goal of the program is to divert individuals to the appropriate level of care. Because of the nature of the interventions necessary, the health department feels the Meritus Medical Center, as the only hospital within Washington County, is the only entity who can provide these services. DISCUSSION: FISCAL IMPACT: No additional funds are being requested for this award. This contract will be fully funded by a grant awarded to the health department by the Behavioral Health Administration of the Maryland Department of Health. CONCURRENCES: ATTACHMENTS: Contract Attached Board of County Commissioners of Washington County, Maryland Agenda Report Form Rev. 2/2014 1 STATE OF MARYLAND MARYLAND DEPARTMENT OF HEALTH FY23 F936N-0881 Meritus Medical Center THIS CONTRACT (the “Contract”), is made as of the 1st day of October , 20 22 by and between the STATE OF MARYLAND, acting through the MARYLAND DEPARTMENT OF HEALTH, Washington County Health Department (“Department”), and Meritus Medical Center (“Contractor”) whose principal office in Maryland is 11116 Medical Campus Road, Hagerstown, MD 21740 and whose principal business address is Same . The parties agree as follows: 1. Scope of Contract. (a) The Contractor shall provide the following goods or services: Meritus Medical Center agrees to meet the Conditions of Award (attached) & Statement of Work (attached) dated 9/30/2022. The scope of work or solicitation dated 9/30/2022 is attached and incorporated by reference as Exhibit A . The Contractor’s bid or proposal dated XXXX is attached and incorporated by references as ExhibitX X . If there Is any conflict between this Contract and any exhibits incorporated by reference, the terms of this contract shall govern. If there is any conflict among the Exhibits, the following order of precedence shall determine the prevailing provision: Exhibit A – the scope of work or solicitation and Exhibit B – the Contractor’s bid or proposal. (b) Changes. This Contract may be amended only with the written consent of both parties. Amendments may not significantly change the scope of the Contract (including the Contract price). 2. Term of Contract. The term of this Contract shall be for the period of October 1st, , 20 22 through June 30th , 20 23 . 3. Compensation and Method of Payment. (a) Compensation. The total compensation for services to be rendered by the Contractor shall not exceed $112,491.00 (b) Method of Payment. The Department shall pay the Contractor no later than thirty (30) days after the Department receives a proper invoice from the Contrac tor. Charges for late payment of invoices, other than as prescribed by Title 15, Subtitle 1, State Finance and Procurement Article, Maryland Code, are prohibited. (c) Tax Identification Number. The Contractor’s Federal Tax Identification Number is 52-0607949 . The Contractor’s Social Security Number is (Individual Contractor Only). Contractor’s Federal Tax Identification Number (or Social Security Number - Individual Contractor Only) shall appear on all invoices submitted by the Contractor to the Department for payment. (d) Invoicing. All invoices for services shall be signed by the Contractor and submitted to wchd.invoice@maryland.gov.. All invoices shall be submitted along with any supporting documentation to prove the expenses were incurred by the contractor. All invoices shall include the following information: ● Contractor name; ● Remittance address; ● Federal taxpayer identification number; ● Invoice period; Rev. 2/2014 2 ● Invoice date; ● Invoice number ● Goods or services provided; and ● Amount due. Invoices submitted without the required information and inclusive of the supportive documentation cannot be processed for payment until the Contractor provides the required information. Supporting Documentation Requirements The Washington County Health Department is required to ensure that all expenses disbursed under grant programs are made within the scope of the Condition of Awards and only appropriate expenses are reimbursed under the grant. As such, supporting documentation is required to support expenses invoiced under this contract. ● For reimbursement of salaries and related personnel costs, copies of payroll reports or other proof of payments/costs must be submitted along with the invoice. Reports must detail amounts paid to or on behalf of (salary and fringe costs) individual employees. ● For equipment purchases that are approved under the grant award, originals or copi es of receipts for the equipment must be submitted along with the invoice. ● For any sub-contracted services allowable under the grant award, copies of invoices from the sub- contractors must be submitted along with the invoice. Sub -contracted services must be pre- approved by the Contract Monitor. Supportive documentation proving the costs and expenses of the sub-contractor will also need to be provided. ● For any supplies, utility costs, fuel purchases, or other expenses allowable for reimbursement under the grant award, copies of receipts or invoices must be submitted along with the invoice. Onsite Visit/Audit For service contracts, the Washington County Health Department, will perform one or more onsite visits to ensure that services provided by the contractor are consistent with this contract and any applicable conditions of award. This site visit may include a financial review to audit the accuracy of invoices and billed expenses. If a visit is made to ensure that a service is being performed at a specific time, it may be unannounced. 4. Procurement Officer. The Department designates Michelle Hutchinson to serve as Procurement Officer for this Contract. All contact between the Department and the Contractor regarding all matters relative to this Contract shall be coordinated through the Procurement Officer. 5. Disputes. Disputes arising under this Contract shall be governed by State Finance and Procurement Article, Title 15, Subtitle 2, Part III, Annotated Code of Maryland, and by COMAR 21.10 Administrative and Civil Remedies. Pending resolution of a dispute, the Contractor shall continue to perform this Contract, as directed by the Procurement Officer. 6. Termination for Convenience. The State may terminate this Contract, in whole or in part, without showing cause upon prior written notification to the Contractor spec ifying the extent and the effective date of the termination. The State will pay all reasonable costs associated with this Contract that the Contractor has incurred up to the date of termination, and all reasonable costs associated with termination of the Contract. However, the Contractor may not be reimbursed for any anticipatory profits which have not been earned up to the date of termination. Termination hereunder, including the determination of the rights and obligations of the parties, shall be govern ed by the provisions of COMAR 21.07.01.12(A)(2). 7. Termination for Default. If the Contractor does not fulfill obligations under this Contract or violates any provision of this Contract, the Department may terminate the Contract by giving the Contractor written notice of termination. Termination under this paragraph does not relieve the Contractor from liability for any damages caused to the State. Termination hereunder, including the rights and obligations of the parties, shall be governed by the provis ions of COMAR 21.07.01.11B. 8. Termination for Non Appropriation. If funds are not appropriated or otherwise made available to support continuation in any fiscal year succeeding the first fiscal year, this Contract shall be terminated automatically as of the beginning of the fiscal year for which funds are not available. The Contractor may not recover anticipatory profits or costs incurred after termination. Rev. 2/2014 3 9. Non-Discrimination in Employment. The Contractor shall comply with the nondiscrimination provisions of federal and Maryland law, including, but not limited to, the employment provisions of §13-219 of the State Finance and Procurement Article, Maryland Code and Code of Maryland Regulations 21.07.01.08, and the commercial nondiscrimination provisions of Title 19, Subtitle 1, State Finance and Procurement Article, Maryland Code. 10. Maryland Law Prevails. The laws of Maryland shall govern the interpretation and enforcement of this Contract. The Maryland Uniform Computer Information Transactions Act (Commercial Law Article, Title 22 of the Annotated Code of Maryland) does not apply to this Contract or any s oftware license acquired hereunder. 11. Anti-Bribery. The Contractor certifies that, to the Contractor’s best knowledge, neither the Contractor; nor (if the Contractor is a corporation or partnership) any of its officers, directors, partners, or controlling stockholders; nor any employee of the Contractor who is directly involved in the business’s contracting activities, has been convicted of bribery, attempted bribery, or conspiracy to bribe under the laws of any state or of the United States. Rev. 2/2014 4 Washington County LAA SOR III Crisis Program BH262SOR September 30,2022 Conditions Of Award The Conditions of Award (CoA) set forth the standard terms and conditions for all Behavioral Health Administration (BHA) awards are applicable for the current State Fiscal Year (SFY) 2023. In addition to the CoA, each grant award document contains “program specific” award details and instructions also known as a Statement of Work (SOW) and may be incorporated by reference in the CoA. These program details are designed to ensure that award recipients comply with any regulatory, statutory or local programmatic requirements. Additionally, program speci fic terms and conditions may be amended and/or added to an award at any time dur ing the award period, in order to address budgetary or program compliance issues as deemed necessary by BHA. The Award Recipient must affirm in writing, along with other agencies, consultants and vendors supported by the Award, that they are aware of their responsibilities and agree to comply with these Conditions of Award and any related requirements/certifications etc. as applicable. Failure to comply with the terms and conditions may lead to possible delays i n funding, suspension, reduction and or termination of an award. BHA reserves the right to recover partial or full award amounts due to negligence, misappropriation or any other form of non-compliance, as deemed necessary and with supporting justification. Further, BHA reserves the right to vary th e Conditions of Award at any time by providing 30 days written notice to the award recipient. DEFINITIONS a. Allocation Letter - A letter notifying a jurisdiction or Behavioral Health Authority of projected allocation amounts to be anticipated for the upcoming state fiscal year. b. Award Letter - the letter from BHA to the principal Award Recipient specifying the value and tenure of the grant that has been awarded. c. Award Recipient(s) - An entity or jurisdiction to which an award has been made by BHA and has assumed responsibility for the overall administration and management of the awarded funds. d. Award Period - the period of the Award as set forth in the Award Letter. e. Crisis Service Definitions: ● Crisis Beds - Short term (not usually to exceed 4 days) stabilization services, that enhances already existing withdrawal management services, and expands access to treatment and recovery service availability with the addition of buprenorphine induction and care coordination by Certified Peer Recovery Specialists. Facilities provide immediate attention in the least restrictive setting through a robust menu of individualized treatment services and recovery supports including transportation. This approach promotes treatment rather than incarceration and it will likely de crease the number of interactions with local law enforcement, which often results in arrests, and diverts individuals to the appropriate level of care. Washington County LAA SOR III Crisis Program BH262SOR September 30,2022 Rev. 2/2014 5 ● Crisis Center (24/7 Walk In/ Stabilization) - Centers that are typically open 24/7 and serve as an entry point for individuals to access any number of varying crisis services that assist in de-escalating and stabilizing a behavioral health crisis. Individuals experiencing a behavioral health and/or substance-related crisis is eligible. Whether free standing or attached to a hospital, these centers serve as a potential entry point to long-term, ongoing service delivery and care. The primary functions ideally include screening and assessment, crisis stabilization (including medication), brief treatment, and linkage to social services and other behavioral health services, though offerings can vary. ● Mobile Crisis Services Expansion - Mobile Crisis is a community-based mobile crisis service that provides face-to-face professional and peer intervention, deployed in real time to the location of a person in crisis. The immediate goal is to de-escalate the person’s behavioral health crisis, but also assists w ith continuity of care by providing support that continues past the crisis period. ● Safe Stations - “The Safe Station model is built on four strategies: the use of warm handoffs from Safe Stations to addiction treatment, patient-centered approaches to treatment entry, aggressive resolution of barriers to care, and continuity of contact with the patient. Similar to walk-in centers, these are a newer crisis service that employs fire and police stations as access hubs for entry into the treatment system, with 24 hours a day, seven days a week access for interested individuals. The purpose of these approaches is to avoid patient attrition/dropout. The Safe Stations program also includes care coordination, peer recovery support, and legal assistance with warrant resolution. Entry and admission to Safe Stations is the beginning of a process that includes a team to assist individuals with opioid addiction to connect with treatment when they decide they need treatment. f. Report – A written record submitted to BHA, in the form and manner prescribed, on which the Award Recipient reports on the activities undertaken during a specified timeframe (i.e. monthly, quarterly etc.). g. Statement of Work (SOW) - A SOW is a formal document that provides direction and details to the vendor or contractor about how the work should be performed, under what conditions, timeframes for accomplishment, frequency and outcomes/outputs. (Unless otherwise noted, BHA-required SOW’s shall generally be Performance-Based or Level of Effort/Time & Materials/Unit Rate in nature). TERMS The LBHA shall provide or contractually ensure the provision of the following during the Award Period of October 1, 2022 thro ugh June 30, 2023: Crisis Beds, Crisis Center (24/7 Walk In/ Stabilization), Mobile Crisis Services Expansion, and Safe Station s Washington County LAA SOR III Crisis Program BH262SOR September 30,2022 Eligible Use of Funds: Rev. 2/2014 6 · Evidence-based treatments, practices, and interventions for OUD; This program also supports evidence -based prevention, treatment and recovery support services to address stimulant use disorder to include cocaine and methamphetamine; · Develop and implement evidence-based prevention, treatment, and recovery support services to address stimulant misuse and use disorders; Clinical treatment may include outpatient, intensive outpatient, day treatment, partial hospitalization, or inpatient hospitalization; · FDA approved MAT (methadone and buprenorphine products); · Evidence-based prevention, treatment, and recovery support; · Contingency Management (Treatment only); · Telehealth equipment and other related costs; · Implementation of tobacco/nicotine product (e.g.: vaping) cessation programs, activities, and/or strategies; · Collaboration or coordination with Ryan White HIV/AIDS Program; · Training/workforce development for staff. Ineligible Use of Funds: ● Medical withdrawal (detoxification); ● Non-evidence-based approaches; ● Funding of programs that would deny a patient access to their program because of their use of FDA- approved MAT medications; ● No funding may be used to procure DATA waiver training by recipients or sub recipients of this funding; ● Pay for promotional items including, but not limited to, clothing and commemorative items such as pens, mugs/cups, folders/folios, lanyards, and conference bags; ● Pay for the purchase or construction of any building or structure to house any part of the program; ● Make direct payments to individuals to enter treatment or continue to participate in prevention or treatment services. Special Terms of Award Grant funds may not be used, directly or indirectly, to purchase, prescribe, or provide marijuana or treatment using marijuan a. Treatment in this context includes the treatment of opioid use disorder. Grant funds also cannot be pro vided to any individual who or organization that provides or permits marijuana use for the purposes of treating substance use or mental disorders. See, e.g., 45 C.F.R. § 75.300(a) (requiring HHS to “ensure that Federal funding is expended . . . in full accordance with U.S. statutory . . . requirements.”); 21 U.S.C. §§ 812(c)(10) and 841 (prohibiting the possession, manufacture, sale, purchase or distribution of marijuana). This prohibition does not apply to those providing such treatment in the context of c linical research permitted by the DEA and under an FDA-approved investigational new drug application where the article being evaluated is marijuana or a constituent thereof that is otherwise a banned controlled substance under federal law. Washington County LAA SOR III Crisis Program BH262SOR September 30,2022 Certain Federal Fund Requirements and Restrictions Rev. 2/2014 7 The Grantee will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The Grantee agrees to take affirmative action to employ, advance in employment and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Se ction 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. Sec. 791 et seq.) prohibits discrimination on the basis of handicap in all federally assisted programs and activities. The undersigned certifies, to the best of his or her knowledge and belief, that: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. Grant funds may not be used, directly or in affiliation with safe use sites. Gift cards cannot be purchased with SOR funding. Failure to comply with these Conditions of Award may result in the follo wing, including but not limited to, loss of award, future audit exceptions, dis-allowance of expenditures, award reductions, and/or delay in payment of award funds, until such time that areas of non-compliance are corrected. Reporting Requirements: Monthly reporting on performance measures/deliverables will be required with the first report due and no later October 15, 2022 (reporting is due by the 15th of every month). Monthly reporting on expenses will be required with the first report due and no later October 15, 2022 (reporting is due by the 15th of every month). The Worksheet 3 will be uploaded for completion in box.com. If applicable, all Government Performance and Results Act (GPRA) data is captured at the designated in tervals (baseline, 3 months, 6 months, discharge) as required by SAMHSA. Washington County LAA SOR III Crisis Program BH262SOR September 30,2022 STATEMENT OF WORK Rev. 2/2014 8 NAME OF AWARD RECIPIENT: Was Washington County LAA AWA AWARD # BH26 BH2622SOR F787N PERI PERIOD : (State Fiscal Year) SFY2 SFY2023 SECTION I. 1. Title Crisis Crisis Services Expansion 2. Objectives Prov Provide peer support services to individuals experiencing opioid ioid overdose 3. Award Value $112,4$112,491 October 1, 2022 through June 30, 2023 4. Name of Contractor/ Provider Organization Merit Meritus Medical Center 5. List List of ALL positions funded in p part or wholly by this Award Peer Support Specialists - 4 FTE 4 FTE 6. Location of Work/Work Site of Service Delivery Merit Meritus Medical Center 11116 11116 Medical Campus Road, Hagerstown, MD 21742 7. 7. P Performance Requirements Servi Services will be provided to individuals with opioid use disorders. IndiviIndividuals will also be screened and assessed for stimulants. Thos Those testing positive for stimulant use will receive the p r i a appropriate treatment and care. Rev. 2/2014 9 8. 8. Reporting Requirements Mont Monthly reporting on performance measures/deliverables will be requi required with the first report due and no later October 15, 2022 (repo (reporting is due by the 15th of every month). Monthly reporting on expenses will be required with the first report due and no later Oct October 15, 2022 (reporting is due by the 15th of every month). The Worksheet 3 will be uploaded for completion in box.com 9. 9. Modification Requirements Sho Should modifications to this agreement be required; requests must must be submitted in writing by the Local Behavioral Health thorit Authority/Local Addiction Authority to the Office of Crisis & Criminal Justice Services at BHA. Requests for changes will be revie reviewed by the Office and will be considered in a timely manner I if c If changes are approved, the Office will partner with the Local Auth Authority and BHA Finance to make necessary changes & provide the the Local Authority with an updated Scope of Work to guide s service delivery. 10. 10. Special Requirements Washington County LAA SOR III Crisis Program BH262SOR September 30,2022 SECTION II. - Work Breakdown Structure (WBS) Rev. 2/2014 10 Task/Activities D Deliverables/Milestones /Unit Measure Tentative Dates for Delivery R Reduction of remissions to Meritus ha Behavioral Health Unit 2% 2 % June June 30, 2023 Red Reduce number of emergency service calls 2% 2 % June June 30, 2023 Number of individuals served through ED peer peer support specialists who have ex experienced an overdose 15 15 June June 30, 2023 R Reduction in County overdoses 2% 2 % Jne June June 30, 2023 Merit Meritus Medical Center has read and understands the requirements of this Statement of Work (SOW) for the _______ Meritus Medical Center _____ covering the Award Period of _October 1, 2022 through June June 30, 2023. Further, the Award Recipient agrees to provide/deliver the stated services as rib described above, not to exceed the amount listed in Section I., in the manner and timeframe reflected h herein. Rev. 2/2014 11 AWARD RECIPIENT: Signature of Authorizing Official: _______________________________________________ Printed Name of Authorizing Official: _______________________________________________ Effective Date:________________________ CONTRACTOR STATE OF MARYLAND MARYLAND DEPARTMENT OF HEALTH WASHINGTON COUNTY HEALTH DEPARTMENT (Seal) By: By: Rev. 2/2014 12 Douglas Spotts, MD CHO, VP Earl Stoner, Health Officer (Printed Name and Title) (Printed Name and Title) Date Date Attachments: Exhibit A: COA & SOW Open Session Item SUBJECT: Funding Request for Infrastructure Project. PRESENTATION DATE: January 10th, 2023 PRESENTATION BY: Mayor Howard Long, Town of Boonsboro RECOMMENDED MOTION: Award $520,000 in grant funds to the Town of Boonsboro, to fund the realignment of Campus Avenue and create a controlled intersection with Chase Six Boulevard and Maple Avenue. REPORT-IN-BRIEF: Currently, no crosswalk exists at the intersection of Maple Avenue and Campus Avenue. This creates a dangerous situation for pedestrians and student coming to/from campus. A controlled intersection w/ crosswalks will reduce chronic speeding and provide safe crossing. DISCUSSION: FISCAL IMPACT: The intersection will improve existing road infrastructure and accommodate both residential and commercial growth. CONCURRENCES: ATTACHMENTS: 1) Formal Funding Request Letter from Mayor Long 2) Chase Six Blvd. - Campus Ave. Realignment & Intersection Project Summary 3) Chase Six Blvd. - Campus Ave. Realignment & Intersection Concept Plan 4) Draft MOU w/ Washington County Board of County Commissioners of Washington County, Maryland Agenda Report Form TOWN OF BOONSBORO 21 NORTH MAIN STREET  BOONSBORO, MARYLAND 21713 WWW.TOWN.BOONSBORO.MD.US 301-432-5141 December 1, 2022 Board of County Commissioners Of Washington County 100 West Washington Street Hagerstown, MD 21740 Re: Request for Funding – Chase Six / Campus Avenue Realignment & Intersection ($520,000) Dear President Cline & Commissioners: I am writing to request funding assistance for an important public safety project, currently in planning and design, here in the Town of Boonsboro. Beginning in October 2021, Staff and Elected Officials from Washington County, Washington County Public Schools, and the State Highway Administration have been working together with Potomac Edison, a local real estate developer, and a private property owner to install a controlled intersection and crosswalks, where the Educational Campus’s Campus Drive intersects with Maple Avenue / MD-66. Please see the attached Project Summary and Concept Plan. We’re expecting residential development and approximately 200 new homes, immediately north of the Educational Campus. With it, Chase Six Boulevard is scheduled for completion and will intersect with Maple Avenue, approximately 400-feet northeast of the Campus Avenue intersection. The increased traffic created by offset intersections will inevitably worsen the speeding, pedestrian safety, and infrastructure issues that already exist. We need a controlled intersection, with traffic lights and crosswalks, to safely ferry our school children across Maple Avenue. Working with Senator Corderman and Secretary Brinkley, we’ve secured a $200,000 Legislative Bond Initiative and a $200,000 MDOT Grant to pay for the needed improvements to Campus Avenue. We are respectfully requesting a grant of $520,000 from Washington County. The total cost to realign Campus Avenue, complete a land swap transaction with a local property owner, and complete the needed grading, landscaping, and stormwater improvements is estimated at $920,000. The real estate developer has pledged the cost of engineering. We are grateful to the Board of County Commissioners for their outstanding support and guidance. The $1 Million we received for our reservoir replacement is much appreciated and will prove to be an excellent investment for Boonsboro and Washington County. That project is scheduled to begin construction, July 2023. The intersection is another great investment opportunity. That area of Town needs safer traffic infrastructure, both today and for future growth. Please consider making another important investment in the Boonsboro Community and the safety of Washington County residents. Thanks very much for your consideration! Please contact Town Manager, Paul Mantello, with any questions or comments. He can be reached by phone at 301-432-7600 and by email at townmanager@townofboonsboro.com. Sincerely, Howard Long, Mayor Town of Boonsboro Cc. (via email) The Honorable Paul D. Corderman, Maryland State Senate, Washington County District 2 The Honorable Mark Widmyer, Maryland Governor’s Office, Intergovernmental Affairs Background: Maryland Route 66, known as Maple Avenue as it travels three quarters of a mile through the Town of Boonsboro, is a thoroughfare for residents traveling to-and-from Hagerstown. Every day, around 4,200 vehicles travel the stretch of Maple Avenue, bordering the educational campus. On average, 650 of those vehicles (15%) are travelling 12-or-more mph over the posted speed limit of 30 mph. The Town is expecting residential development and approximately 200 new homes, immediately north of campus. With it, a new road named Chase Six Boulevard will intersect with Maple Avenue, approximately 400-feet northeast of the Campus Avenue intersection; the Educational Campus’s connection to MD-66. The Need: Heavy traffic, speeding, and the absence of crosswalks to safely ferry students across Maple Avenue to/from campus is a dangerous scenario with potentially dire consequences. The increased traffic created by an offset Chase Six Boulevard will inevitably worsen the safety and traffic issues that already exist. We need lighted and marked pedestrian crossings and a controlled intersection. In December, Town Staff met with the developer, WCPS, and SHA to discuss solutions. With all the issues present (queueing, speeding, high traffic, etc.), we agreed our only option is to realign Chase Six Boulevard and Campus Avenue to intersect at a controlled intersection, with crosswalks. Current Status: The Town Council, State Highway Administration, the Developer (Jim Draper & 8486 LLC), and many of our residents all agree that unsafe conditions exist presently and new development is an opportunity to improve infrastructure, to ensure these issues don’t worsen as we grow. Working with the developer’s engineering and construction staff, we drafted a concept plan for the realignment and intersection, and we have a preliminary cost estimate to complete permitting and construction. The estimated cost to realign Campus Avenue is $920,000. The construction of Chase Six Boulevard and the controlled intersection are the responsibility of the Developer, per items 5 and 6 of the 2006 Annexation Agreement with the Town, shown below: A lighted intersection creates the crosswalks and sidewalks needed to safely ferry students walking to-and-from campus. A traffic light will also serve to slow traffic on Maple Avenue and efficiently control traffic during arrival and dismissal. The Town recently received a $200,000 Legislative Bond Initiative (LBI) grant, through Senator Corderman’s Office, and another $200,000 MDOT grant, to fund the construction costs. The Town has also pledged all available resources to successfully complete the project. The Developer has pledged the cost of engineering work needed to realign Campus Drive. We are respectfully requesting $520,000 from the Board of County Commissioners to fully fund the the Chase Six Boulevard - Campus Avenue Realignment & Intersection project. For more information: Paul Mantello, Town Manager 301-432-7600 (O) 301-473-3123 (C) townmanager@townofboonsboro.com Chase Six Boulevard – Campus Avenue Realignment & Intersection Town of Boonsboro, Maryland Maple Avenue (Rt. 66) 3-Day Traffic Study (06/09 – 06/11) 13,082 Total Vehicles over 42 Hours (2,212 Vehicles Speeding 12MPH+) PR O P . R / W PR O P . R / W PR O P . R / W 578 574 578 St u a r t P l . COURT B COURT C COURT D RO A D A ST U A R T P L A C E 576 574 576 57 8 57 6 PR O P . R / W PR O P . R / W PR O P . R / W PRO P . R / W PR O P . R / W PR O P . R / W PR O P . R / W REC ph: 301-668-0505 fax: 301-668-0507 300 W. Patrick St. Frederick MD 21701 BY: OF: DATE: SHEET: BY: DRAWN CHECKED PROJECT: OWNER/DEVELOPER: 00-081LOCATED ON CHASE SIX BLVD & MD RT. 66 TOWN OF BOONSBORO WASHINGTON COUNTY, MARYLAND TAX I.D. 06-002927 SCALE: Page 1 of 4 MEMORANDUM OF UNDERSTANDING REGARDING REALIGNMENT OF CAMPUS AVENUE This Memorandum of Understanding Regarding the Realignment of Campus Avenue (“MOU”) is entered into this ______ day of _____________, 2022, by and between the Mayor and Council of the Town of Boonsboro, Maryland, a body corporate and politic (“Town”), and the Board of County Commissioners of Washington County, Maryland, a body corporate and politic and a political subdivision of the State of Maryland (“County”). The Town and the County may sometimes be referred to in this Agreement individually as a Party or collectively as the Parties. RECITALS The Parties agree that, in order to promote the safety of students and community members, Campus Avenue should be realigned as set forth on the attached drawing by B&R Design Group, Inc. for Fletchers Grove Dean South Section entitled Exhibit: Chase Six Re-Alignment Plan with 77 degree Intersection. Said drawing is labeled as Exhibit A, attached hereto, and incorporated herein. The realignment of Campus Avenue will occur as part of a larger project creating a lighted intersection at Campus Avenue (as realigned) and Chase Six Boulevard (as developed) (“Project”). This intersection is more fully depicted on Exhibit A. The Town sought funding from external sources, including but not limited to a state bond bill, to finance those portions of the Project not being paid for by the developer of Fletchers Grove. The County is, or expects to soon become, the owner of certain real property consisting of approximately one acre fronting on Maple Avenue, a portion of which underlies the current Campus Avenue. This parcel is shown on Exhibit A as the shaded area and labeled as “Possible Land Swap with McIlwee 1.0 ac.” This parcel shall hereinafter be referred to as “County Parcel.” The Town is, or expects to soon become, the owner of certain real property with a street address of 202 Maple Avenue, Boonsboro, Maryland, which consists of approximately one acre fronting on Maple Avenue. This parcel shall hereinafter be referred to as “Town Parcel.” Page 3 of 4 8. Effectiveness. This MOU shall become effective on the date signed by both Parties and shall remain in full force and in effect until terminated by written mutual agreement of the Parties. 9. Assignment and Applicability. This MOU cannot be assigned without the written consent of both Parties. 10. Applicable Law. This MOU shall be governed by and construed in accordance with the laws of the State of Maryland. Any suit involving any dispute or matter arising under this MOU shall be brought in the Circuit Court for Washington County, Maryland, unless that court does not have subject matter jurisdiction, in which case the action shall be brought in the District Court of Maryland for Washington County. The Parties consent to such jurisdiction. 12. Notices. Notices required under this Agreement are effective if given to the following, unless updated notice information is provided by either Party to the other in the future: If to the Town: Town Clerk 21 North Main Street Boonsboro, Maryland 21713 With a courtesy copy to: Jason Morton Salvatore & Morton, LLC 82 West Washington Street, Suite 100 Hagerstown, Maryland 21740 If to the County: County Clerk 100 West Washington Street Hagerstown, Maryland 21740 With a courtesy copy to: Kirk C. Downey, County Attorney 100 West Washington Street Hagerstown, Maryland 21740 Open Session Item SUBJECT: Contract Award (PUR-1583) – Rubble Landfill Closure for the Solid Waste Department PRESENTATION DATE: January 10, 2023 PRESENTATION BY: Brandi Naugle, CPPB, Buyer, Purchasing Department; David Mason, P.E., Deputy Director, Solid Waste Department RECOMMENDED MOTION: Move to award the contract for the Rubble Landfill Closure project to the responsible, responsive bidder, Greenridge Contractors, Inc., of Hagerstown, MD who submitted the lowest total sum bid in the amount of $1,496,485 (for Item Nos. 1 through 10 and Contingent Items C-1 through C-3). REPORT-IN-BRIEF: The project is a 5-acre synthetic cap of Cell No. 1. The project includes site clearing, the synthetic cap, stormwater management and gas vents. The Rubble Reclamation Landfill is located off of Kemp Mill Road north of Williamsport. Cell No. 1 has been inactive since 2001 following the opening of the 40 West Landfill in December 2000. The site's Solid Waste permit remained active until 2019. Per COMAR, construction of the closure cap must be started 36 months after a landfill has become inactive. The Invitation to Bid (ITB) was advertised on the State of Maryland’s eMMA “eMaryland Marketplace Advantage” web site, on the County’s web site, and in the local newspaper. Thirty- Eight (38) persons/companies registered/downloaded the bid document on-line, six (6) bids were received, and nine (9) firms were represented at the pre-proposal conference/teleconference. FISCAL IMPACT: Funds are budgeted in the Solid Waste Department’s Capital Improvement Plan (CIP) 515000-31-21010 CAP003 for these services. CONCURRENCES: N/A ALTERNATIVES: N/A ATTACHMENTS: Bid Tabulation Matrix AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form PUR-1583 Rubble Landfill Closure 1 Item No.Item Description Unit of Measure Appr Qty Unit Price Total Price Unit Price Total Price Unit Price Total Price 1.0 Mobilization & Demobilization LS 1 $242,830.00 $242,830.00 $115,000.00 $115,000.00 $240,600.00 $240,600.00 2.0 Construction Stakeout and Survey LS 1 $21,200.00 $21,200.00 $12,000.00 $12,000.00 $20,300.00 $20,300.00 3.0 Testing and Inspections LS 1 $12,160.00 $12,160.00 $24,400.00 $24,400.00 $15,500.00 $15,500.00 4.0 Erosion and Sediment Control LS 1 $267,540.00 $267,540.00 $90,000.00 $90,000.00 $278,900.00 $278,900.00 5.0 Clearing and Grubbing AC 5.25 $18,910.00 $99,277.50 $4,800.00 $25,200.00 $17,651.65 $92,671.16 6.0 Excavation and Grading to Intermediate Grades CY 2,000 $43.50 $87,000.00 $29.40 $58,800.00 $25.00 $50,000.00 7.01 Geomembrane SY 230,000 $0.85 $195,500.00 $0.95 $218,500.00 $1.09 $250,700.00 7.02 Geocomposite Drainage Net SF 230,000 $1.10 $253,000.00 $1.49 $342,700.00 $1.20 $276,000.00 7.03 8 oz./SY Geotextiles SF 230,000 $0.26 $59,800.00 $0.38 $87,400.00 $0.29 $66,700.00 9.01 Topsoil Layer CY 3,000 $20.00 $60,000.00 $23.52 $70,560.00 $24.88 $74,640.00 9.02 Vegetative Support Layer CY 15,000 $18.00 $270,000.00 $27.15 $407,250.00 $33.60 $504,000.00 10.0 Landfill Gas Vents EA 5 $4,250.00 $21,250.00 $1,875.00 $9,375.00 $4,107.92 $20,539.60 * Item No.Item Description Unit of Measure Appr Qty Unit Price Total Price Unit Price Total Price Unit Price Total Price C-1 Contingent Unsuitable Material Excavation CY 500 $44.00 $22,000.00 $25.00 $12,500.00 $40.36 $20,180.00 C-2 Contingent Select Material for Backfill CY 500 $77.00 $38,500.00 $38.00 $19,000.00 $54.82 $27,410.00 C-3 Contingent Transportation of Trash to 40 West Landfill TONS 100 $30.50 $3,050.00 $38.00 $3,800.00 $32.89 $3,289.00 * *Corrected calculations based on unit prici Greenridge Contractors, Inc. Hagerstown, MD C. William Hetzer, Inc. Hagerstown, MD $1,461,185.00TOTAL BASE BID ITEMS (1.0 through 10.0)$1,589,557.50 CONTINGENT BID ITEMS TOTAL CONTINGENT BID ITEMS (C-1 through C-3)$63,550.00 $35,300.00 $50,879.00 TOTAL SUM BID FOR BASE BID ITEMS (No. 1.0 through 10.0) PLUS CONTINGENT ITEMS (C-1 and C-3)$1,653,107.50 $1,496,485.00 $1,941,429.76 Harnden Group, LLC Harrisburg, PA $1,890,550.76 Bids Opened: November 16, 2022 PUR-1583 Rubble Landfill Closure 3 Item No.Item Description Unit of Measure Appr Qty Unit Price Total Price Unit Price Total Price Unit Price Total Price 1.0 Mobilization & Demobilization LS 1 $65,000.00 $65,000.00 $290,881.00 $290,881.00 $104,120.00 $104,120.00 2.0 Construction Stakeout and Survey LS 1 $12,750.00 $12,750.00 $32,362.00 $32,362.00 $36,960.00 $36,960.00 3.0 Testing and Inspections LS 1 $24,750.00 $24,750.00 $21,280.00 $21,280.00 $55,450.00 $55,450.00 4.0 Erosion and Sediment Control LS 1 $339,000.00 $339,000.00 $253,810.00 $253,810.00 $369,900.00 $369,900.00 5.0 Clearing and Grubbing AC 5.25 $5,900.00 $30,975.00 $16,040.00 $84,210.00 $7,800.00 $40,950.00 6.0 Excavation and Grading to Intermediate Grades CY 2,000 $10.75 $21,500.00 $45.50 $91,000.00 $14.00 $28,000.00 7.01 Geomembrane SY 230,000 $0.80 $184,000.00 $1.05 $241,500.00 $0.95 $218,500.00 7.02 Geocomposite Drainage Net SF 230,000 $1.27 $292,100.00 $1.25 $287,500.00 $1.30 $299,000.00 7.03 8 oz./SY Geotextiles SF 230,000 $0.33 $75,900.00 $0.35 $80,500.00 $0.32 $73,600.00 9.01 Topsoil Layer CY 3,000 $55.25 $165,750.00 $70.00 $210,000.00 $50.80 $152,400.00 9.02 Vegetative Support Layer CY 15,000 $25.25 $378,750.00 $37.00 $555,000.00 $58.15 $872,250.00 10.0 Landfill Gas Vents EA 5 $1,650.00 $8,250.00 $2,720.00 $13,600.00 $6,350.00 $31,750.00 Item No.Item Description Unit of Measure Appr Qty Unit Price Total Price Unit Price Total Price Unit Price Total Price C-1 Contingent Unsuitable Material Excavation CY 500 $5.50 $2,750.00 $16.90 $8,450.00 $82.80 $41,400.00 C-2 Contingent Select Material for Backfill CY 500 $44.00 $22,000.00 $48.00 $24,000.00 $95.30 $47,650.00 C-3 Contingent Transportation of Trash to 40 West Landfill TONS 100 $15.00 $1,500.00 $33.00 $3,300.00 $185.00 $18,500.00 *Corrected calculations based on unit pricing TOTAL SUM BID FOR BASE BID ITEMS (No. 1.0 through 10.0) PLUS CONTINGENT ITEMS (C-1 and C-3)$1,624,975.00 $2,197,393.00 $2,390,430.00 CONTINGENT BID ITEMS TOTAL CONTINGENT BID ITEMS (C-1 through C-3)$26,250.00 $35,750.00 $107,550.00 Huntzberry Brothers, Inc. Smithsburg, MD Kinsley Construction, Inc. Hagerstown, MD Laurita, Inc. Morgantown, WV TOTAL BASE BID ITEMS (1.0 through 10.0)$1,598,725.00 $2,161,643.00 $2,282,880.00 Bids Opened: November 16, 2022 Open Session Item SUBJECT: Contract Renewal (PUR-1403) Landfill Inspection Services – Requirements Contract PRESENTATION DATE: January 10, 2023 PRESENTATION BY: Brandi Naugle, CPPB, Buyer, Purchasing Department; Dave Mason, P. E., Deputy Director, Solid Waste Department RECOMMENDED MOTION: Motion to renew the contract with BAI Group, LLC for a one (1) year period commencing March 13, 2023, this is the fourth and final one year renewal. The contract terms and conditions will remain as is with the exception of a rate increase of 5.6% for construction inspection and engineering services based on its letter of request dated November 21, 2022, the rates are as follows: Contract Contract Contract Contract Contract Year 1 Year 2 Year 3 Year 4 Construction Board of County Commissioners of Washington County, Maryland Agenda Report Form REPORT-IN-BRIEF: The services under this contract consist of providing inspection services for landfill related construction projects located throughout the County. The projects involve the construction of sanitary landfill floor construction, landfill capping, leachate collection systems, leachate storage tanks, sediment basins, leachate collection pump station construction, earthwork, landscaping, building construction inspection, mechanical and electrical systems, monitoring wells and other related tasks. This is a requirements contract; inspectors are utilized on an as-needed basis with no guarantee of minimum or maximum number of hours. The duration of the contract was for a period of one (1) year that began March 13, 2019 with an option by the County to renew for up to four (4) additional consecutive one (1) year periods. DISCUSSION: N/A FISCAL IMPACT: Funds are budgeted in individual project accounts for these services. CONCURRENCES: Division Director of Environmental Management ALTERNATIVES: N/A ATTACHMENTS: BAI Group, LLC’s letter dated November 21, 2022 AUDIO/VISUAL NEEDS: N/A ` State College • Royersford www.baigroupllc.com 2525 Green Tech Drive Suite D, State College PA 16803 • 814.238.2060 Civil, Environmental, & Geological Consultants November 21, 2022 Purchasing Director Washington County Coordinating Committee 100 West Washington Street Room 3200 Hagerstown, MD 21740-4748 RE: Letter of Intent to Renew Contract Landfill Inspection Services Requirement Contract (PUR-1403) Dear Director: Please accept this correspondence from BAI Group, LLC (BAI) as our Letter of Intent to enter into a one-year contract renewal term for the referenced contract (PUR-1403 for “Landfill Inspection Services”). The one-year contract renewal period would commence at the conclusion of the term of our current agreement which ends March 12, 2023. Concurrently, we request a 5.6% increase to our schedule of labor rates for the coming one-year term. This increase is based on data from the U.S. Bureau of Labor and Statistics. 1 A tabular explanation of the increases follows: Rate Category Current Contract Year Rate New Contract Year Rate Construction Inspector Straight Time $ 70.34 /hr $ 74.28 /hr Overtime $ 70.34 /hr $ 74.28 /hr Senior Construction Inspector Straight Time $ 89.82 /hr $ 94.85 /hr Overtime $ 89.82 /hr $ 94.85 /hr Project Manager Straight Time $ 127.69 /hr $ 134.84 /hr Overtime $ 127.69 /hr $ 134.84 /hr Certification Engineer Straight Time $ 127.69 /hr $ 134.84 /hr Overtime $ 127.69 /hr $ 134.84 /hr If you have any questions, please do not hesitate to contact me. Sincerely, BAI Group Inc. James B. Echard, P.E. President 1 5.6% obtained for the 12-month change in the Employment Cost Index from lower right of page 2 of report from the BLS titled “Hagerstown Area Economic Summary,” dated November 02, 2022. Open Session Item SUBJECT: Bid Award (PUR-1586) - Roof Replacement and Metal Siding Installation PRESENTATION DATE: January 10, 2023 PRESENTATION BY: Rick Curry, CPPO, Director, Purchasing Department; Pam Boyd, Manager, Parks and Recreation Department RECOMMENDED MOTION: Move to award the contract for the Roof Replacement and Metal Siding Installation at the various parks as listed in the bid document to the responsive, responsible, bidder Resse’s Home Improvement, Inc. of Boonsboro, MD who submitted the lowest Base Bid (Option A through Option E) and Add Alternates (Option F through Option H) for the total lump sum amount of $180,814.52 and the project is contingent of final approval of the Agreement by the County Attorney’s Office. REPORT-IN-BRIEF: On November 29, 2022, the County accepted bids for the roof replacement and metal siding project. The Invitation to Bid (ITB) was advertised locally in the newspaper and on the County’s web site, as well as on the State of MD Emma “eMaryland Marketplace Advantage” web site. Eleven (11) vendors were represented at the Pre-Bid Conference/Teleconference. The project is to be substantially completed within forty-five (45) consecutive calendar days of the Notice to Proceed. Twenty (20) persons/companies registered/downloaded the bid document on-line. There are liquidated damages that will apply at the rate of two hundred-fifty ($250) dollars per consecutive calendar day the Contractor fails to complete the work as specified. DISCUSSION: The project consists of removing and disposal of existing shingle roofing down to sub-r oof. Supply and replace any decking that is damaged or in poor condition. Supply and install new vapor barrier. Supply and install new 2” x 4” wood strips over vapor barrier on rooves that don’t have existing tongue and groove sub-roof. Prepare restroom buildings gable ends and windows for installation of 28-gauge Weather XL ABM panels. There are five (5) parks (Devil’s Backbone, Doub’s Wood, Marty Snook, Pen Mar, and Pleasant Valley) where the work is to be done. FISCAL IMPACT: Funds in the amount of $183,000 are budgeted in Capital Improvement Plan (CIP) account 30-11900-REC053. CONCURRENCES: Deputy Director ALTERNATIVES: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form ATTACHMENTS: Bid Tabulation Matrix AUDIO/VISUAL NEEDS: N/A PUR-1586 Roof Replacement and Metal Siding Installation 1 Bloomes Contracting, Inc. Lanham, MD Colossal Contractors, Inc. Burtonsville, MD Dynamic General Contracting, LLC Millersville, MD E.A.R.N. Contractors, Inc. Gaithersburg, MD Reese's Home Improvement, Inc. Boonsboro, MD Ruff Roofing and Sheet Metal, Inc. Baltimore, MD Vertex Roofing Contractors, Inc. Manassas, VA Option Description Total Price Total Price Total Price Total Price Total Price Total Price Total Price A Total Sum: Devil's Backbone Park - Bathroom Structure, Guard Shack, & Pavilion $17,737.00 $66,084.00 $81,000.00 $62,009.00 $14,669.78 $58,213.00 $33,218.00 B Total Sum: Doubs Woods Park - North Pavilion / Bathroom Combo & South Pavilion / Bathroom Combo $37,893.00 $101,912.00 $113,000.00 $106,670.00 $25,527.34 $94,531.00 $53,626.00 C Total Sum: Marty Snook Park - Guard Shack, Pavilion 1, Pavilion 2 / Bathroom Combo, Pavilion 3 / Bathroom Combo, & Pavilion 4 / Bathroom Combo $111,262.00 $265,967.00 $178,000.00 $277,351.00 $56,810.32 $187,705.00 $137,960.00 D Total Sum: Pen Mar Park - Concession Building & Museum $17,737.00 $64,033.00 $52,000.00 $64,868.00 $27,057.54 $60,108.00 $31,898.00 E Total Sum: Pleasant Valley Park - Pavilion / Bathroom Combo $12,725.00 $72,887.00 $56,000.00 $75,487.00 $17,368.50 $68,746.00 $32,308.00 F ADD ALTERNATE #1 - Marty Snook Park Jr. Football Concessions Building $13,706.00 $50,154.00 $39,000.00 $51,324.00 $14,770.74 $43,015.00 $26,025.00 G ADD ALTERNATE #2 - Marty Snook Park Jr. Little League Press boxes 1, 2, & 3 and Bathroom $22,156.00 $71,481.00 $70,000.00 $66,679.00 $21,696.24 $55,906.00 $35,363.00 H ADD ALTERNATE #3 - Marty Snook Park Softball Field Concessions Building $3,225.00 $15,048.00 $20,000.00 $23,034.00*$2,914.06 $15,216.00 $5,733.00 *Corrected calculations based on unit pricing Ruff Roofing - All deteriorated sheathing will be replaced on a T&M basis. ($90/HR + materials). We have included 1 row of snowguards at all eaves Remarks/Exceptions: BASE BID: To furnish, materials, equipment, and services necessary to properly complete the procurement required under the BASE BID price (Items within Option A thru Option E), and also Alternate(s) (Option F thru Option H) in descending priority as shown on the bid form that the Owner may wish to award based on the unit prices set forth in the Form of Proposal for "ROOF REPLACEMENT AND METAL SIDING INSTALLATION" at various County Parks. Add Alternates: Prices stated below are for all Labor, Materials, Services, and Equipment necessary to properly complete the Add Alternate work as described in the bid document. The prices for Alternate bid items do not form a portion of the Base Bid. Washington County reserves the right to reject or accept any and all Alternates in descending priority as shown on the bid form that the Owner may wish to award. BASE BID: To furnish, materials, equipment, and services necessary to properly complete the procurement required under the BASE BID price (Items within Option A thru Option E), and also Alternate(s) (Option F thru Option H) in descending priority as shown on the bid form that the Owner may wish to award based on the unit prices set forth in the Form of Proposal for "ROOF REPLACEMENT AND METAL SIDING INSTALLATION" at various County Parks. Add Alternates: Prices stated below are for all Labor, Materials, Services, and Equipment necessary to properly complete the Add Alternate work as described in the bid document. The prices for Alternate bid items do not form a portion of the Base Bid. Washington County reserves the right to reject or accept any and all Alternates in descending priority as shown on the bid form that the Owner may wish to award. Bids Opened: November 29, 2022 Open Session Item SUBJECT: Intergovernmental Cooperative Purchase (INTG-22-0103) – Personal Protective Equipment (PPE) for Division of Emergency Services PRESENTATION DATE: January 10, 2023 PRESENTATION BY: Rick Curry, CPPO, Director, Purchasing Department; Eric Jacobs, Operations Manager, Division of Emergency Services. RECOMMENDED MOTION: Move to authorize by Resolution, for the approval of the purchase of Personal Protective Equipment (PPE) (coats) for the Division of Emergency Services from Municipal Emergency Services of Rockville, MD at the contracted unit prices totaling $177,286.89 based on the contract awarded by the Fairfax County, VA contract (Solicitation #2000003296); HFPR Tail Coats @ $2,123.11 x 47 = $99,786.17; HFPR Tail Coats @ $1,421 x 50 = $71,050 and Honeywell Ranger Coats @$2,150.24 x 3 = $6,450.72 REPORT-IN-BRIEF: Section 106.3 of the Public Local Laws of Washington County grants authorization for the County to procure goods or services under contracts entered into by other government entities. On items over $50,000, a determination to allow or participate in an intergovernmental cooperative purchasing arrangement shall be by Resolution and shall indicate that the participation will provide cost benefits to the county or result in administrative efficiencies and savings or provide other justification for the arrangement. The County will benefit with the direct cost savings in the purchase of PPE (pants and coat) because of economies of scale this contract has leveraged. Additionally, the County will realize savings through administrative efficiencies as a result of not preparing, soliciting and evaluating a bid. Acquisition of the equipment by utilizing the Fairfax County, VA contract and eliminating our county’s bid process would result in an administrative and cost savings for the Division of Emergency Services in preparing specifications and the Purchasing Department. DISCUSSION: This structural-firefighting, turn-out gear will be purchased to assist in outfitting our first responders throughout the County. This is an annual program that has been supported through general budget funding. FISCAL IMPACT: Funding is in the department’s FY’23 Capital Outlay budget 11525. CONCURRENCES: Division Director ALTERNATIVES: N/A ATTACHMENTS: N/A AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form 315 Howard Avenue Bays D & E Rockville, MD 20850 Sales Order Order #SO1658130 Date 11/18/2022 SO1658130 Page 1 of 1 Bill To Eric Jacobs WASHINGTON COUNTY (MD) DES 16232 Elliott Parkway Williamsport MD 21795 United States Terms Net 30 PO # none Sales Rep Dunn, William Shipping Method FedEx Ground Ship Complete Yes Customer WASHINGTON COUNTY (MD) DES Customer # C242423 Ship To Eric Jacobs WASHINGTON COUNTY (MD) DES 16232 Elliott Parkway Williamsport MD 21795 United States Item Alt. Item #Units Description QTY Unit Price Amount HFRP Tail Coat MDWASH00023 MDWASH00023 HFRP Tail Coat LTO17BGTG - LTO-17BG Tails Golden Brown, zipper closure, as per Washington County specs. 47 $2,123.11 $99,786.17 HFRP Tail Pant MDWASH00022 MDWASH00022 HFRP Tail Pant MPL17BGPG - MPL 17BG Pants Golden Brown, as per Washington County specs. 50 $1,421.00 $71,050.00 HFRP Ranger Coat MDWASH00029 MDWASH00029 Honeywell Ranger Coat LTO17BGTG - LTO-17BG Tails Golden Brown, hook & dee closure, as per Washington County specs. 3 $2,150.24 $6,450.72 Subtotal $177,286.89 Shipping Cost $0.00 Tax Total $0.00 Total $177,286.89 All returns must be processed within 30 days of receipt and require a return authorization number and are subject to a restocking fee. Custom orders are not returnable. Effective tax rate will be applicable at the time of invoice. Open Session Item SUBJECT: Intergovernmental Cooperative Purchase (INTG-22-0104) - One (1) New 2024 Ford F650 Truck PRESENTATION DATE: January 10, 2023 PRESENTATION BY: Rick Curry, CPPO, Director, Purchasing Department and Mark Bradshaw, Division Director, Environmental Management. RECOMMENDED MOTION: Move to authorize by Resolution, for the Department of Water Quality to purchase one (1) New/Unused 2024 Ford F-650, (F6D) Regular Cab Base, CA 158” WB with Rugby 11’ Eliminator Dump Body via Dejana for a total cost of $95,773 and to utilize another jurisdiction’s contract that was awarded by Sourcewell, (Contract 060920-NAF) to 72 Hour LLC dba/ National Auto Fleet Group of Watsonville, CA. REPORT-IN-BRIEF: 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 part to the original contract. If the Board of County Commissioners determines that participation by Washington County would result in cost benefits or administrative efficiencies, it could approve the procurement of the equipment in accordance with the Public Local Laws referenced above that participation would result in cost benefits or in administrative efficiencies. The County will benefit with the direct cost savings in the purchase of this equipment because of economies of scale this contract has leveraged. Additionally, the County will realize savings through administrative efficiencies as a result of not preparing, soliciting and evaluating a bid. Acquisition of the vehicle by utilizing the Sourcewell contract and eliminating our county’s bid process would result in an administrative and cost savings for the Water Quality Department and Purchasing Department in preparing specifications. DISCUSSION: N/A FISCAL IMPACT: Funds are budgeted in the Washington County Water Quality Department’s Capital Improvement Plan (CIP) budget account 600300-37-40010-VEH007 CONCURRENCES: N/A ALTERNATIVES: N/A ATTACHMENTS: National Auto Fleet Group, Quote ID#1855HD (R4) Board of County Commissioners of Washington County, Maryland Agenda Report Form National Auto Fleet Group A Division of Chevrolet of Watsonville 490 Auto Center Drive, Watson ville, CA 95076 (855)289-6572 • (831) 480-8497 Fax Fl eet@N atio n a IAuto Fl eetG ro up .com Contract Manager HD@NationalAutoFleetGroup.com Office (855) 289-6572 Fax (831) 480-8497 RA.INII Quote ID#1855HD (R4) This vehicles(s) is available under the Sourcewell (Formerly Known as NJPA) Contract 060920-NAF. Please reference this Bid Number on all Purchase Orders. Thank you in advance for your consideration. Should you have any questions, please do not hesitate to call. Sincerely, 11/21/2022 Mr. S cott Hose Washington County 16232 Elliot Parkway Willamsport, MD 21795 Dear Scott Hose, Contract Price 12.91% $ 71,644.00 $ 23,529.00 $ 600.00 $ 0.00 Discount $ 95,773.00 Savings $ 10,626.00 MSRP Chassis and Option $ 82,270.00 Dejana Quote (10% Mark-up Added per Contract 2 Additional Keys Tax (0.00%) Total National Auto Fleet Group is pleased to quote the following vehicle(s) for your consideration. One (1) New/Unused (2024 Ford F-650 Diesel (F6D) Regular Cab Base 84" CA 158" WB with Rugby 11' Eliminator LP Dump Body via Dejana) and delivered to your specified location, each for: QUOTE New York, New England, Mid Atlantic & Greater Philadelphia 490 Pulaski Rd Kings Park, NY 11754 QUOTE # FEN000371 DATE 11/8/2022 Phone(631)544-9000 Fax(631)544-3501 WWW.DEJANA.COM BILL TO: NATIONAL AUTO FLEET GROUP 490 AUTO CENTER DRIVE WATSONVILLE CA 95076 Phone: 951 440-0585 Fax: (831) 480-8497 Email: SHIP TO: NATIONAL AUTO FLEET GROUP 490 AUTO CENTER DRIVE WATSONVILLE CA 95076 Phone: 951 440-0585 Fax: (831) 480-8497 SALESPERSON REFERENCE P.O. REQUIRED QUOTE VALID UNTIL DAVE SCHOENNAGEL WASHINGTON COUNTY Yes 12/31/2022 MAKE: FORD MODEL: F-650 YEAR: 2023 SRW/DRW: DRW CAB TO AXLE: 84.0 WHEELBASE: 158.0 VIN: STOCK/ORDER NUMBER: TT TOTAL WEIGHT (LBS) OF ALL QUOTED ITEMS: QTY DESCRIPTION UNIT PRICE TOTAL PRICE 1 RUGBY 11' 4-5 YARD ELIMINATOR LP DUMP BODY, 94" O.D. WIDTH ---------------------------------------------------------------------------- *SIDES DOUBLE WALLED: 10 GA INNER WALL AND 12 GA GRADE 50 OUTER WALL *10 GA SEAMLESS, ONE PIECE, STEEL FLOOR *17" HIGH SIDES *23" TAILGATE HEIGHT *RADIUSED SIDE AND TAILGATE BRACING *FULLY BOXED PERIMETER TAILGATE WITH TWO VERTICAL BRACES *LED OVAL RECESSED STOP/TURN/TAIL LIGHT ASSY IN REAR POSTS *LED MARKER LIGHTS *EASY LATCH (PATENTED) TAILGATE ACCESS *5" STRUCTURAL LONG SILLS *3" I-BEAM CROSSMEMBERS ON 16" CENTERS *INSTALLED AND PAINTED Price Reflects Single-Stage Paint only. An incremental up-charge will be assessed for solid colors that can be painted single stage and an additional charge will be added on all Base Coat / Clear Coat applications INCLUDED: 1 PAINT BODY UPGRADE TO NON-STANDARD COLOR QTY DESCRIPTION UNIT PRICE TOTAL PRICE This commercial grade two stage paint may vary in color match due to body angles and gauge of material used in the upfit. COLOR___________________WHITE_______________________ PAINT CODE_______________TBD_______________________ 1 3/4 CABSHIELD FOR 2/3 & 3/4 YARD RUGBY LP DUMP BODY 29"D FOR TALL CAB 1 RUGBY MODEL SR-4016ED DOUBLE ACTING ELECTRIC/HYDRAULIC HOIST CONTROLLER WILL BE LOOSE IN CAB WITH 2' LEAD CLASS 40 HOIST, 5.5" BORE, 16" STROKE, 2" DIAMETER ROD 8.5T CAPACITY 11' BODY 9.4T CAPACITY 12' BODY 1 POWER UNIT CABLE FOR HOIST, REGULAR CAB, FORD, CHEVY, GMC 1 DONOVAN BULLET ELECTRIC TARP MECHANISM WITH 14' TARP AND 30 DEG. ALUMINUM ARMS - DURABUILD SWITCH UPGRADE 1 FULL PLATE COMBO HITCH WITH 2 5/16" BALL 1 PLUG, 7 PRONG FLAT TRAILER - 2020 FORD 1 2 MAXXIMA AMBER LED STROBES IN FRONT GRILL 1 2 MAXXIMA AMBER LED STROBES SURFACE MOUNTED TO THE REAR OF BODY 1 ROSCO BACK CAMERA SYSTEM WITH REAR VIEW MIRROR MONITOR CAMERA HAS A BLACK SHELL 1 DEJANA TO PERFORM PDI FOR CUSTOMER PICKUP 1 DELIVERY TO DEALERSHIP SUBTOTAL $21,390.00 DISCOUNT $0.00 SALES TAX $0.00 TOTAL $21,390.00 Suggested Items: QTY DESCRIPTION UNIT PRICE TOTAL PRICE CIRCLE “YES” TO ADD 1 DONOVAN ALUMINUM WIND DEFLECTOR KIT 1 PIECE KIT $295.00 $295.00 Yes 1 BACK UP ALARM 97DB $120.00 $120.00 Yes  IF YOU WANT ANY OF THE SUGGESTED ITEMS CIRCLE YES FOR THAT ITEM  SURCHARGES AND/OR REQUOTE MAY BE REQUIRED WHEN CHASSIS IS SERIALIZED OR SCHEDULED. Customer must fill out the information below before the order can be processed… Quote #FEN000371 Accepted by: Date: PO#: Please Fill In All Truck Information Dejana Pool Chassis Dealer Chassis Dealer Drop Ship Chassis Make ______________________ Model _____________________ Color ______________ Stock # _____________ Factory Order # ______________ VIN _______________________ Year_________ Ready for Pickup (if dealer chassis) Yes No IF DEALER CHASSIS, P LEASE ATTACH DORA/SP EC SHEET OR FACTORY INVOICE. FORD CHASSIS WITH A DIESEL ENGINE AND A 26.5 GALLON MIDSHIP TANK MAY REQUIRE BODY MODIFICATIONS AT ADD ITIONAL COST  PLEASE SIGN AND INCLUDE PO IF REQUIRED AND EMAIL TO DEJANASALES@DEJANA.COM  OR FAX BACK TO 631-544-3501  Labor and installation are included in all pricing.  Quoted price does not include any applicable taxes.  Terms are Due Upon Receipt unless prior credit arrangements a re made at the time of order.  Please note if chassis is furnished, it is as a convenience and terms are Net Due on Receipt of Chassis  A deposit may be required for orders with non -stock bodies  To our valued customers with an account: invoice amount is for cash, check or ach payment. An additional 2% processing fee will be applied to credit card payments. Due to unforeseen increases in lead times by all suppliers on custom bodies and equipment, dealers should calculate 180 days of floor plan expense (from receipt of chassis) into their cost calculations. Notes: Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 Selected Equip & Specs Dimensions •GCWR: 50,000 lbs.•Driver distance from axle: 54" •Vehicle body length: 246"•Vehicle body width: 97" •Vehicle body height: 95"•Wheelbase: 158" *Front track: 84"•Rear track: 73" •Turning radius (to curb): 22'•Cab to axle: 84" •Rear tire outside width: 96"•Axle to end of frame: 49" •Frame section modulus: 13 cu.in.•Frame yield strength (psi): 50000 •Frame rail depth: 10"•Frame rail width: 3" •Frame rail thickness: 0"•Frame rail section: 10" •Front bumper to front axle: 39"•Front brake diameter: 15.0" •Rear brake diameter: 15.0"•Headroom first-row: 40.7" •Leg room first-row: 41.4"•Shoulder room first-row: 68.0" •Hip room first-row: 67.6" Powertrain •6.7L V-8 diesel direct injection, intercooled turbo, diesel, engine with 270HP •Engine cylinders: V-8 •Compression ignition system •Horsepower: 270 HP@2400 RPM •Torque: 700 lb.-ft.@1500 RPM •Radiator •Fuel/water separator •Auxiliary power take-off •Engine retarder system *RNDM shift indicator •75 mph speed limiter •10-speed automatic •Rear-wheel drive •Recommended fuel: diesel •Low-speed ABS traction control •Standard rear differential Fuel Economy and Emissions •Federal emissions Suspension and Handling •Standard ride suspension •Standard grade front shock absorbers Driveability •Hydraulic disc brakes •Front and rear ventilated disc brakes •4-wheel antilock (ABS) brakes •Four channel ABS brakes •Hill start assist •Rigid axle front suspension •Leaf spring front suspension •Tapered leaf front suspension •Rigid axle rear suspension •Leaf spring rear suspension •Hydraulic power-assist steering system •Re-circulating ball steering •2-wheel steering system 1 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 Selected Equip & Specs (cont'd) Body Exterior *Trailer wiring harness •Side assist steps •2 doors •Clearcoat paint •Monotone paint •Black side window trim •Black windshield trim •Black door handles •Black front bumper •2 front tow hooks •Straight front bumper ends •Black grille •Hood mounted grille •Black door mirrors •Trailer style side mirrors •Convex spotter in driver and passenger side door mirrors •English measure truck 279/82R22.5 AS BSW front and rear tires •White front wheels •Steel front wheels •White rear wheels •Steel rear wheels •Disc rear wheel •22.5 x 8.25-inch front and dual rear wheels Convenience *Power door locks with 2 stage unlocking *Keyfob activated door locks *Auto-locking doors •Cruise control with steering wheel mounted controls *Day/Night rearview mirror *Power first-row windows •Partial floor console •Driver foot rest •Fixed rear windshield •Standard glove box •Front beverage holders •2 beverage holders *Driver and passenger door bins •Instrument panel bin •Dashboard storage •Dual electric horn •Steering column lever gearshift location •Trip computer •Upfitter switches Comfort •Manual climate control •Cloth headliner material •Full headliner coverage •Full vinyl floor covering •Full floor coverage •Manual tilting steering wheel •Manual telescopic steering wheel •Urethane steering wheel Seats and Trim •Seating capacity: 2 •Bucket driver seat •Folding driver seat back •Low driver seat back •4 driver seats way-direction •Manual fore/aft •Bucket passenger seat •Fixed passenger seat back •Low passenger seat back •4 passenger seats way-direction 2 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 Selected Equip & Specs (cont'd) •Manual fore/aft •Driver seat armrest •Front passenger seat armrest •Vinyl front seat upholstery Entertainment Features •AM/FM stereo radio •Seek scan •Auxiliary input jack •External memory control •Speakers number: 2 •Standard grade speakers •Steering wheel mounted audio controls •Wireless audio streaming •Fixed audio antenna Lighting, Visibility and Instrumentation •Analog instrumentation display •Trip odometer •In-radio display clock •Tachometer •Oil pressure gauge •Engine/electric motor temperature gauge •Oil temperature gauge •Transmission fluid temperature gauge •Engine hour meter •Diesel exhaust fluid (def) gauge •Light tinted windows •Aero-composite headlights •Halogen headlights •Auto on/off headlight control •Multiple enclosed headlights •Delay-off headlights •Variable intermittent front windshield wipers •Speed sensitive wipers •Front reading lights *Illuminated entry •Variable instrument panel light •Daytime running lights •Cab clearance lights •Delay interior courtesy lights Technology and Telematics •Handsfree wireless device connectivity •1 USB port Safety and Security *SecuriLock immobilizer *Remote panic alarm •Vehicle tracker •Electronic stability control system *Back-up alarm Dimensions General Weights *Curb weight 9,749 lbs.*Rear curb weight 3,452 lbs. Front GAWR 10000 lbs.Rear GAWR 17500 lbs. GVWR 25999 lbs.GCWR 50000 lbs. Trailering Weights GCWR 50,000 lbs. Weights 3 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 Selected Equip & Specs (cont'd) *Maximum GVWR 25,999 lbs.Max RBM (in.-lbs.)665,500 max RBM (in.-lbs.) Nominal RBM (in.-lbs.)632,000 nominal RBM (in.-lbs.) Front Weights *Front curb weight 6,297 lbs.*Axle capacity front 10,000 lbs. *Spring rating front 10,000 lbs.Tire/wheel capacity front 12,350 lbs. Rear Weights Axle capacity rear 17,500 lbs.Spring rating rear 19,000 lbs. Tire/wheel capacity rear 23,360 lbs. Exterior Measurements Vehicle body length 246"Vehicle body width 97" Vehicle body height 95"Wheelbase 158" *Front frame height loaded 35"Front brake diameter 15.0" Front frame height unloaded 37"Rear brake diameter 15.0" Rear frame height loaded 36"Rear frame height unloaded 38" Turning radius (to bumper)24'*Width - mirrors folded 91" *Width - mirrors extended 122"*Front track 84" Rear track 73"Driver distance from axle 54" Turning radius (to curb)22'Cab to axle 84" Rear tire outside width 96"Axle to end of frame 49" Frame section modulus 13 cu.in.Frame yield strength (psi)50000 Frame rail depth 10"Frame rail width 3" Frame rail thickness 0"Frame rail section 10" Front bumper to front axle 39" Headroom Headroom first-row 40.7" Legroom Leg room first-row 41.4" Shoulder Room Shoulder room first-row 68.0" Hip Room Hip room first-row 67.6" Front And Rear GAWR Total Will Exceed Overall GVWR Powertrain Engine 4 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 Selected Equip & Specs (cont'd) Engine 6.7L V-8 diesel direct injection, intercooled turbo, diesel, engine with 270HP Valves per cylinder 4 Engine cylinders V-8 Engine location Front mounted engine Ignition Compression ignition system Engine mounting direction Longitudinal mounted engine Engine block material Iron engine block Cylinder head material Aluminum cylinder head Engine Specs Displacement 6.7L cc 405.9 cu.in. Bore 3.9"Stroke 4.25" Compression ratio 16.2 Governed RPM 3200 RPM Engine Power Horsepower 270 HP@2400 RPM Torque 700 lb.-ft.@1500 RPM Alternator Alternator amps 200A Alternator type Heavy-duty alternator Battery Battery type Dual lead acid battery Battery rating 1500CCA Battery step Battery step Battery location Battery location forward right Battery run down protection Battery run down protection Engine Extras Radiator Radiator Fuel/water separator Fuel/water separator Auxiliary power take-off Auxiliary power take-off Engine retarder Engine retarder system *Shift indicator RNDM shift indicator Transmission Transmission 10-speed automatic Transmission electronic control Transmission electronic control Speed limiter 75 mph speed limiter Overdrive transmission Overdrive transmission Lock-up transmission Lock-up transmission First gear ratio 4.615 Second gear ratio 2.919 Third gear ratio 2.132 Fourth gear ratio 1.773 Fifth gear ratio 1.519 Sixth gear ratio 1.277 Reverse gear ratio 4.695 Seventh gear ratio 1 Eighth gear ratio 0.851 Ninth gear ratio 0.687 Tenth gear ratio 0.632 Stall ratio 1.97 Selectable mode transmission Selectable mode transmission Sequential shift control Sequential shift control Transmission oil cooler Transmission oil cooler PTO transmission provision PTO transmission provision Drive Type 5 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 Selected Equip & Specs (cont'd) Drive type Rear-wheel drive Drivetrain *Axle ratio 5.57 Axle speed Single axle speed Exhaust Tailpipe Aluminized steel single exhaust Additional muffler type horizontal Additional muffler location right Additional tailpipe type horizontal Additional tailpipe location right Fuel Fuel type diesel Fuel Tank Front left fuel tank shape rectangular Front left fuel tank capacity 50.01 US gallons DEF capacity 8.00 gal. Drive Feature Traction control Low-speed ABS traction control Differential Standard rear differential Fuel Economy and Emissions Emissions Emissions Federal emissions Suspension and Handling Suspension Suspension Standard ride suspension Front shock absorbers Standard grade front shock absorbers Driveability Brakes Brake type Hydraulic disc brakes Ventilated brakes Front and rear ventilated disc brakes ABS brakes Four channel ABS brakes ABS brakes 4-wheel antilock (ABS) brakes Brake Assistance Hill start assist Hill start assist Front Suspension Suspension ride type front Rigid axle front suspension Suspension type front Leaf spring front suspension Front Spring Regular front springs Regular front springs Springs front Tapered leaf front suspension 6 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 Selected Equip & Specs (cont'd) Rear Spring Springs rear Multi-leaf rear suspension Rear springs Regular grade rear springs Auxiliary rear spring Rubber auxiliary rear spring Rear Suspension Suspension type rear Leaf spring rear suspension Suspension ride type rear Rigid axle rear suspension Steering Steering Hydraulic power-assist steering system Steering type Re-circulating ball steering Steering type number of wheels 2-wheel steering system Exterior Front Wheels Front wheels diameter 22.5"Front wheels width 8.3" Rear Wheels Rear wheels diameter 22.5"Rear wheels width 8.3" Front And Rear Wheels Appearance none Front Tires Aspect 82 Diameter 22.5" Sidewalls BSW Tread AS Type english measure truck tire Width 279mm Front wheel - RPM 497 Rear Tires Aspect 82 Diameter 22.5" Sidewalls BSW Tread AS Type english measure truck tire Width 279mm Rear wheel - RPM 497 Body Exterior Trailering *Towing wiring harness Trailer wiring harness Exterior Features Number of doors 2 doors Side steps Side assist steps Front splash guards Front splash guards Frame 7 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 Selected Equip & Specs (cont'd) Clean CA frame Clean CA frame Body Body panels Composite and galvanized steel body panels Mirrors Convex spotter Convex spotter in driver and passenger side door mirrors Tires Front tires LT load rating G Rear tires LT load rating G Wheels Front wheel type Disc front wheel Dual rear wheels Dual rear wheels Number of front wheel studs 10 front wheel studs Number of rear wheel studs 10 rear wheel studs Convenience Door Locks *Door locks Power door locks with 2 stage unlocking *Keyfob door locks Keyfob activated door locks *Auto door locks Auto-locking doors Cruise Control Cruise control Cruise control with steering wheel mounted controls Rear View Mirror *Day/Night rearview mirror Day/Night rearview mirror Exterior Mirrors *Door mirrors Power door mirrors Folding door mirrors Manual folding door mirrors *Heated door mirrors Heated driver and passenger side door mirrors Front Side Windows *First-row windows Power first-row windows Floor Console Floor console Partial floor console Passenger Visor Visor passenger mirror Passenger visor mirror Power Outlets 8 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 Selected Equip & Specs (cont'd) 12V power outlets 2 12V power outlets *120V AC power outlets 1 120V AC power outlet Pedals Driver foot rest Driver foot rest Rear Windshield Rear windshield Fixed rear windshield Storage *Door bins front Driver and passenger door bins Number of beverage holders 2 beverage holders Beverage holders Front beverage holders Glove box Standard glove box Instrument panel storage Instrument panel bin Dashboard storage Dashboard storage Windows Feature *One-touch up window Driver and passenger one-touch up windows *One-touch down window Driver and passenger one-touch down windows Miscellaneous Trip computer Trip computer Gearshift location Steering column lever gearshift location Upfitter switches Upfitter switches Horn Dual electric horn Comfort Climate Control Climate control Manual climate control Headliner Headliner material Cloth headliner material Headliner coverage Full headliner coverage Floor Trim Floor covering Full vinyl floor covering Floor coverage Full floor coverage Steering Wheel Steering wheel telescopic Manual telescopic steering wheel Steering wheel material Urethane steering wheel Steering wheel tilt Manual tilting steering wheel Seats and Trim Seat Capacity Seating capacity 2 Front Seats Front seat type Bucket driver seat Front seat type Bucket passenger seat Driver seat back Folding driver seat back Driver seat back type Low driver seat back 9 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 Selected Equip & Specs (cont'd) Driver seats way-direction 4 driver seats way- direction Driver seat fore/aft Manual fore/aft Passenger seat back Fixed passenger seat back Passenger seat back type Low passenger seat back Passenger seats way-direction 4 passenger seats way-direction Passenger seat fore/aft Manual fore/aft Armrests front driver Driver seat armrest Armrests front passenger Front passenger seat armrest Front Seat Trim Front seat upholstery Vinyl front seat upholstery Front seatback upholstery Carpet front seatback upholstery Gearshifter Material Gearshifter material Urethane gear shifter material Entertainment Features Radio Features Aux input jack Auxiliary input jack External memory External memory control Seek scan Seek scan Speakers Speakers Standard grade speakers Speakers number 2 Audio Features Steering mounted audio control Steering wheel mounted audio controls Wireless streaming Wireless audio streaming Lighting, Visibility and Instrumentation Instrumentation Trip odometer Trip odometer Instrumentation display Analog instrumentation display Instrumentation Displays Clock In-radio display clock Instrumentation Gauges Tachometer Tachometer Oil pressure gauge Oil pressure gauge Oil temperature gauge Oil temperature gauge Transmission temperature gauge Transmission fluid temperature gauge Engine/electric motor temperature gauge Engine/electric motor temperature gauge Engine hour meter Engine hour meter 10 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 Selected Equip & Specs (cont'd) DEF fluid gauge Diesel exhaust fluid (def) gauge Instrumentation Warnings Oil pressure warning Oil pressure warning Low fuel warning Low fuel warning Low brake fluid warning Low brake fluid warning Battery charge warning Battery charge warning Headlights on reminder Headlights on reminder Key in vehicle warning Key in vehicle warning Door ajar warning Door ajar warning Service interval warning Service interval indicator Transmission fluid temperature warning Transmission fluid temp warning Low diesel exhaust fluid (DEF) warning Low diesel exhaust fluid (DEF) warning Glass Tinted windows Light tinted windows Headlights Headlights Halogen headlights Headlight type Aero-composite headlights Auto headlights Auto on/off headlight control Multiple headlights Multiple enclosed headlights Delay off headlights Delay-off headlights Front Windshield Wipers Variable intermittent front windshield wipers Speed sensitive wipers Speed sensitive wipers Interior Lighting *Illuminated entry Illuminated entry Variable panel light Variable instrument panel light Front reading lights Front reading lights Lights Running lights Daytime running lights Interior courtesy lights Delay interior courtesy lights Clearance lights Cab clearance lights Technology and Telematics Connectivity Handsfree Handsfree wireless device connectivity USB Ports USB ports 1 USB port Safety and Security Security System *Immobilizer SecuriLock immobilizer *Remote panic alarm Remote panic alarm Vehicle tracker Vehicle tracker 11 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 Selected Equip & Specs (cont'd) Traction Control Electronic stability control Electronic stability control system Parking Sensors *Back up alarm Back-up alarm 12 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 As Configured Vehicle Code Description MSRP Base Vehicle F6D Base Vehicle Price (F6D)$77,460.00 Engines 99C 6.7L Power Stroke V8 Turbo Diesel - 270 HP @ 2400 RPM STD Includes Engine Exhaust Brake and manual regen capability. Torque: 700 ft.lbs. @ 1500 rpm. Governed RPM: 3200. Includes CARB clean idle label - may be removed if un-necessary. 425 50-State Emissions N/C Transmissions 44D Ford TorqShift HD 10-Speed Automatic - with PTO Provision STD Includes tow/haul. Front Wheels & Tires 643 Wheels, Front 22.5x8.25 White Powder Coated Steel, 10-Hole STD (285.75MM BC) hub piloted, flanged nut, metric mount, 8.25 DC rims; with steel hubs. T2B Tires, Front Two 11R22.5G Goodyear Fuel Max RSA (497 rev/mile) STD Rear Wheels & Tires 663 Wheels, Rear 22.5x8.25 White Powder Coated Steel, 10-Hole STD (285.75MM BC) hub piloted, flanged nut, metric mount, 8.25 DC rims; with steel hubs. R2B Tires, Rear Four 11R22.5G Goodyear Fuel Max RSA (497 rev/mile) STD Brakes 67H Hydraulic Brake System - Bosch HydroMax w/Traction Control STD 13 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 As Configured Vehicle (cont'd) Code Description MSRP Full power with automatic adjustment, 4-channel ABS antilock brake system. Includes 12" x 3" (Bosch) DSSA type rear axle mounted parking brake, Orscheln lever control, right of driver and hand operated park brake lever. 152 Trailer Connection Socket - 7-Way, Wired for Turn Signals Combined with Stop $100.00 Mounted at rear of frame, for combined trailer stop, tail, turn, marker light circuits. Includes electric trailer brake accommodation package with cab connections for mounting customer installed electric brake unit. Front Axle and Suspension 43N 10,000 lb. Cap. Non-Driving - Dana E-1002l - I-Beam Type $685.00 WARNING! The selection of this Axle may cause the GVWR to exceed 26,000 lbs., with CDL Implications. 61C Taper-Leaf Springs, Parabolic - 10,000 lb. Cap $125.00 2-leaf, 62" x 3.15". Also includes, standard duty, dual, double acting shock absorbers. Rear Axle and Suspension 472 17,500 lb. Single-Speed - Dana S17- 140 STD Single reduction with Gentech Quiet Gears and 190 wheel ends. NOTE: When specifying an axle ratio, check performance guidelines for startability and gradeability. 68M Multi-Leaf Springs - 19,000 lb. Cap STD 11-leaf. Includes 2,000 lb auxiliary springs for load stabilization. X5D 5.57 Axle Ratio N/C PRNDM/RNDM determined by Rear Axle Ratio and Tire Size. Wheelbase 158WB 158" Wheelbase/84" CA/49" AF/246" OAL STD Frame 534 Single Channel - Straight 'C' 12.64 SM, 50,000 PSI STD 632,000 RBM. High strength low alloy steel; 10.125" x 3.062" x 0.312" (257.2mm x 77.8mm x 8.0mm). 14 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 As Configured Vehicle (cont'd) Code Description MSRP 18D Special Rating GVWR - Limited to 25,999 lb. GVWR $120.00 Only available to GAWR combinations that EXCEED 26,000 lbs. Exhaust 91G Under Cab, Right Side Outlet, Switchback-Style STD Single, horizontal muffler, right side, under cab, outside of frame rail with rear discharge. Fuel Tanks 65B Fuel Tank - LH 50 Gallon Rectangular - Aluminum STD Electrical / Alternator / Battery STDALT Extra Heavy Duty Alternator - 12-Volt, 200 Amp Denso SC5 Included 55M Jump Start Stud - Remote Mounted $90.00 STDBAT Battery - Two 750 CCA, 1500 Total, Includes Steel Battery Box STD 12Volt, Motorcraft. 17M Back-Up Alarm - Electric, 102 dBA $110.00 962 Daytime Running Lamps (Not Configurable) $25.00 Seats 88A 30/0/30 Fixed Driver & Fixed Passenger w/Consolette - Vinyl STD Cab Interior 600A Preferred Equipment Package 600A N/C Includes: - Bumper, Front - Black, Full Width - Wheel Seals, Front - Oil lubricated, SKF ScotSeal PlusXL Seals - Wheel Seals, Rear - Oil lubricated, SKF ScotSeal PlusXL Seals - Manual Regen Initiation - Driver Interface in Message Center - Engine Exhaust Brake - Extra Heavy Duty Alternator - 12-Volt, 200 Amp Denso SC5 - Painted Grille - Plastic 15 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 As Configured Vehicle (cont'd) Code Description MSRP - Lights - Roof Marker/Clearance - Amber Lenses, 5 Lights - Tow Hooks, Front (2) - Frame-Mounted, Painted Black - Four Body Builder Switches - Mounted in Center Instrument Panel With connector access located in engine compartment. Amperages vary by switch: 10, 15, 25, 25. - Floor Covering - Black Vinyl - Intelligent Oil Life Monitor - Steering Column - Tilt / Telescoping - Steering Wheel - Black PVC w/Integral Cruise Control Switches, includes Audio Controls - Body Builder Wiring - At Back of Cab, Combined Includes sealed connectors for 2 ground circuits, with combined left/stop, combined right/stop, park lamps, back up lamps. Also includes 2 additional pass through wires to cab. 90P Power Equipment Group - (Included in (90A) Appearance Group) $470.00 Includes power front side windows, power door locks and door trim panel. 55P 110 A/C Outlet - in Lower Center Finish Panel $100.00 588 Radio: AM/FM Stereo w/2 Speakers, USB input, Clock Display and Bluetooth STD 85A SecuriLock Passive Anti-Theft System $120.00 The SecuriLock Passive Anti-Theft System is designed to help prevent the engine from being started unless a coded key, programmed to the vehicle, is used. It helps protect against drive-away theft through an electronically coded ignition key, its electronically coded ignition key features billions of possible codes to start the vehicle and is not compatible with non-OEM aftermarket remote start systems. 90M Interior Rear View Mirror $75.00 Cab Exterior 85K Remote Keyless Entry w/2 Key Fobs $195.00 54R Mirrors, Dual - Heated & Motorized Rectangular, XL2020 - 102" Width $275.00 Integral spot mirror, sail type, solid black finish. 63F Aux Spot Mirrors - Front Fender Mounted - (2) Driver Side and Passenger Side $225.00 Ship-Thru 21A Pre-Delivery Inspection N/C Selection requires that you also choose either (314) or (31F) or (31V) to have the Inspection performed. Required with any final Ship-To that is not a dealer. 16 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 As Configured Vehicle (cont'd) Code Description MSRP 31F Ship-Thru - NFS National Fleet Services N/C MAY be selected w/o adding (21A). For MODIFICATIONS ONLY, Dealer must make arrangements directly with NFS (please use CVT Resources for add. Info). Miscellaneous PAINT Paint Type - Environmentally Friendly, "3 - Wet System" STD Exterior Color YZ_01 Oxford White N/C Interior Color E_01 Gray N/C SUBTOTAL $80,175.00 Fuel Charge (12)$0.00 Destination Charge $2,095.00 TOTAL $82,270.00 17 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 Major Equipment (Based on selected options, shown at right)Exterior: Oxford White 10-speed automatic Interior: Gray *Side assist steps *White front wheels *White rear wheels *Steel rear wheels *Disc rear wheel *22.5 x 8.25-inch front and dual rear wheels *Front tires LT load rating: G *English measure truck 279/82R22.5 AS BSW front and rear tires *Overdrive transmission *Lock-up transmission *Transmission electronic control *PTO transmission provision *Alternator Amps: 200A *Aluminized steel single exhaust *Low-speed ABS traction control *Battery rating: 1500CCA *Dual lead acid battery *Battery run down protection *Fuel/water separator *Auxiliary power take-off *Engine retarder system *Steering wheel mounted audio controls *Wireless audio streaming *AM/FM stereo radio *Seek scan *Auxiliary input jack *External memory control *Vehicle body length: 246" *Wheelbase: 158"*Cab to axle: 84" *Axle to end of frame: 49"*Axle capacity rear: 17,500 lbs. *Tire/wheel capacity rear: 23,360 lbs.*Axle capacity front: 10,000 lbs. *Spring rating front: 10,000 lbs.*Standard ride suspension *Dual electric horn *Trip computer *Power door mirrors *Heated driver and passenger side door mirrors As Configured Vehicle MSRP STANDARD VEHICLE PRICE $77,460.00 Preferred Equipment Package 600A N/C 6.7L Power Stroke V8 Turbo Diesel - 270 HP @ 2400 RPM STD 50-State Emissions N/C Ford TorqShift HD 10-Speed Automatic - with PTO Provision STD Wheels, Front 22.5x8.25 White Powder Coated Steel, 10- Hole STD Tires, Front Two 11R22.5G Goodyear Fuel Max RSA (497 rev/mile)STD Wheels, Rear 22.5x8.25 White Powder Coated Steel, 10- Hole STD Tires, Rear Four 11R22.5G Goodyear Fuel Max RSA (497 rev/mile)STD Hydraulic Brake System - Bosch HydroMax w/Traction Control STD 17,500 lb. Single-Speed - Dana S17-140 STD Multi-Leaf Springs - 19,000 lb. Cap STD 158" Wheelbase/84" CA/49" AF/246" OAL STD Single Channel - Straight 'C' 12.64 SM, 50,000 PSI STD Under Cab, Right Side Outlet, Switchback-Style STD 18 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 Major Equipment *Manual folding door mirrors *Daytime running lights *Light tinted windows *Variable intermittent front windshield wipers *Speed sensitive wipers *Electronic stability control system *SecuriLock immobilizer *Manual climate control *Bucket driver seat *Folding driver seat back *Low driver seat back *4 driver seats way-direction *Manual fore/aft *Bucket passenger seat *Fixed passenger seat back *Low passenger seat back *4 passenger seats way-direction *Manual fore/aft *Driver seat armrest *Front passenger seat armrest *Vinyl front seat upholstery *Carpet front seatback upholstery *Hydraulic disc brakes *4-wheel antilock (ABS) brakes Fuel Economy City N/A Hwy N/A As Configured Vehicle MSRP Fuel Tank - LH 50 Gallon Rectangular - Aluminum STD 14 Gal. Single Tank Fuel Fill. Mandatory Charge Applied, Based On Tank Selection $0.00 Extra Heavy Duty Alternator - 12-Volt, 200 Amp Denso SC5 Included Battery - Two 750 CCA, 1500 Total, Includes Steel Battery Box STD 30/0/30 Fixed Driver & Fixed Passenger w/Consolette - Vinyl STD Radio: AM/FM Stereo w/2 Speakers, USB input, Clock Display and Bluetooth STD Paint Type - Environmentally Friendly, "3 - Wet System"STD Bumper, Front - Black, Full Width Included Wheel Seals, Front - Oil lubricated, SKF ScotSeal PlusXL Seals Included Wheel Seals, Rear - Oil lubricated, SKF ScotSeal PlusXL Seals Included Manual Regen Initiation - Driver Interface in Message Center Included Engine Exhaust Brake Included Painted Grille - Plastic Included Lights - Roof Marker/Clearance - Amber Lenses, 5 Lights Included 19 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 As Configured Vehicle MSRP Tow Hooks, Front (2) - Frame-Mounted, Painted Black Included Four Body Builder Switches - Mounted in Center Instrument Panel Included Floor Covering - Black Vinyl Included Intelligent Oil Life Monitor Included Steering Column - Tilt / Telescoping Included Steering Wheel - Black PVC w/Integral Cruise Control Switches, includes Audio Controls Included Body Builder Wiring - At Back of Cab, Combined Included 10,000 lb. Cap. Non-Driving - Dana E-1002l - I-Beam Type $685.00 Mirrors, Dual - Heated & Motorized Rectangular, XL2020 - 102" Width $275.00 Oxford White N/C Gray N/C Trailer Connection Socket - 7-Way, Wired for Turn Signals Combined with Stop $100.00 Taper-Leaf Springs, Parabolic - 10,000 lb. Cap $125.00 5.57 Axle Ratio N/C Special Rating GVWR - Limited to 25,999 lb. GVWR $120.00 Jump Start Stud - Remote Mounted $90.00 20 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jesse Cooper 11/08/2022 Watsonville Ford | 550 Auto Center Drive Watsonville California | 950763728 2024 F-650 Diesel Regular Cab Base (F6D) Price Level: 415 As Configured Vehicle MSRP Back-Up Alarm - Electric, 102 dBA $110.00 Daytime Running Lamps (Not Configurable)$25.00 Power Equipment Group - (Included in (90A) Appearance Group)$470.00 110 A/C Outlet - in Lower Center Finish Panel $100.00 SecuriLock Passive Anti-Theft System $120.00 Remote Keyless Entry w/2 Key Fobs $195.00 Interior Rear View Mirror $75.00 Aux Spot Mirrors - Front Fender Mounted - (2) Driver Side and Passenger Side $225.00 Ship-Thru - NFS National Fleet Services N/C Pre-Delivery Inspection N/C SUBTOTAL $80,175.00 Destination Charge $2,095.00 TOTAL $82,270.00 21 Open Session Item SUBJECT: Walnut Hill Farm, LLC Rural Legacy Program (RLP) Easement PRESENTATION DATE: January 10, 2023 PRESENTATION BY: Chris Boggs, Rural Preservation Administrator, Dept. of Planning & Zoning RECOMMENDED MOTION: Move to approve the Walnut Hill Farm, LLC RLP Easement project, in the amount of $420,000.00 for 114.75 easement acres, paid for 100% by the Maryland Department of Natural Resources, and to adopt an ordinance approving the easement purchase and to authorize the execution of the necessary documentation to finalize the easement purchase. REPORT-IN-BRIEF: The Walnut Hill Farm, LLC property is located at 8423 Routzahn Rd., Boonsboro, and the easement will serve to permanently preserve a valuable agricultural, scenic, environmental and historic property in the County. The parcel contains both ag and woodland areaas. It lies in a part of Washington County that was heavily trafficked during the Civil War and the Battle of Antietam. The property is listed on the Maryland Inventory of Historic Places and is significant for its architecture. Antietam Creek runs along the eastern property boundary. The parcel adds on to a block of thousands of acres of contiguous preserved farmland around Antietam Battlefield. Seven (7) development rights will be extinguished with this easement. DISCUSSION: Since 1998, Washington County has been awarded more than $27 million to purchase Rural Legacy easements on more than 8,200 acres near Antietam Battlefield in the Rural Legacy Area. RLP is a sister program to the Maryland Agricultural Land Preservation Program (MALPP) and includes the protection of environmental and historic features in addition to agricultural parameters. RLP uses an easement valuation system (points) to establish easement value rather than appraisals used by MALPP. For FY 2023, Washington County was awarded RLP grants totaling $1,550,000. The Walnut Hill Farm, LLC RLP Easement will use part those funds. Easement applicants were previously ranked based on four main categories: the number of development rights available, the quality of the land/land management (agricultural component), natural resources (environmental), and the historic value. FISCAL IMPACT: RLP funds are 100% State dollars, mainly from DNR Open Space funds. In addition to the easement funds, we receive up to 3% of the easement value for administrative costs, a mandatory 1.5% for compliance/monitoring costs, and funds to cover all of our legal/settlement costs. CONCURRENCES: Both the State RLP Board and the State Department of Natural Resources (DNR) staff have approved and support our program. A final money allocation will be approved by the State Board of Public Works. ALTERNATIVES: If Washington County rejects State funds for RLP, the funds will be allocated to other counties in Maryland. ATTACHMENTS: Aerial Map, Location Map, Ordinance AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form Walnut Hill Farm - Detail 1 • v l Jf WIN., • 'e1. Walnut Hill Farm - 114.75 Acres 8423 Routzahn Road Boonsboro, MD 21713 C:3 Walnut Hill Farm Property Streams } Lakes and Ponds CI Parcels WMNINGI: This map wascreatedfor illustration purposes only.I[aheultl notbe scaledor copietl.S-1 of [hedata&cemninetlarefrom various public agemiez which may have use rertrtchonz and discleimerx Creates\Poliry\pAg_CommiizioanersMap�lg GIS6aprxGIS Walnut Hill Farm - Location Map Walnut Hill Farm - 114.75 Acres +/- 8423 Routzahn Road Boonsboro, MD 21713 Roads - Walnut Hill Farm Property �i Preserved Lands or Districts Q Rural Villages 0`- Agricultural Districts Forest Easements CREP Easements Ag Pres Parks JW Preserved Lands Municipal Boundaries —ING I: This map was created for IV --purposes only. It —,Id not be scaled or copied. Sources of the data contained hereon are from various p.bfc agencies which may have use rertrtchonz and discleimen. Created By: Department of Manning and Zoning GIS g' ORDINANCE NO. ORD-2023- AN ORDINANCE TO APPROVE THE PURCHASE OF A CONSERVATION EASEMENT UNDER THE MARYLAND RURAL LEGACY PROGRAM (Re: Walnut Hill Farm, LLC RLP Conservation Easement) RECITALS 1. The Maryland Rural Legacy Program ("RLP") provides the funding necessary to protect large, contiguous tracts of land and other strategic areas from sprawl development and to enhance natural resource, agricultural, forestry, and environmental protection through cooperative efforts among State and local governments. 2. Protection is provided through the acquisition of easements and fee estates from willing landowners and the supporting activities of Rural Legacy Sponsors and local governments. 3. For FY 2023, Washington County (the "County") was awarded a RLP grant totaling $1,550,000.00 (the "RLP Funds"). 4. Walnut Hill Farm, LLC, (the "Property Owner") are the fee simple owners of real property consisting of 114.75 acres, more or less (the "Property"), in Washington County, Maryland. The Property is more particularly described on Exhibit A attached hereto. 5. The County has agreed to pay the sum of FOUR HUNDRED TWENTY THOUSAND DOLLARS AND NO CENTS ($420,000.00), which is a portion of the RLP Funds, to the Property Owner for a Deed of Conservation Easement on the Property (the “Walnut Hill Farm, LLC RLP Conservation Easement”). THEREFORE, BE IT ORDAINED by the Board of County Commissioners of Washington County, Maryland, that the purchase of a conservation easement on the Property be approved and that the President of the Board and the County Attorney be and are hereby authorized and directed to execute and attest, respectively, all such documents for and on behalf of the County relating to the purchase of the Walnut Hill Farm, LLC RLP Conservation Easement. ADOPTED this ____ day of January, 2023. ATTEST: BOARD OF COUNTY COMMISSIONERS OF WASHINGTON COUNTY, MARYLAND _______________________________ BY: Krista L. Hart, County Clerk John F. Barr, President Approved as to legal sufficiency: Mail to: _____________________________ Office of the County Attorney Kendall A. Desaulniers 100 W. Washington Street, Suite 1101 Deputy County Attorney Hagerstown, Maryland 21740 EXHIBIT A - DESCRIPTION OF PROPERTY ALL that farm, tracts, or parcels of land, and all the rights, ways, privileges and appurtenances thereunto belonging or in anywise appertaining, situate in Election District No. 12, Washington County, Maryland, and being more particularly described in accordance with the description contained in the Deed recorded in Liber 2908, folio 354 among the Land Records of Washington County, Maryland, as follows: PARCEL NO. 1: All the following described tract of land, and all the rights, ways, privileges and appurtenances thereunto belonging or in anywise appertaining, situate near Breathedsville and along the East side of Routzahn Road approximate 0.1 miles Northward from its intersection with the Boonsboro-Williamsport Highway, Maryland Route 68, in Election District No. 12, Washington County, Maryland, and being more particularly described as follows: BEGINNING at a rail spike in the center of the said Routzahn Road, said spike being in the 8th line of a Deed from Joseph P. Chaney and Wife to John M. Groh dated February 10, 1872, and recorded in Liber W Mc K K No. 4, folio 373 among the Land Records of Washington County, Maryland, and running thence along or near the center of the said Road North 0 degrees 31 minutes East 1016.14 feet to a point; thence with the 2nd line of said Deed North 27 degrees 26 minutes East 1021.26 feet to the corner of an intersecting Road leading toward Roxbury; thence along or near the center line of said Road and the projection thereof South 75 degrees 23 minutes East 2761.6 feet into the Antietam Creek; thence down said Creek in or near the center thereof South 9 degrees 46 minutes East 269.7 feet; and South 4 degrees 37 minutes West 980.0 feet; thence leaving the Creek and running North 35 degrees 16 minutes West 93.0 feet to a concrete monument; thence continuing in a straight line North 35 degrees 16 minutes West 319.5 feet to a stake; thence South 71 degrees 29 minutes West 1740.4 feet to a planted stone; thence with a portion of the 8th line of the aforementioned Deed North 79 degrees 17 minutes West 1232.13 feet to the point of beginning; containing 113.64 acres of land, more or less. The street address of said Parcel No. 1 is currently known and designated as 8423 Routzahn Road, Boons boro, Maryland, and is further identified as tax account no. 12-003633. PARCEL NO. 2: All that tract or parcel of land, situate along the Northeast side of the Boonsboro-Williamsport Highway, Maryland Route 68, approximately 0.22 miles Southeast from its intersection with Routzahn Road in Election District No. 12, Washington County, Maryland, and being more particularly described as follows: BEGINNING at a stake at the end of 110.0 feet in the 3rd line of the Deed from Bertha L. Saunders, Widow, to Robert C. Mullendore dated March 10, 1956, and recorded in Liber 307, folio 506 among the aforesaid Land Records, and running thence with the remainder of said line North 79 degrees 17 minutes West 60.03 feet to the end thereof; thence with the 4th line of said Deed South 12 degrees 40 minutes West 797.47 feet to a post in the Northeast marginal line of the said Boonsboro-Williamsport Highway; thence along the marginal line thereof South 56 degrees 02 minutes East 64.40 feet to a stake; thence leaving the said Highway and running back therefrom parallel with and 60.0 feet perpendicularly distant from the second line hereof North 12 degrees 40 minutes East 822.9 feet to the point of beginning; containing 1.11 acres of land, more or less. The street address of said Parcel No. 2 is currently known and designated as 0 (no street number assigned) Lappans Road, Fairplay, Maryland, and is further identified as tax account no. 12- 003625. PARCELS 1 AND 2 BEING all of the property which was conveyed from Lois S. Harrison to Walnut Hill Farm, LLC (a Maryland limited liability company) by Deed dated December 16, 2005, and recorded in Liber 2908, folio 354 among the Land Records of Washington County, Maryland. Open Session Item SUBJECT: Joint Sewer Service Area Agreement (JSSA) PRESENTATION DATE: January 10, 2023 PRESENTATION BY: Mark D. Bradshaw, PE, Director of DEM RECOMMENDED MOTION: None – Request the City of Hagerstown to amend paragraph 7 of the JSSA to permit deduct meters. Request the City of Hagerstown to include the property located at 17601 Broadfording Road be added JSSA agreement “Area B” as shown on Exhibit A of the agreement. REPORT-IN-BRIEF: Paragraph 7 of the JSSA states that the City will bill the customers in the JSSA for sewage use based on water consumption. With the installation of a deduct meter, the customer will now only pay for the sewage that is being discharged. Received a request from JD Law Co., Inc requesting that the property located at 17601 Broadfording Road be included in the JSSA agreement as “Area B” as shown on Exhibit A of the agreement. DISCUSSION: A deduct meter is utilized in industrial/commercial businesses to measure the amount of water that is utilized or consumed during normal operations that isn’t discharged into the domestic sewer. The deduct meter reading is then subtracted from the water meter reading to calculate the amount of sewer being generated and billed accordingly. For businesses, within the County, that have installed deduct meters, they have seen substantial saving from reduced user fees and from not having to purchase additional allocation. The property located at 17601 Broadfording Road is in the process of being annexed into the City of Hagerstown. The sewage from this area is currently being treated by the County’s Conococheague Wastewater Treatment Plant (WwTP) per the JSSA. The Conococheague WwTP has adequate capacity to accept the expected sewage flow until the City redirect the flow to their treatment facility. FISCAL IMPACT: The County will collect additional user fees for the sewage being treated for this property until the flow is transferred to the City. CONCURRENCES: ALTERNATIVES: Continue with current billing policy. Deny the request to include the property located at 17601 Broadfording Road into the JSSA. ATTACHMENTS: JSSA & Exhibit A. JD Law Co., Inc letter dated December 16, 2022. AUDIO/VISUAL NEEDS: None Board of County Commissioners of Washington County, Maryland Agenda Report Form RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF WASHINGTON COUNTY, MARYLAND, APPROVING THE JOINT SEWER SERVICE AREA AGREEMENT WITH THE MAYOR AND COUNCIL OF THE CITY OF HAGERSTOWN FOR THE PURPOSE OF ESTABLISHING THE GENERAL TERMS AND RESPONSIBILITIES FOR THE PROVISION OF SANITARY SEWER SERVICE TO THOSE GEOGRAPHIC AREAS DELINEATED IN THE JOINT SEWER SERVICE AREA TO BE SERVED BY THE RESPECTIVE SEWERAGE FACILITIES OF THE COUNTY AND THE CITY WHEREAS, the Board of County Commissioners of Washington County, Maryland, a body corporate and politic and a political subdivision of the State of Maryland, is the duly constituted legislative body of Washington County, Maryland (the "County"); and the Mayor and Council of the City of Hagerstown, a municipal corporation, is the duly constituted legislative body of the City of Hagerstown, Maryland (the "City"). The County and the City are hereinafter referred to individually as the "Party" and collectively as the "Parties"; and WHEREAS, the Parties own, operate, and maintain respective facilities for the treatment of wastewaters within their respective boundaries; and WHEREAS, the Parties, recognizing the importance of providing Joint Sewer Service (defined as sewer service provided jointly by the County and the City where one party agrees to own and maintain a sewer collection system through sewer lines owned by that party and treatment may be provided at a sewage treatment plant owned by the other party), have determined that it is in the best interests of their respective jurisdictions and citizenry thereof to approve the Joint Sewer Service Area Agreement (the "Agreement") for the purpose of establishing the general terms and responsibilities for the provision of sanitary sewer service to the Joint Sewer Service Area defined as that area depicted in gold, blue, and red on Exhibit A of the said Agreement, a copy of which is attached hereto and made a part hereof by reference; and WHEREAS, the Agreement consolidates terms for the provision of sewer service to the present and future service areas within the Joint Sewer Service Area; -and WHEREAS, the Agreement governs the terms by which the Parties shall accept the wastewaters generated in the Joint Sewer Service Area for transport, treatment, and disposal, provided, however, that the accepting Party's facility has adequate capacity to accept additional sewage flow; and WHEREAS, the Agreement provides that the provision of sanitary sewer service to the Joint Sewer Service Area shall be pursued by the Parties in a cooperative and non- competitive manner. The Parties agree that they will continue their present practice of providing sanitary sewer service to areas outside the Joint Sewer Service Area and other such joint sewer service areas approved under Paragraph 16 of the Agreement by negotiating individual service agreements with each property owner who requests sanitary sewer service; and WHEREAS, the Agreement shall replace and revoke all prior County/City sewer service agreements in their entirety, including, but not limited to, the following: + Consolidate General Service Agreement, effective September 16, 1997, and amended several times as follows: + Amendment #1, effective October 31, 1997; + Amendment #2, effective April 27, 1999; + Amendment 43, effective April 27, 1999; + Amendment 44, effective September 26, 2000; + Amendment #5, drafted but never approved; + Amendment #6, effective September 24, 2002; + Amendment #7, effective June 13, 2006; + Amendment #8, drafted but never approved; + Amendment #9, effective June 19, 2007; + Amendment #10, effective April 12, 2011; + Amendment #11, drafted but never approved; + Amendment #12, effective February 23, 2021; and WHEREAS, the Agreement incorporates the Parties' Flow Transfer Agreement, effective August 5, 2013, except that Paragraph VII., Agreement Terms, of said Flow Transfer Agreement is amended to reflect that the term is no longer twenty (20) years, as set forth therein; and WHEREAS, the Parties deem said Agreement to be mutually beneficial to provide sewer service to the Joint ewer Service Area in accordance with the terms set forth in said Agreement; and WHEREAS, the Board of County Commissioners believes it to be in the best interest of the citizens of Washington County to enter into said Agreement. NOW, THEREFORE, BE IT RESOLVED, by the County as follows: 1. That the foregoing Recitals be and are hereby incorporated herein as if set forth verbatim; and 2. That the Agreement is hereby accepted, approved, and ratified; and 3. That Jeffrey A. Cline, President of the Board of County Commissioners, or his successor, is hereby authorized, empowered, and directed to execute and deliver to the City the Agreement, together with any other documents necessary to effectuate the purposes hereof. BE IT FURTHER RESOLVED, by the County that this Resolution shall become effective immediately effective upon its approval. ATTTEST: Krista L. Hart, County Clerk Approved as to form and legal sufficiency for execution by the County: KA C. Down County Attorney Mail to: Office of the County Attorney 100 W. Washington Street, Suite 1101 Hagerstown, MD 21740 BOARD OF COUNTY COMMISSIONERS OF WASHINGTON COUNTY, MARYLAND By: / - ee6,LQ_ _(SEAL) Je ey A. Cline, President Datesigned: 2 2 JOINT SEWER SERVICE AREA AGREEMENT FOR THE PROVISION OF SEWER SERVICE BY AND BETWEEN THE MAYOR AND COUNCIL OF THE CITY OF HAGERSTOWN, MARYLAND, AND THE BOARD OF COUNTY COMMISSIONERS OF WASHINGTON COUNTY, MARYLAND TABLE OF CONTENTS Page Introduction 2 1. City and County Provision for Service 3 2. City and County Service Priorities 4 3. New and Existing Construction 4 4. City Service Responsibilities 5 5. County Service Responsibilities 5 6. Industrial Waste Pretreatment Program 5 7. City Service Charges 6 8. County Service Charges 7 9. Connection Fee and/or Benefit Assessment 7 10. County Charges 8 11, Reallocations 8 12. Delinquent Accounts 8 13. Upgrades to Facilities 9 14. New Joint Sewer Service Areas 9 15. Joint Sewer Service Areas 9 16. Amendments 10 17. Severability 10 18. Due Authorization 10 Definitions 12 INTRODUCTION This Joint Sewer Service Area Agreement (Agreement) datedo 2022, by and between the Mayor and Council of the City of Hagerstown, a municipal corporation (City), and the Board of County Commissioners of Washington County, Maryland, a body corporate and politic and a political subdivision of the State of Maryland (County), establishes the general terms and responsibilities for the provision of sanitary sewer service to those geographic areas delineated in the Joint Sewer Service Area (defined herein) to be served by the sewerage facilities of the City and the County. The City and the County are sometimes referred to herein as "party," individually, and "parties," collectively. This Agreement replaces and revokes all prior City/County sewer service agreements in their entirety, including, but not limited to, the following: • Consolidated General Service Agreement, effective September 16, 1997, and amended several times as follows: • Amendment #1, effective October 31,1997; • Amendment #2, effective April 27, 1999; • Amendment #3, effective April 27,1999; • Amendment #4, effective September 26, 2000; • Amendment #5, drafted but never approved; • Amendment #6, effective September 24, 2002; • Amendment #7, effective June 13, 2006; • Amendment #8, drafted but never approved; • Amendment #9, effective June 19, 2007; • Amendment #10, effective April 12, 2011; • Amendment #11, drafted but never approved; and • Amendment #12, effective February 23, 2021. All of the geographic areas included in this Agreement constitute the Joint Sewer Service Area and are depicted on the map attached hereto as Exhibit A and incorporated by reference herein. This Agreement also incorporates the Flow Transfer Agreement, effective through August 5, 2023. The Flow Transfer Agreement is attached hereto as Exhibit B and incorporated by reference herein, except that Paragraph VII AGREEMENT TERMS is hereby amended to reflect that the term is no longer twenty (20) years; rather, the Flow Service Agreement shall remain in place until the improvements to the City's Pump Station 13 and all associated infrastructure required to transfer the flow back to the City are completed and placed into service. This area is indicated as Area "B" on Exhibit A. Area "A" on Exhibit A shall remain in place until the improvements to the Maugansville Pump Station and all associated infrastructure required to transfer the flow back to the County are completed and placed into service. Upon the completion of a party's respective improvements and infrastructure, and upon six (6) months' written notice to the other party, the County may remove Area "A" in its entirety and/or the City may remove Area "B" in its entirety from the Agreement, in which case there shall be no need to execute an amendment to this Agreement. The parties agree that the provisions of this paragraph incorporating the Flow Transfer Agreement shall be satisfied no later than five (5) years from the execution date of the last party to sign this Agreement, meaning that all improvements to the City's Pump Station 13 will have been completed and placed into service thereby transferring the flow back to the City pursuant to Area "B" on Exhibit A within said five (5) years, and also meaning that all improvements to the County's Maugansville Pump Station will have been completed and placed into service thereby transferring the flow back to the County pursuant to Area "A" on Exhibit A within said five (5) years. The County or the City may remove a service area from the Joint Sewer Service Area to the County's or the City's exclusive responsibility, so as to transfer the County's or the City's collection system and accept sole responsibility for the same, in accordance with Paragraph 15 below. The City and the County recognize the importance for providing sewer service to the Joint Sewer Service Area. This Agreement consolidates terms for the provision of sanitary sewerage services to the present and future service areas within the Joint Sewer Service Area. 1. City and County Provision for Service: The City and the County shall accept the wastewaters generated in the Joint Sewer Service Area for transport, treatment, and disposal, provided that the accepting party's facility has adequate capacity to accept additional sewage flow. 2. City and County Service Priorities: The provision of sanitary sewer service to the Joint Sewer Service Area shall be pursued by the City and the County in a cooperative and non-competitive manner. The City and the County understand and mutually agree that they will continue their present practice of providing sanitary sewer service to areas outside the Joint Sewer Service Area and other such joint sewer service areas approved under Paragraph 16 of this Agreement by negotiating individual service agreements with each property owner who requests sanitary sewer service. 3. New and Existing Construction: hn areas where sewer service is to be provided under the County's jurisdiction, the City and the County shall cooperate in a joint pursuit of maintaining existing interconnection between the County's and the City's respective wastewater systems, and the design and construction effort as to any necessary new wastewater systems. The interconnection will be designed and maintained to allow for the transfer of sewage flow in accordance with the terms and conditions of this Agreement. All new construction shall be designed to the standards and specification of the party that owns and operates the system. The primary work effort and responsibility for design and construction shall be with the party that will own and operate the system. Construction contracts shall be awarded and managed by the County with appropriate assistance by the City. Construction inspection shall be under the County's management with full authority to issue change orders and other construction procedures, utilizing the County's inspection personnel. Upon completion of construction, the County shall retain ownership of all sewerage facilities constructed under the County's jurisdiction. The City shall be under no obligation to be the applicant, grantee, or financing agent for funds to construct systems to be owned by the County. 4. City Service Responsibilities: The City shall operate and maintain all City - owned sewerage facilities in accordance with all applicable rules, regulations, ordinances, permits, guidelines, and other criteria of any federal, state, and local agencies and jurisdictions. The City shall have the authority to monitor water and waste flows to determine volume, flow delivery rate, and/or strength of same. Furthermore, all sewerage facilities in the Joint Sewer Service Area shall be monitored to ensure compliance with the applicable inflow/infiltration requirements. The City shall include in its bill to City/County Joint Sewer Service Customers the applicable County charge. These funds shall be forwarded promptly to the County after receipt in accordance with a schedule mutually acceptable to the County's Director of Finance and the City's Director of Finance. 5. County Service Responsibilities: The County shall operate and maintain all County -owned sewerage facilities in accordance with all applicable rules, regulations, ordinances, permits, guidelines, and other criteria of any federal, state, and local agencies and jurisdictions. The County shall have the authority to monitor water and waste flows to determine volume, flow delivery rate, and/or strength of same. Furthermore, all sewerage facilities in the Joint Sewer Service Area shall be monitored to ensure compliance with the applicable inflow/infiltration requirements. The County shall include in its bill to City/County Joint Sewer Service Customers the applicable City charge. These funds shall be forwarded promptly to the City after receipt in accordance with a schedule mutually acceptable to the City's Director of Finance and the County's Director of Finance. Furthermore, the County shall operate and maintain the interconnection facilities, including periodic adjustments to diverted flow, to achieve the purposes of the Flow Transfer Agreement until such time that the improvements to the City's Pump Station 13 and associated infrastructure are complete and placed into full service and the flow is transferred back to the City. 6. hldustrial Waste Pretreatment Program: All industries in the Joint Sewer Service Area will be subject to the provisions of federal law, state law, and the respective codes, regulations, ordinances, policies, or other requirements of the City and the County, regarding industrial waste discharge limitations, permits, user charges, fines, testing, monitoring, pretreatment requirements, or other ordinance provision, all as may be amended from time to time. Any business or industry in the Joint Sewer Service Area shall obtain any required industrial waste discharge permit(s) from the party who will be providing sewage treatment for that business or industry, regardless of its geographic location within or outside the corporate boundaries of the City. Likewise, the governing entity providing sewage treatment for a business shall have the full authority to enforce any conditions of any industrial waste discharge permit(s), regardless of the location of such business within or outside the corporate boundaries of the City. The parties agree to cooperate fully in such enforcement. 7. City Service Charges: The charge to Joint Sewer Service Customers by the City for transporting and treating the sewage emanating from the Joint Sewer Service Areas through the City -owned sewerage facilities shall be based on metered water consumption and shall be in accordance with the provisions of the City Code for such services. The City shall bill the County's sewer customers in the Joint Sewer Service Areas unless otherwise specified by written agreement. The user charge rates to be charged to all users of the system located within the Joint Sewer Service Areas shall be established in compliance with all applicable federal, state, and local regulations. The City shall recover the actual cost of service through the City rates charged to Joint Sewer Service Customers. Cost of service shall include operating expenses, depreciation, return on investment, and cash flow requirements. A commercial and industrial rate system meeting all applicable requirements of federal, state, and local regulations shall establish the surcharges and other additional rates to be charged to all commercial and industrial users of the system. The City shall apprise the County of any proposed changes in the City Code or any other policy affecting such charges so that the County may have the opportunity to comment on same. The City shall assist the County with official representation at any public hearing to be held to the extent necessary to present and to explain the charges being levied by the City for sewerage services that the City provides to Joint Sewer Service Customers. 8. County Service Charges: The County's charge to Joint Sewer Service Customers for transporting and treating the sewage emanating from the Joint Sewer Service Areas through the County -owned sewerage facilities shall be based on metered water consumption and shall be in accordance with the provisions of the County's applicable Ordinances, Resolutions, and policies for such services. The County shall bill the City's sewer customers in the Joint Sewer Service Areas unless otherwise specified by written agreement. The user charge rates to be charged to all users of the system located within the Joint Sewer Service Areas shall be established in compliance with all applicable federal, state, and local regulations. The County shall recover the actual cost of service through the County rates charged to Joint Sewer Service Customers. Cost of service shall include operating expenses, depreciation, return on investment, and cash flow requirements. A commercial and industrial rate system meeting all applicable requirements of federal, state, and local regulations shall establish the surcharges and other additional rates to be charged to all commercial and industrial users of the system. The County shall apprise the City of any proposed changes in the County Code or any other policy affecting such charges so that the City may have the opportunity to comment on same. The County shall assist the City with official representation at any public hearing to be held to the extent necessary to present and to explain the charges being levied by the County for sewerage services that the County provides to Joint Sewer Service Customers. 9. Connection Fee and/or Benefit Assessment: In addition to the charges described in Paragraph 7 and Paragraph 8, there shall be a Connection Fee per connection to users who are creating new connections to the system. Said Connection Fee shall be established by each party as to its respective accounts pertaining to parcels located within the Joint Sewer Service Area, and shall be collected by the City from users of the system located in the corporate limits of the City, and shall be collected by the County to users of the system located outside the corporate limits of the City. The collecting party shall promptly remit to the non -collecting party those Connection Fees collected on behalf of the non -collecting party. There may also be a Benefit Assessment imposed by either party as permitted by Maryland law. The amount of the Connection Fee and/or Benefit Assessment shall be established by each party by ordinance, resolution, or other appropriate enactment. 10. County Charges: The County shall charge that amount determined to be equal to the County's cost of providing sewer collection service to City/County Joint Sewer Service Customers. Costs shall be calculated based on generally accepted class cost of service methodology. For County rate - setting purposes, City/County Joint Sewer Service Customers shall be classified geographically in one of the following three ways: 1) original service area, 2) total City/County Joint Sewer Service Area, or 3) as a part of the entire County sewer collection service area. 11. Reallocations: The City and the County will evaluate all commercial users annually for any allocation increase over and above the previously established allocation base. The City and the County shall assess and collect any allocation increase fees due the City or the County. All fees collected for the City or County shall be forwarded to the City or the County in accordance with a schedule mutually acceptable to the County's Director of Finance and the City's Director of Finance. 12. Delinquent Accounts: The City and the County shall provide each other with a list of accounts carrying delinquent balances at least quarterly for Joint Sewer Service Customers. The City and the County shall assist each other in the collection of these delinquent accounts through discontinuance of water service or any other lawful means. If these means of collection fail, then the County and/or the City shall exercise its/their statutory rights and enter suit against all offenders in accordance with prevailing collection policies. Likewise, the County shall by suit seek to enforce connection against all property owners who fail to connect to the sewer system in the time allowed therefor. 13. Upgrades to Facilities: The cost of any future upgrades or other alterations made to the County's system or the City's system, constructed to meet future applicable rules, regulations, ordinances, permits, guidelines, and other criteria of any federal, state, and local agencies and jurisdictions, shall be borne by all users of the system in accordance with a system of charges. The cost of any future expansions of or extensions to the system, constructed to provide sewer service to the Joint Sewer Service Area, shall be borne by the users of the system for whom such expansions or extensions are constructed. 14. New Toint Sewer Service Areas: Neither the City nor the County shall make any expansions or other alterations to the boundaries of any Joint Sewer Service Area, nor establish any new Joint Sewer Service Area, without obtaining the other party's prior written approval. Neither the City nor the County shall commence any design work for sewer extensions into any proposed service area in the Joint Sewer Service Area until prior written approval is obtained from the other party. Joint Sewer Service Areas may be modified, clarified, or added to this Agreement by formal amendment pursuant to Paragraph 16. Unless agreed otherwise in writing, the terms and conditions for providing sewer service to Joint Sewer Service Areas presently approved shall apply to all Joint Sewer Service Areas formally approved in the future. 15. Toint Sewer Service Areas: The terms and provisions of this Agreement apply to the Joint Sewer Service Areas that are designated on Exhibit A. The parties agree that, except for the removal of Area "A" and/or Area 'B" in accordance with the provisions set forth on Page 3 hereof, any amendment to said Joint Sewer Service Area will be created by entering into a revised joint service agreement containing and/or referencing a new comprehensive map. The parties agree that any amendment shall be made only after due consideration of capacity for wastewater contributions to the City's and/or the County's respective plants and that no property shall be added to the Joint Sewer Service Area unless adequate capacity exists for treatment and conveyance of sewage from said property. 16. Amendments: Any modification or revision to this Agreement shall be made by formal writing and adopted by resolution or other formal enactment by the City and the County. Amendments shall be effective for, and consistently applied to, all Joint Sewer Service Areas as originally approved in Paragraph 15 of this Agreement and to all Joint Sewer Service Areas subsequently approved by the parties in future amendments to Paragraph 15 of this Agreement. 17. Severability: The conditions and requirements of this Agreement are subject to modification by acts, orders, or directives of regulatory agencies or courts of competent jurisdiction. Should any paragraph, section, or provision of this Agreement be ammlled by acts, orders, or directives of regulatory agencies or courts of competent jurisdiction, the remaining portions of this Agreement shall remain in full force and effect. 18. Due Authorization: The parties agree and represent to each other that this Agreement has been approved by each respective governing body at a duly constituted public meeting and that each undersigned has been designated as the duly authorized signatory and representative of said governing body. (SIGNATURES APPEAR ON NEXT PAGE.) In witless whereof, the parties hereto have executed this Agreement by their respective duly authorized signatories and representatives. ATTEST: Krista L. Hart, County Clerk ATTEST: Donna Spickler, City Clerk BOARD OF COUNTY COMMISSIONERS OF WASHINGTON COUNTY, MARYLAND By: QJA CA Jet ne, President Date: Q � \LA � a7C,)Q MAYOR AND COUNCIL OF THE CITY OF HAGERSTOWN By: Li _..' 9 L-- mily Keller, Mayor Date:.]Jl hu� Ar A� AMA DEFINITIONS Joint Sewer Service: Sewer service provided jointly by the City and the County where one party agrees to own and maintain a sewer collection system through sewer lines owned by that party and treatment may be provided at a sewage treatment plant owned by the other party. Joint Sewer Service Area: That area depicted in gold, blue, and red on Exhibit A attached hereto, in which the City and the County have agreed to provide Joint Sewer Service. Joint Sewer Service Customer: A sewer customer whose sewer service is provided by collection systems, conveyance systems, and/or treatment facilities owned and operated by a combination of the County and the City. The customer is considered a customer of both the City and the County and receives charges from both the City and the County for the sewage service each party provides. Ex� b,-� 6 FLOW TRANSFER AGREEMENT BY AND BETWEEN THE CITY OF HAGERSTOWN, MARYLAND AND THE BOARD OF COUNTY COMMISSIONERS OF WASHINGTON COUNTY For the Transfer of Flows from the City of Hagerstown's Wastewater System to Washington County's Wastewater System I. INTRODUCTION August This Flow Transfer Agreement, hereafter called the "Agreement," dated this5 th of ; 2003, by and between the Mayor and Council of the City of Hagerstown, as the duty -constituted legislative body of the City of Hagerstown, Maryland, a municipal corporation (hereinafter called the "City") and the Board of County Commissioners of Washington County, a body corporate and politic and a subdivision of the State of Maryland (hereinafter called the "County) is to define certain terms, conditions, and responsibilities for the transfer of wastewater flow from the City wastewater system to the County wastewater system. The City and County agree that it would be mutually advantageous for both wastewater agencies and their customers to transfer wastewater flows from the City's service area to the County s service area for collection and treatment services. This Agreement provides for the transfer of this wastewater flow during a specified period of time and at an interconnection described herein. The City and County agree to transfer flows from the City system to the County system in an amount equivalent to actual, additional customer contributions originating from new allocations to the City's wastewater system from accounts located outside the corporate boundaries of the City. The total amount offlow to be transferred under this Agreement will include the flows allocated to customers outside the City corporate boundaries during the term of this agreement hereinafter described. This flow will consist of new customer flows, and incremental flows from allocation increases to existing customers. It will be limited by the maximum amount of representative flow that is physically available to transfer at the interconnection, or the maximum amount of flow that can be physically transported by the interconnection to be constructed under this Agreement. The equivalent amount of these additional flows will be transferred from the City's system at the interconnection described in Section 1I of this Agreement. It is agreed by both parties that these transferred flows represent the sewage contributions from outside City customers regardless of the source of these flows, and it is recognized that the actual flows transferred may originate from customers located inside the City's corporate boundaries. The cost ofservice fortreating transferred flows will be included in the City's calculation of rates for customers located outside City limits as they currently exist or as they are modified in the future. It is the intent of this Agreement to provide the physical and administrative mechanisms to enable the Washington County Department of Water Quality to serve outside City customers on the Hagerstown wastewater system at no cost or financial obligation to those wastewater customers located inside the City corporate boundaries. This Agreement also provides for a Construction Reserve Fund for the design and construction of additional, future interconnections. The Construction Reserve Fund is established by this Agreement as a financing source only and does not obligate the City or County to the transfer of any additional flows in excess of the amounts specifically defined in this Agreement. The transfer of any additional flows beyond those defined herein shall require formal written agreement by the City and County. H. PHYSICAL INTERCONNECTION In order to fulfill the purpose ofthis Agreement, it is agreed that an interconnection between the City and County wastewater systems will be designed and constructed. This interconnection will allow for diversion of sewage flow flowing to existing City Pump Station #13 to the County owned interceptor which is generally located or planned to be situated along Hopewell Road on the west side of Interstate Route 81. A conceptual drawing of this interconnection is attached to this Agreement and identified as Exhibit A. This interconnection and its appurtenances will be designed to allow for the transfer of sewage flow in accordance with the terms and conditions of this Agreement. III. AMOUNT OF FLOW TO BE TRANSFERRED The City and County agree that the amount of flow to be transferred under this Agreement shall be determined as follows: A. Transferred flows will be limited to an amount representing new wastewater contributions as defined herein that are located outside of the City corporate boundaries. These wastewater contributions will be based on actual metered water consumption, or metered sewage discharge for commercial or industrial accounts if such a meter has been approved for use by the appropriate service provider. B. The total amount of flows transferred under this Agreement will be based on those flows (as described under III -A) that cumulatively accrue over the five (5) year period prescribed in Section VII hereof. The first year accrual for flow transfer and billing purposes will begin 90 days after the Agreement is signed by both parties. C. The County and City agree that the amount of flow to be transferred shall be limited to the amount of wastewater contributions generated in the service area of existing City pumping station 13. The County and City also agree that the amount of flow to be transferred shall be limited to the maximum amount ofhydraulic capacity ofthe physical interconnection described in Section II oftbis Agreement. D. The County and City recognize that a component ofinflow/infiltration could be transferred to the County�s system and agree to cooperate on monitoring and correcting infiltration if it should become excessive. The County shall have the authority to monitor flows to determine volume, flow delivery rate and/or strength of same. Furthermore, all sewerage facilities shall be monitored to assure compliance with any applicable inflow/infiltration requirements. Upon request from the County, The City shall permit the County to examine and make copies of all records necessary to effectuate the purpose of this Agreement. The parties agree that each shall operate their respective facilities in accordance with all applicable rules, regulations, ordinances, permits, guidelines, and other criteria of any federal, state, and local agencies and jurisdictions. IV. COUNTY RESPONSIBILITIES. County responsibilities under this Agreement include but are not limited to the following: A. Secure the financing needed to design and construct the interconnection and assume liability for repayment of any indebtedness as needed. B. Assume primary responsibility for design and construction of the interconnection including consulting and coordinating with the City as needed. C. Operate and maintain the interconnection facilities including periodic adjustments to diverted flow to achieve the purposes of this Agreement. If mutually agreeable to both wastewater agencies, it is understood that all flow may be diverted from Pump Station 13 at one time for ease of management, although billing would still occur as stated in Section VI-C. This would allow for immediate de- commissioning of the pumping station with associated savings. D. In accordance with all applicable local, state and federal requirements, regulations and laws, provide wastewater collection and treatment services to the Hagerstown Water Pollution Control Department for all flows transferred under this Agreement and submit monthly invoices to the City for these wastewater services. E. Maintain records of new outside -City Joint Service wastewater contributions as defined herein, and provide said records to the City to assist in preparation of information to be submitted for billing of transferred flows. F. Remit to the City any appropriate fees and charges collected on their behalf in accordance withthe provisions of Section 6, Financial Arrangements of this Agreement. G. Establish and maintain a Construction Reserve Fund as established under Section 6, Financial Arrangements, of this Agreement. At least annually, provide the City a complete audit of the Construction Reserve Fund. H. Maintain a reasonably current cost of service calculation to serve as a basis for the rate charged for collection and treatment services billable to the City. V. CITY RESPONSIBILITIES City responsibilities under this Agreement include but are not limited to the following: A. As needed, assist the County in the design and construction of the interconnection. B. Operate Pump Station 13 as needed. C. Supply metered consumption data from the customers as defined herein to allow the County to bill for transferred flows. D. Maintain records for total amount of flow being diverted. E. Remit to the County any appropriate fees and charges collected on behalf of the County in accordance with the provisions of Section 6, Financial Arrangements of this Agreement. F. Make payments to the County for collection and treatment services related to transferred flows. VI. FINANCIAL ARRANGEMENTS A Initial Financing for Capital Imorovements The County will secure the financing for the design and construction of the interconnection. It is anticipated that grant financing will be available for interconnection. If the County does not, or chooses not to consummate the financing needed for the interconnection, then this agreementmay be terminated at the sole discretion of the County by issuance of a letter of notification to the City. The City shall not be liable for any capital financing related to the design and construction of the interconnection B. Collection and Distribution of Customer Allocation / Benefit Charges Regarding new customers outside the City corporate boundaries, the City and County will assess and collect uniform initial customer charges at the time of approval for sanitary sewer service. For those customers applying for connection directly to a County owned sewer line, the County will collect charges on behalf of the City. For those customers applying for connection directly to a City owned sewer line, the City will collect charges on behalf of the County, The charges referred to in this section are currently identified as a Benefit Charge for the City and an Allocation Fee for the County. Upon collection of these charges on behalf of each other party, the amounts collected will be transferred to the appropriate receiving agency in a timely manner and in accordance with a schedule and procedure as mutually agreed by the City and County Directors of Finance, respectively. In addition, both the City and County will collect amounts to be deposited in the construction reserve fund, and all amounts collected will be transferred to the reserve fund that will be managed by the County in accordance with this Agreement. The customer charges to be collected at the time of approval of application for sewer service or reassessment willhereinafter be collectively referred to as Allocation Fees. The City and County agree that the prevailing Allocation Fees, per equivalent dwelling unit or 200 gallons per day of domestic strength waste, at the time of acceptance of this Agreement will be as follows: City Benefit Charge $1,800 County Connection Charge $1,800 Construction Reserve Charge S 300 Total Allocation Fees $3,900 These fees apply to the prospective new customers or annual reassessments to existing customers for the first five years of assessments pursuant to this Agreement. After this first five-year period and for the next five years, the Allocation Fees are anticipated to be as follows: City Benefit Charge $2,100 County Connection Charge $1,500 Construction Reserve Charge 300 Total Allocation Fees $3,900 There will be a minimum initial assessment for each customer based on 200 gallons per day. The City or County may change or alter their respective component of these Allocation Charges at any time when duly authorized and after providing adequate written notice to the other party. Any change to the construction reserve charges will require the formal agreement and approval of the Hagerstown Mayor and City Council and the County Commissioners of Washington County. I£ neither the City nor County exercises their right to change the Allocation Fees as stipulated in this agreement, then these Allocation Fees shall remain in full force and effect for both the fast and second five-year periods or ten years in total. C. Service Charges Service charges for the collection and treatment of flows transferred to the County will be billed to the City based on thousands of gallons of wastewater accepted and treated based on metered consumption of new customers as defined in Section III.A. Such service charges shall be based on generally accepted, utility rate making methods. The City will insure that these service charges shall be included in the calculation ofrates for all classifications of outside City customers receiving benefit of County treatment oftransferred wastewater flows (Note: At this time, these customer classes are referred to as Outside City and Joint). Service charges for County treatment oftransferred flows shall not be included.in the calculation of rates for City Water and Sewer Department customers located within the City corporate boundaries. Future calculations of rates for City Water and Sewer Department.customers shall also be subject to the provisions of this section. D. Construction Reserve Fund The Countyshall establish and maintain, as primary custodian, a construction reserve fund to escrow the portion of the Allocation Fees that are designated for the construction reserve fund. This fund shall be used to finance future improvements to the City and County wastewater systems. The City and County will meet periodically to identify and prioritize specific projects. Expenditures, withdrawals, or disbursements from the construction reserve fund shall require the formalapproval of both the Hagerstown Mayor and City Council and the County Commissioners of WasbingtonCounty. The construction reserve fund shall be held in an interest bearing account with all interest income accruing to the fluid balance for use in accordance with the purpose of the fund. The County will make records available to the City upon request and provide an audited financial statement of the fund at least annually. If after 10 years from the date of this Agreement the City and County mutually agree that there will be no future uses for the construction reserve fund, then any unexpended 'proceeds shall be divided equally between the parties. These proceeds shall be used for capital improvements to the respective sewer systems, without the necessity for the consent or approval of the other party. VII. AGREEMENT TERMS Unless otherwise formally agreed in writing by both the City and County, the following terms shall apply to this Agreement : The term for the provision of treatment services for flows transferred to the County wastewater system is twenty (20) years. The term for Section III-B of this Agreement is five (5) years. The term for Section VI-B of this Agreement is ten (10) years. VIII. CONTINGENCY CLAUSES The City and County agree that this Agreement is contingent upon consummation ofcapital financing for the design and construction of the interconnection. Neither the City nor the County shall be penalized or bear any unreasonable financial burden for delays or other matters arising from Force Majeure, IX. SEVERABILITY The conditions and requirements of this Agreement are subject to modification by acts, orders or directives of regulatory agencies or courts of competent jurisdiction. Should any sections or provisions of this agreement be annulled by acts, orders or directives of ' regulatory agencies or courts of competent jurisdiction, the remaining portions of this Agreement shall remain in fall force and effect. X. DISPUTE RESOLUTION Any dispute between the parties arising from or in connection with this Agreement shall be resolved by arbitration. Either party may demand arbitration by written notice within ninety (90) days after the dispute arises, and the notice shall include the designation of an arbitrator. Within thirty (30) days after receipt of the notice of demand for arbitration, the other party shall designate by written notice to the party demanding arbitration a second arbitrator. The two arbitrators shall within twenty (20) days of the designation of the second arbitrator designate a third. The three (3) arbitrators shall: a. designate a time and place for hearing; b, specify the evidentiary and procedural rules to be followed in the arbitration; and c. pass a written award or decision within thirty (30) days of the date of the hearing. An award or decision rendered by a majority ofthe arbitrators shall be final and binding on allparties, and judgment on the award or decision may be entered by any court of competent jurisdiction. Arbitration shall be the sole and exclusive remedy under this Agreement. The arbitration costs and expenses of each party shall be borne by that party. XI. INTEGRATION This Agreement constitutes the entire agreement of the parties. There are no promises, covenants, representations, or undertakings other than those expressly set forth herein. . XII. COUNTERPARTS This Agreement may be executed in counterparts. IN WITNESS WHEREOF, the parties hereto have executed this Agreement by their duly authorized signatories and representatives. Witness and Attest As to Corporate Seal Joni L. Butner, County Clerk Witness and Attest As to Corporate Seal Donna K. Spickler, Ci Clerk Board of County Commissioners of Washington County, Maryland By: Gregory . no k PRresident Date:''a J9 22�20a3 May and City Cou ' of Hagerstown By: d Wtlliam M. Breichner, Mayor Date:-,Atw12j�,O�ZOU 0 JOINT SEWER SERVICE AREA AREA A TO BE REMOVED BY COUNTY AT A LATER DATE AREA B TO BE REMOVED BY CITY AT A LATER DATE ³JOINT SEWER SERVICE AREA AGREEMENTEXHIBIT A PRO PO SED Attorney & Consultant December 16, 2022 VIA EMAIL AND REGULAR MAIL Mark Bradshaw Director, Environmental Management 16232 Elliott Parkway Williamsport, MD 21795 iilbradsha@washco-mci.net Re: Amendment to Joint Sewer Service Area Agreement (the "JSSA") Dear Mark: As per our conversation last week, please accept this letter as a formal request on behalf of the property owner, The Bostetter Group, LLC, and contract purchaser, NVR, Inc., to amend the JSSA. Specifically, to amend the JSSA for the purpose of adding the +/- 80 acre property located at 17601 Broadfording Road, Hagerstown, MD 21740, Tax Map 37, Grid 7, Parcel 453 (Tax ID No.13-007497) to the identified "Area 'B"' which is to be served by the Washington County treatment facility until completion of certain improvements to the City of Hagerstown wastewater collection system at which time said flow shall be transferred to the City of Hagerstown treatment facility. Please advise if any additional information is needed to process this request. Very truly yours, JD LAW COMPANY, INC. Jason M. Divelbiss Attorney at Law CC. NVR, Inc. Nancy Hausrath 11125 Bemisderfer Road 1 Greencastle, PA 17225 1301,791,9222 1 jdivelbiss@divelbisslaw.com Open Session Item SUBJECT: FY23 MIEMSS Cardiac Device Grant– Approval to Submit Application and Accept Awarded Funding PRESENTATION DATE: January 10, 2023 PRESENTATION BY: David Chisholm, Deputy Director- Operations, Division of Emergency Services and Nicole Phillips, Grant Manager, Office of Grant Management RECOMMENDED MOTION: Move to submit application and accept awarded funding from the FY23 Cardiac Device Grant through the Maryland Institute for Emergency Medical Services Systems (MIEMSS) in the amount of $35,827.00. REPORT-IN-BRIEF: The Division of Emergency Services is requesting approval to accept awarded funding from the Mar yland Institute for Emergency Medical Services Systems (MIEMSS) for cardiac monitors. DISCUSSION: The Maryland Institute for Emergency Medical Services Systems (MIEMSS) makes available to the EMS community the opportunities for funding for equipment, training and EMS related programs. This special grant program provides funds to get AED’s, monitors/ defibrillators and upgrades to equipment. Cardiac monitors/defibrillators are utilized to assist in the assessment of cardiac patients and the delivery of critical, lifesaving interventions such as defibrillation, cardioversion and pacing of patients suffering from life threatening cardiac events. The Division of Emergency Services will use this grant funding to purchase two cardiac monitors. FISCAL IMPACT: Provides $35,827.00 for the Division of Emergency Services. The match ($35,827.00) associated with this grant will be covered by the Emergency Services operating FY23 budget. CONCURRENCES: Susan Buchanan, Director, Office of Grant Management ALTERNATIVES: Deny approval for submission of this request ATTACHMENTS: N/A AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form Open Session Item SUBJECT: Discussion of Commissioner Representation / Assignments on Washington County Boards and Commissions PRESENTATION DATE: January 10, 2023 PRESENTATION BY: Krista Hart, Clerk; Board of County Commissioners RECOMMENDED MOTION: N/A REPORT-IN-BRIEF: Several Boards and Commissions require Commissioner (or designee) representation, to serve in various capacities. DISCUSSION: This matter is being brought forth to begin discussions surrounding Commissioner assignments on the Washington County Boards and Commissions. FISCAL IMPACT: N/A CONCURRENCES: ALTERNATIVES: ATTACHMENTS: Boards/Commission Information Sheet AUDIO/VISUAL NEEDS: Board of County Commissioners of Washington County, Maryland Agenda Report Form Revised January 3, 2023 Boards and Commissions Assignments – 2022 – 2026 Board of County Commissioners John F. Barr, President • Hag Eastern Panhandle Metropolitan Planning Org Quarterly, 3rd Wednesday 3:00 pm • MACo Legislative Committee Wednesday, during session • Museum of Fine Arts, Board of Trustees 4th Wednesday, every other month, 3:00 pm • University of Maryland, Board of Directors • Western MD Consortium As Called (not less than 2x per year) Jeffrey A. Cline, Vice President • Agricultural Education Center Board 3rd Wednesday ea month 4:00 pm • Community Action Council 4th Thursday ea month, 5:30 pm • Local Management Board As necessary, 6x per year • Recreation and Parks Advisory Board 1st Thursday ea month, 3:15 pm • Transportation Advisory Committee 3rd Wednesday ea month, 11:30 am • Tri-County Council for Western MD 2-4 times per year, as needed (Friday) Derek Harvey • Agricultural Land Preservation Advisory Board 4 times per year, as needed • Historical Advisory Committee 2nd Monday ea month, 12:00 pm • I-81 Corridor Coalition Annually, March • Veteran’s Advisory Committee 1st Wednesday, every other month, 6:30 pm Wayne K. Keefer • Commission on Aging, Board of Directors 3rd Friday 1:30 pm • Historic District Commission 1st Wednesday ea month, 7:00 pm • Social Services Board 4th Monday ea month (Sept-June), 5:30 pm • Tri-Co Council for Western MD Revolving Loan Fund 2-4 times per year, as needed (Friday) Randall E. Wagner • Black Rock Golf Course Board 3rd Monday ea month, 4:30 pm • Emergency Services Advisory Council 1st Thursday ea month, 7:00 pm • Hagerstown Regional Airport Advisory Comm. 2nd Thursday ea month, 3:00 pm • Health Advisory Board 3rd Wednesday ea month, 7:30 am • Planning Commission 1st Monday ea month, 7:00 pm President Jeffrey A. Cline, Vice President Krista L. Hart, Clerk Wayne K. Keefer Randall E. Wagner VACANT: • Area Agency on Aging Council 3rd Friday, every other month 11am • Disabilities Advisory Committee 3rd Wednesday • Diversity & Inclusion Committee 2nd Monday ea month, 7:00 pm • Hag/Eastern Panhandle Metropolitan Planning Org. (alt) 3rd Wednesday quarterly 1:30 pm • Housing Authority 3rd Thursday ea month, 8:00 am • MACo Legislative Committee (alt) Wednesday, during session • Mental Health Authority 4th Wednesday, every other mo 12:00 pm • Tri-Co Council Western MD Revolving Loan Fund (alt) 2-4 times per year, usually Friday • Tri-Co Council for Western MD (alt) 2-4 times per year, usually Friday • Weed Control Committee Once per year, usually March • Western MD Consortium (alt) As Called (not less than 2x per year) • Women’s Commission 2nd Thursday ea month, 6:00 pm