Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
230808a
John F. Barr, President Jeffrey A. Cline, Vice President BOARD OF COUNTY COMMISSIONERS August 8, 2023 OPEN SESSION AGENDA 9:00 AM INVOCATION AND PLEDGE OF ALLEGIANCE CALL TO ORDER, Vice President Jeffrey A. Cline APPROVAL OF MINUTES: July 19, 2023 July 25, 2023 9:05 AM COMMISSIONERS’ REPORTS AND COMMENTS 9:15 AM STAFF COMMENTS 9:20 AM CITIZEN PARTICIPATION 9:30 AM PUBLIC HEARING – AMEND THE ADOPTED MARYLAND AGRICULTURAL LAND PRESERVATION FIND (MALPF) EASEMENT PROGRAM PRIORITY RANKING CRITERIA Jill Baker, Director, Planning and Zoning Convene as the Board of Health 10:00 AM SEXUAL RISK AVOIDANCE EDUCATION PROGRAM (SRAE) Earl Stoner, Health Officer, Washington County Health Department Reconvene as the Washington County Board of County Commissioners 10:10 AM PAY INCREASE FOR CHIEF ELECTION JUDGES Barry Jackson, Director, Board of Elections 10:20 AM MULTI-SIGNATURE CHANGE ORDER FOR COMPREHENSIVE HEALTH CARE SERVICES FOR INMATES – APPROVAL OF THE CHANGE ORDER Major Craig Rowe, Warden, Washington County Sheriff’s Office – Detention Center 10:25 AM INTERGOVERNMENTAL COOPERATIVE PURCHASE (INTG-23-0124) TWO VEHICLES FOR THE DEPARTMENT OF WATER QUALITY (DWQ) Rick Curry, Director, Purchasing; Mark Bradshaw, Director, Environmental Management INTERGOVERNMENTAL COOPERATIVE PURCHASE (INTG-23-0123) TWO CHEVROLET EQUINOX FOR THE SHERIFF’S OFFICE Rick Curry, Director, Purchasing; Alan Matheny, Fleet Logistics and Commercial Vehicle Enforcement, Washington County Sheriff’s Office Derek Harvey Wayne K. Keefer Randall E. Wagner Page 2 of 3 OPEN Session Agenda August 8, 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. 10:30 AM REJECTION OF QUOTE (Q-23-759) FOR PURCHASE AND INSTALLATION OF ONE (1) NEW COILING STEEL DOOR Brandi Naugle, Buyer, Purchasing; Joe Moss, Deputy Director Engineering Sewer, Water Quality RESCIND CONTRACT AWARD (PUR-1611) – JANITORIAL SERVICES FOR WASHINGTON COUNTY Brandi Naugle, Buyer, Purchasing; Danny Hixon, Deputy Director, Buildings, Grounds and Facilities CONTRACT AWARD (PUR-1611) - JANITORIAL SERVICES FOR WASHINGTON COUNTY Brandi Naugle, Buyer, Purchasing; Danny Hixon, Deputy Director, Buildings, Grounds and Facilities 10:40 AM WASHINGTON COUNTY GAMING COMMISSION’S ANNUAL REPORT AND FISCAL YEAR 2023 GAMING FUND ALLOCATION ANNOUNCEMENT Susan Buchanan, Director, Grant Management; Sam Cool, Chairman, Washington County Gaming Commission 10:55 AM POLICE RECRUITMENT AND RETENTION GRANT – APPROVAL TO ACCEPT AWARDED FUNDING Cody Miller, Quartermaster/Grant Manager, Washington County Sheriff’s Office; Rachel Souders, Senior Grant Manager, Grant Management 11:00 AM FIREFIGHTER CAREER LADDER Michelle Gordon, Acting County Administrator; David Hays, Director, Emergency Services 11:10 AM BUDGET ADJUSTMENT FOR UNBUDGETED COSTS - Michelle Gordon, Acting County Administrator • POLICE ACCOUNTABILITY BOARD AND COUNTY ATTORNEY • HUMANE SOCIETY OF WASHINGTON COUNTY • WATER LINE EXTENSION IN HANCOCK • OUTSIDE LEGAL SERVICES • SOFTWARE • REDISTRIBUTE FY23 BUDGETED VACANCY SAVINGS • PARKS AND RECREATION CAPITAL IMPROVEMENT FY23 BUDGET ADJUSTMENT Page 3 of 3 OPEN Session Agenda August 8, 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. 11:20 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 and To consult with counsel to obtain legal advice on a legal matter) 12:40 PM RECONVENE IN OPEN SESSION 12:40 PM SECOND STAFF COMMENTS ADJOURNMENT Open Session Item SUBJECT: PUBLIC HEARING – Amend the adopted Maryland Agricultural Land Preservation Fund (MALPF) Easement Program Priority Ranking Criteria PRESENTATION DATE: PRESENTATION BY: Jill Baker, Director, Dept. of Planning & Zoning RECOMMENDED MOTION: Approve/Deny an amendment to the MALPF priority ranking formula criteria “Distance to the Urban Growth Area (UGA)” from maximum points given to properties furthest from the UGA to maximum points given to properties closest to the UGA. REPORT-IN-BRIEF: The purchase of permanent land preservation easements through the Maryland Agricultural Land Preservation Program (MALPP) is the largest part of Washington County’s rural preservation strategy. All applications are ranked using the adopted Priority Ranking formula which assigns points for such things as quality of soils, proximity to other preserved lands, agricultural status, economic viability, and relationship to other land use areas in the County. The Agricultural Land Preservation Advisory Board reviews applications annually and makes recommendations to the Board of County Commissioners (BoCC) as to which applicants to make financial offers based on their priority ranking. DISCUSSION: Amendments can be made to the priority ranking criteria; however, the amendments must be approved by both the BoCC and the State MALPF Board. During a regular meeting held in May 2023, the Agricultural Land Preservation Advisory Board approved a recommendation to revise one of the criteria in the priority ranking formula related to the category of “Distance to the UGA.” This category currently awards more points to applicants further from growth areas on the basis that large, contiguous blocks of farmland in historically agrarian areas create a more sustainable and economically viable agricultural environment. This policy is reflected in COMAR and the MALPF Task Force’s Ranking Guidelines and has been a historic success in Washington County. The Ag Board’s proposed revision will alter the ranking system to give priority to applicants closer to growth areas, on the basis that those properties are at a higher risk of development, and therefore, must be prioritized in the ranking. FISCAL IMPACT: No fiscal impact to County General Fund. CONCURRENCES: Agricultural Land Preservation Advisory Board ALTERNATIVES: n/a ATTACHMENTS: Maryland Annotated Code Section 2-509 - Foundation regulations and procedures for sale of easements; Priority Ranking Narrative AUDIO/VISUAL NEEDS: None Board of County Commissioners of Washington County, Maryland Agenda Report Form Md. Agriculture Code Ann. § 2-509 Copy Citation Current with all legislation from the 2022 Regular Session of the General Assembly; including legislation ratified by the voters at the November 2022 election. • Michie’s™ Annotated Code of Maryland • Agriculture (Titles 1 — 16) • Title 2. Department of Agriculture. (Subts. 1 — 21) • Subtitle 5. Maryland Agricultural Land Preservation Foundation. (§§ 2-501 — 2-519) § 2-509. Foundation regulations and procedures for sale of easements. (a) (1) The Foundation shall follow the provisions under this section for the easement application process. (2) The Foundation shall adopt regulations and procedures for: (i) Evaluation of land for which application is made to sell an easement; and (ii) Purchase of easements, including the purchase of easements under an installment purchase agreement. (b) Regulations and procedures adopted by the Foundation for the purchase of easements shall provide that: (1) One or more owners of land actively devoted to agricultural use may file an application with the county governing body requesting the purchase of an easement by the Foundation on the land owned by the applicants. The application shall include maps and descriptions of the current use of land for the proposed easement, and any other information required by the Foundation to evaluate the land for purchase of an easement. (2) Upon receipt of an application to purchase an easement the local governing body shall refer the application and accompanying materials both to the agricultural preservation advisory board and to the county planning and zoning body. (i) After the referral of an application, the agricultural preservation advisory board shall advise the county governing body as to whether or not the land for the proposed easement meets the qualifications established by the Foundation under subsection (d) of this section, and whether or not the advisory board recommends the purchase of the easement. (ii) In making its recommendation, the county agricultural preservation advisory board shall: 1. Take into consideration criteria and standards established by the Foundation under this subtitle, current local regulations, local patterns of land development, the kinds of development pressures currently existing on the land for the proposed easement, State smart growth goals, and any locally established priorities for the preservation of agricultural land; and 2. Recommend for ranking any application that qualifies and meets the priorities established by the county governing body for the preservation of agricultural land. (iii) After the referral of an application, the county planning and zoning body shall advise the local governing body as to whether or not the purchase of the easement is compatible with existing and approved county plans and overall county policy, and whether or not the planning and zoning body recommends the purchase of the easement. (3) If either the agricultural preservation advisory board or the planning and zoning body recommends approval, the county governing body shall hold a public hearing on the application for the proposed easement. Adequate notice of the hearing shall be given to all owners whose land would be encumbered by the proposed easement and all owners whose land is contiguous to the land for the proposed easement. (4) In deciding whether to approve the application, the county governing body shall receive the recommendation of the county agricultural preservation advisory board established under § 2-504.1 of this subtitle. (5) (i) After the receipt of the application and the recommendations of the agricultural preservation advisory board and the county planning and zoning body, the county governing body shall render a decision as to whether or not the application shall be recommended to the Foundation for approval. (ii) If the county governing body decides to recommend approval of the application, it shall notify the Foundation and forward to the Foundation: 1. The application and all accompanying materials, including the recommendations of the advisory board and county planning and zoning body; 2. A ranking of all applications based on: A. The county governing body’s locally established priorities as approved by the Foundation, which for purposes of enhancing competitive bidding may include a system that ranks properties in ascending order with respect to the proportion obtained by dividing the asking price by the value of the easement; and B. Guidelines adopted by the Foundation under subsection (d) of this section; and 3. A statement of the total current development rights on the land for the proposed easement, which shall include the total number of development rights that have been subdivided or transferred. (iii) If the county governing body recommends denial of the application, it shall inform the Foundation and the applicants. (c) Regulations and procedures adopted by the Foundation for the purchase and monitoring of easements may not require, in Garrett County or Allegany County, a natural gas rights owner or lessee to subordinate its interest to the Foundation’s interest if the Foundation determines that exercise of the natural gas rights will not interfere with an agricultural operation conducted on land subject to an easement. (d) Regulations and criteria developed by the Foundation relating to land which may be considered for purchase of an easement shall provide that: (1) Subject to item (2) of this subsection, land shall meet productivity, acreage, and locational criteria determined by the Foundation to be necessary for the continuation of farming; (2) As long as all other criteria are met, land that is at least 50 acres in size or is contiguous to other permanently preserved land shall qualify for purchase of an easement; (3) The Foundation shall attempt to preserve the minimum number of acres which may reasonably be expected to promote the continued availability of agricultural suppliers and markets for agricultural goods; (4) Land within the boundaries of a 10-year water and sewer service district may be considered for purchase of an easement only if that land is outstanding in productivity and is of significant size; (5) Land may be considered for purchase of an easement only if the county regulations governing the land permit the activities listed under § 2-513(a) of this subtitle; and (6) Land be evaluated for: (i) Location in a priority preservation area of the county; (ii) Soil and other land characteristics associated with agricultural and silvicultural productivity; (iii) Agricultural and silvicultural production and contribution to the agricultural and silvicultural economy; and (iv) Any other unique county considerations that support the goals of the program. History 1977, ch. 883; 1986, ch. 5, § 1; 1994, ch. 3, § 1; 1995, ch. 3, § 1; 1996, ch. 10, § 1; 1999, ch. 653; 2000, ch. 61, § 1; 2001, ch. 642; 2003, ch. 117; 2004, ch. 189; 2005, ch. 25, § 1; 2006, ch. 192; 2007, ch. 650; 2012, ch. 180; 2014, ch. 287. APPENDIX D AGRICULTURAL PRESERVATION CHECKLIST FOR EASEMENT ESTABLISHMENT APPLICATION NO. APPLICANT’S NAME The following criteria will be listed with a possible point value next to each criterion. To the right of the possible point value is a place to assign the total number of points that is applicable to the specific parcel being considered in relationship to that particular criterion. I. AGRICULTURAL STATUS Objective: To determine whether the land is presently engaged in a viable farming operation, has a high productive capability, and is likely to stay in agriculture. Possible Total Points Criteria: Points Value Assigned Existing Parcel Size ( a ) 200 or more contiguous acres (1.0)* ( b ) 100 or more contiguous acres (.8)* but is characterized by special capabilities or production as a result of special conditions ( c ) Less than 100 contiguous acres (.6)* Soil criteria from Soil Capability Class Points ranging from Using LESA System (0 - 25)** *To calculate points to be assigned to this criterion multiply the possible soils point value by the point value assigned under “Existing Parcel Size.” **Using the LESA system ½ the point total under criteria are derived from soil capability class and ½ the point total is derived from the soil productivity score. Possible Total Points Criteria: Points Value Assigned 2. Agricultural Status (12) ___________ A. Lots developed or withheld since owner acquired ____________ Property, calculated as % of lots remaining Any developed lots up to 3 can be classified as family lots Any acreage withheld will be penalized. 1. 100% (5) 2. up to 90% remaining (3) 3. up to 80% remaining (2) 4. up to 70% remaining (1) 5. Less than 70% (0) B. District density. Greater than 300 acre block (7) _________________ 3. Previous Applicant-Have they applied (1) for easement sale before? 4. Proximity to other easement properties (25) (a) Contiguous (25) (b) Less than or = 1/4 mile (20) (c) Less than or = ½ miles (15) (d) Less than or = 1 mile (10) (e) Less than or = 2 miles (5) (f) Over 2 miles (0) Weight system: Agricultural Easement (1.0) Open Space (0.5) 5. Economic Viability (9) a. Intensively farmed operation (5) Moderately intensive operation (3) Low intensity operation (1) i. Type of farm operation_____________________________________________________ ii. Describe numbers of animals, etc. ___________________________________________ b. Water Availability Excellent (4) Good (3) Marginal (1) i. List natural water sources ___________________________________________________ ii. Number of wells __________________________________________________________ 6. Is property in a Priority Preservation Area (5) Yes (5) No (0) 7. Soil Conservation Plan (0-5) _____________ 8. Agricultural Miscellaneous (11) _____________ (a) In the owner “actively engaged” in the farm operation ? 2 points i. Describe role in farm operation_______________________________________________ ii. How many years__________________________________________________________ (b) Does the farm have long term chances for success?/Adaptability to other ag uses. 2 points i. Describe management plan _________________________________________________ ii. Other indications of adaptable uses __________________________________________ (c) Are best management practices (BMP) being used On the farm? 5 points. Describe ________________________________ (d) Capital intensity. Is the equipment and Facilities in good working order? 2 points DEVELOPMENT STATUS 9. Relationship of the district to the municipal boundaries of incorporated places within the Urban Growth Area or Town Growth Areas* (5 points) For # 9, the following point system shall be used: a. Less than or = .5 mile 0 points 5 points b. Less than or = 1 mile 1 points 4 points c. Less than or = 1.5 miles 2 points 3 points d. Less than or = 2 miles 3 points 2 points e. Less than or = 2.5 miles 4 points 1 point f. Over 2.5 miles 5 points 0 points 10. A development intensity number will be calculated for each election district. This is computed by dividing the number of residential subdivisions that have been approved in the 5 preceding years by the number of square miles in that election district. A point total shall be assigned as follows: Development intensity Points Over 12 5 points 9-12 4 points 6-9 3 points 3-6 2 points 1-3 1 points less than 1 0 points 11. Competitive Bidding 2 points The bidding will work as such: a. The value of the easement is determined by MALPF. b. The discount is calculated by comparing the amount per acre you are willing to sell an easement verses the MALPF determined actual easement value. c. The percentage of discounted value adds points to your overall ranking. 50% or above you will receive 2 points 40 % up to less than 50% you will receive 1 1/2 points 30% up to less than 40% you will receive 1 point 20% up to less than 30% you will receive 1/2 point Less than 20% will receive 0 points Open Session Item NOTE: The Board will need to convene as the Board of Health when considering this request. SUBJECT: Sexual Risk Avoidance Education Program (SRAE) PRESENTATION DATE: August 8, 2023 PRESENTATION BY: Earl Stoner, Health Officer, Washington County Health Department RECOMMENDED MOTION: (WCHD RFP2024-02) The Health Department is recommending that the Board of Health award the contract to Girls Incorporated of Washington County in the amount of $64,328.00 for contract period of July 1st, 2023, through June 30th, 2024. REPORT-IN-BRIEF: SRAE is a grant that is targeted to implement comprehensive sexual health education to adolescents in Washington County Public Schools. Implement the State & CDC approved abstinence curriculum to 6th grade students. There will also be parent/student workshops and presentations throughout the year. Girls Incorporated was the sole bidder for this procurement. The RFP was published on the eMaryland Marketplace and on the health department’s website. DISCUSSION: N/A FISCAL IMPACT: 100% of the funding for this contract is provided through a Maryland Department of Health SRAE Grant. No additional funding is being requested. CONCURRENCES: N/A ATTACHMENTS: Contract is attached Board of County Commissioners of Washington County, Maryland Agenda Report Form Rev. 2/2014 1 STATE OF MARYLAND MARYLAND DEPARTMENT OF HEALTH FY24 F724N-0881 SRAE Girls Incorporated of Washington County 1. Scope of Contract. -02 dated 04/14/23 with the option to renew the or an additional three (3) consecutive years if grant funding is available from the State. – the scope of work or solicitation and Exhibit B – the Contractor’s bid or proposal. Changes. may not significantly change the scope of the Contract (including the Contract price). 2. Term of Contract. 3. Compensation and Method of Payment. Compensation.exceed $64,328.00. Award period 7/1/23-9/30/23 as F724A $21,649. & Award period 10/1/23-6/30/24 as F724B $42,679. Method of Payment 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. Tax Identification Number. Rev. 2/2014 2 Invoicing. wchd.invoice@maryland.gov. 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; ● 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 programs are made within the scope of the Condition of Awards and only appropriate expenses are 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 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 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 regarding all matters relative to this Contract shall be coordinated through the Procurement Officer. 5. Disputes 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 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 of this Contract, the Department may terminate the Contract by giving the Contractor w Rev. 2/2014 3 provisions of COMAR 21.07.01.11B. 8. Termination for Non Appropriation 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 federal and Maryland law, including, but not limited to, the employment provisions of §13- 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 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. 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. 12. Contract Monitor - The contract monitor is Danielle Stahl. Rev. 2/2014 4 Exhibit A Scope of Work 1. Work with the Washington County Board of Education to schedule and implement the comprehensive abstinence sexual education curriculum with 6th graders in at least 5 Washington County Public School 2. Provide the abstinence or other CDC approved curriculum to the parents through activities and presentations 3. Ensure that staff are certified to implement specified curriculum before implementing the curriculum 4. Make referrals in order to link program participants and their families to health care and other resources as necessary. 5. Preferably have both a male and female staff person to teach boys and girls. 6. Resume of each person must be included. Participate in training, webinars, conference calls and quarterly meetings 7. Participate in annual site review 8. Distribute the entry & exit surveys to any student participating in the curriculum and provide copies of results to WCHD. 9. Report performance measures to WCHD staff quarterly for the students participating in the curriculum. 10. Allow WCHD staff to conduct observations of class sessions where the curriculum is being used. Provide WCHD staff with copies of the curriculum and materials. 11. Provide WCHD with a calendar of class school. Any updates to calendars need to be submitted as changes occur. 12. Work with WCHD staff to make sure all grant requirements are met. 13. When issuing or distributing statements, press releases, request for proposals, bid solicitations, publications, or holding meeting or conferences that are funded all or in part with the Maryland Department of Health funds, (WCDH), the following statement should be included: This (article, conference, publication , etc.) was supported by funds from the federal Department of Health and Human Services, Administration for Children and Families, through a grant to the Maryland Department of Health’s Personal Responsibility Education Program ts Rev. 2/2014 5 IN WITNESS THEREOF, the parties have executed this Contract as of the date hereinabove set forth. CONTRACTOR Girls Incorporated of Washington County MARYLAND DEPARTMENT OF HEALTH WASHINGTON COUNTY HEALTH DEPARTMENT Attachments: Exhibit A: Scope of Work Open Session Item SUBJECT: Pay Increase for Chief Election Judges PRESENTATION DATE: August 8, 2023 PRESENTATION BY: Barry Jackson, Director, Board of Elections. RECOMMENDED MOTION: Approval of $50 increase per day worked for Chief Judges from $250 to $300. REPORT-IN-BRIEF: HB1200, effective October 1, 2023, sets a minimum daily pay for election judges at $250. Chief Judges are the managers of the polling place with greater responsibility and have been historically paid a higher fee than other election judges DISCUSSION: The new requirement in election law means that all election judges in Washington County will be paid higher than the previously budgeted amount for chief judges in 2024 and beyond, which is $225. The Washington County Board of Elections respectfully requests that the pay for chief election judges be set at $300. Other local jurisdictions around the state are following suit, as evidenced in the attached presentation. FISCAL IMPACT: $5,600. See attached presentation for more detail. CONCURRENCES: ALTERNATIVES: ATTACHMENTS: Ch_157_hb1200E.pdf; New Election Judge Pay Projections- Primary2024.xls; Election Judge Pay.ppt AUDIO/VISUAL NEEDS: Ability to advance slides in PowerPoint presentation Board of County Commissioners of Washington County, Maryland Agenda Report Form WES MOORE, Governor Ch. 157 – 1 – Chapter 157 (House Bill 1200) AN ACT concerning Elections – Election Judges – Minimum Compensation FOR the purpose of establishing a minimum training course compensation and minimum daily compensation for election judges; requiring the State Board of Elections to reimburse each local board a certain amount of certain compensation that is paid to each returning election judge and to develop and implement a certain market campaign; and generally relating to compensation for election judges. BY repealing and reenacting, with amendments, Article – Election Law Section 10–205 Annotated Code of Maryland (2022 Replacement Volume and 2022 Supplement) SECTION 1. BE IT ENACTED BY THE GENERAL ASSEMBLY OF MARYLAND, That the Laws of Maryland read as follows: Article – Election Law 10–205. (A) IN THIS SECTION, “COMPENSATION” INCLUDES STIPENDS FOR TRANSPORTATION, TRAINING, AND BONUS PAYMENTS. [(a)] (B) (1) A local board may fix the compensation of election judges within the limits authorized for this purpose by the county’s governing body. (I) THE COUNTY GOVERNING BODY SHALL PROVIDE SUFFICIENT FUNDING TO MEET THE MINIMUM COMPENSATION LEVELS REQUIRED UNDER THIS SECTION. (II) WITHIN THE LIMITS AUTHORIZED BY THE COUNTY GOVERNING BODY, A LOCAL BOARD MAY FIX THE COMPENSATION OF ELECTION JUDGES ABOVE THE MINIMUM COMPENSATION LEVELS REQUIRED UNDER THIS SECTION. (2) A local board shall pay an election judge for: (I) EACH COURSE OF INSTRUCTION REQUIRED UNDER § 10–206(G)(1) OF THIS SUBTITLE THAT THE ELECTION JUDGE COMPLETES; AND Ch. 157 2023 LAWS OF MARYLAND – 2 – (II) each election day and each early voting day that the election judge actually serves. (3) (I) THE FOR EACH ELECTION JUDGE WHO HAS NOT PREVIOUSLY SERVED AS AN ELECTION JUDGE, THE COMPENSATION FOR EACH ELECTION DAY AND EACH EARLY VOTING DAY ACTUALLY SERVED MAY NOT BE LESS THAN SHALL BE AT LEAST $250 PER DAY FOR EACH ELECTION JUDGE. (II) FOR EACH ELECTION JUDGE WHO HAS PREVIOUSLY SERVED AS AN ELECTION JUDGE, THE COMPENSATION FOR EACH ELECTION DAY AND EACH EARLY VOTING DAY ACTUALLY SERVED SHALL BE AT LEAST $100 MORE PER DAY THAN THE COMPENSATION PROVIDED TO AN ELECTION JUDGE WHO HAS NOT PREVIOUSLY SERVED AS AN ELECTION JUDGE. (4) THE COMPENSATION FOR EACH COMPLETED COURSE OF INSTRUCTION REQUIRED UNDER § 10–206(G)(1) OF THIS SUBTITLE MAY NOT BE LESS THAN SHALL BE AT LEAST $50. (C) THE STATE BOARD SHALL REIMBURSE EACH LOCAL BOARD FOR $50 OF THE EXTRA COMPENSATION REQUIRED UNDER SUBSECTION (B)(3)(II) OF THIS SECTION THAT IS PAID TO EACH RETURNING ELECTION JUDGE. (D) (1) THE STATE BOARD SHALL DEVELOP AND PROVIDE TO THE LOCAL BOARDS A MARKETING CAMPAIGN TO RECRUIT INDIVIDUALS TO SERVE AS ELECTION JUDGES IN POLLING PLACES IN THE STATE. (2) THE MARKETING CAMPAIGN SHALL: (I) DISSEMINATE INFORMATION ON THE IMPORTANCE OF ELECTION JUDGES; (II) DISSEMINATE INFORMATION ON HOW TO APPLY TO BE AN ELECTION JUDGE, ELIGIBILITY REQUIREMENTS, AND COMPENSATION; AND (III) TARGET DIVERSE VOTER POPULATIONS, INCLUDING MULTILINGUAL INDIVIDUALS. [(b) (1) In Allegany County, the compensation for each day actually served may not be less than: (i) $100 per day for each chief election judge; and (ii) $80 per day for every other election judge. WES MOORE, Governor Ch. 157 – 3 – (2) (i) In Baltimore City, the compensation for each election day or early voting day actually served shall be: 1. not less than $200 per day for each chief election judge; and 2. not less than $150 per day for every other election judge. (ii) 1. In Baltimore City, except as provided in subsubparagraph 2 of this subparagraph, an election judge shall receive $20 as compensation for completing the course of instruction required under § 10–206(g)(1) of this subtitle. 2. Unless the local board excuses the election judge from service, an election judge who fails to serve on election day or on an early voting day may not receive the compensation authorized under this subparagraph. (3) In Baltimore County, the compensation for each election day or early voting day actually served shall be: (i) $225 per day for each chief election judge; and (ii) $162.50 per day for every other election judge. (4) In Calvert County, the compensation for each election day or early voting day actually served shall be: (i) $200 per day for each chief election judge; and (ii) $175 per day for every other election judge. (5) In Harford County, the compensation for each election day or early voting day actually served shall be: (i) not less than $160 per day for each chief election judge; and (ii) not less than $125 per day for every other election judge. (6) (i) In Prince George’s County, the compensation for each election day or early voting day actually served shall be not less than: 1. $250 per day for two chief election judges; and 2. $200 per day for every other election judge. Ch. 157 2023 LAWS OF MARYLAND – 4 – (ii) 1. In Prince George’s County, except as provided under subsubparagraph 2 of this subparagraph, election judges and alternate election judges shall receive $50 as compensation for completing the course of instruction required under § 10–206 of this subtitle. 2. An election judge or alternate election judge may not receive the compensation authorized under this subparagraph if the election judge refuses to serve on an election day or on an early voting day, unless the local board excuses the election judge. (7) (i) In Washington County, the compensation for each election day or early voting day actually served shall be: 1. $175 per day for each chief election judge, plus a mileage allowance as determined by the Washington County Board; and 2. $150 per day for every other election judge. (ii) In Washington County, a chief election judge or election judge who successfully completes a course of instruction in poll working shall be eligible for additional compensation, if approved by the Washington County Board and provided for in the county budget.] SECTION 2. AND BE IT FURTHER ENACTED, That this Act shall take effect October 1, 2023. Approved by the Governor, April 24, 2023. §! ( � \ | ! ;!;!!;,l;;!!,]§]!|!!!;; |§;;;§]§!§|!§!;§;;;;l;]§]§;§ ! } „;!;!!;!!;;4E!!!!!;!;!; „ ;!!!!!l;i;i;! !!!!!„!!;l;4;l;r;;;==;!!;!!! ....,_,,, ,!.. . ;;;;l;« §;§t,!!!!r!§§§§§§■|| ,QR.;RHQQRlq„HQ.. QB=o4lQ;q,Q H!!Q H H! !!!!!;!!l;;!!=!!4!!!! „;!!!!!!;!!!!!l;;;;l;l;! „ !lE;;RM ;l l;; 00 §(()))(()()(((§)( §.)))§§))),-29 ; „ ;m;! §§ !_ §)§[))))));;(/)4;§§§))):}§[!){§]§))i§§§;!(/]§\:)])|§§§4§!;) K\;;;((((;;!!§[§§§>;((;§§§;§;KI II> ()))\\\((§(]§! /\ j)§\)\§\\(()§)((()§§(§§\))§\((((iii)!(\{(\)))§((((\(/))()(§)\§(())) o oO -----};4//);;_)]§]))))!r/j;§§§) \)(§§§)\(((§\()\)\§\\§§§§((([ii(\)))\§§\)((((((\)\)§§] \ \ \ \ \ (}j;§,]§))) 0666 t ((..... )(§\\§(\( (}}!))§)§§)§§ ((§([(§[!)§\§\§§(r§!§[\))§\(( ( ) ) Ss_ /}j!§.!!§)) )(§\\§§[§§§((((§)j)))§())(((()\))())()))\()(((((())[\tu=1...>>> [( ................ !!;l;:;;Bl;;■............; ]_: §:EE,;;;§§;§§!:! ,ll;;.§>>!!;§l,,,! „ > ( ) § Election Judge Pay Previous Elections •Chief Judges $225 •All other judges $175 2022 General Election •Chief Judges $275 •All other judges $225 House Bill 1200 •The compensation for each election judge “shall be at least $250 per day.” (§10-205(B)(3)(I)) •The compensation for “each election judge who has previously served as an election judge…shall be at least $100 more per day...” (§10-205(B)(3)(II)) •Training pay “shall be at least $50.” (§10-205(B)(4)) •“The State Board shall reimburse each local board for $50 of the extra compensation…” (§10-205(C)) •Local Boards of Elections (LBE) may compensate election judges at a higher rate than $250, “within the limites authorized by the county governing body.” (§10-205(B)(1)(II)) Similarly Sized Counties Carroll County •129,085 Active Registered Voters 2022 2024 •Chief Judges $240 Chief Judges $330 •Provisional/SDR $195 Provisional/SDR $270 •Tech Judges $220 Tech Judges $320 •All Others $175 All Others $250 Charles County •122,344 Active Registered Voters 2022 2024 •Chief Judges $270 Chief Judges $300 •Provisional/SDR $270 Provisional/SDR $300 •All Others $225 All Others $250 •Note: Judges who return memory sticks get additional $50. Judges who help set up on Monday night get additional $50. Frederick County •198,785 Active Registered Voters 2022 2024 •Chief Judges $225 Chief Judges $300 •All Others $175 All Others $250 Harford County •191,676 Active Registered Voters 2022 2024 •Chief Judges $315 Chief Judges $315 •Provisional/SDR $275 Provisional/SDR $275 •All Others $250 All Others $250 •Note: Judges who return memory sticks get additional $25. Judges who help set up on Monday night get additional $25. St. Mary’s County •75,367 Active Registered Voters 2022 2024 •Chief Judges $250 Chief Judges $300 •Provisional/SDR $225 Provisional/SDR $275 •All Others $200 All Others $250 Western Maryland Counties Allegany County •43,846 Active Registered Voters 2022 2024 •Chief Judges $225 Chief Judges $300 •All Others $175 All Others $250 Garrett County •20,671 Active Registered Voters 2022 2024 •Chief Judges $275 Chief Judges $275 •All Others $250 All Others $250 Washington County Request 2024 and Beyond •Chief Judges $300 •All Others $250 Additional Cost to the County •Early Voting •16 Total Days (2 EV sites X 8 days) •2 Chief Judges per site per day •32 X $50 = $1,600 •Election Day •40 Polling Places •2 Chief Judges per polling place •80 X $50 = $4,000 Total Cost to the County = $5,600 Open Session Item SUBJECT: Multi-Signature change order for Comprehensive Health Care Services for Inmates – Approval of the Change Order. PRESENTATION DATE: August 8, 2023 PRESENTATION BY: Major Craig Rowe, Warden, Washington County Sheriff’s Office, Detention Center. RECOMMENDED MOTION: Move to approve the Multi-Signature Change Order from $2,133,338.34 to $2,393,338.34, an increase of $260,000 for claims that will be reimbursed by the State. REPORT-IN-BRIEF: The Washington County Sheriff’s Office, Detention Division is requesting approval of the multi-signature change order so that invoices for catastrophic billing can be paid and then submitted to the State for reimbursement. DISCUSSION: The contract with PrimeCare Medical, Inc. states in the “scope of work, section W” that “The Center shall also, upon receiving the appropriate documentation from the contractor, file for and reimburse the contractor for any funds received from the State of Maryland for any individual inmate in excess of $25,000 per fiscal year pursuant to Maryland Code, Correctional Services Articles, Section 9-405.” The detention center must pay these funds out of the budget in order then invoice the State of Maryland in order to receive reimbursement. These are unbudgeted FY23 costs due to not having prior knowledge of what inmates and medical conditions would be incarcerated in any given year. FISCAL IMPACT: Initially $260,000 but those funds will be reimbursed to the General fund when received from the State. CONCURRENCES: Purchasing Department ALTERNATIVES: Deny approval then funds will have to be paid from FY24 which was not budgeted for. ATTACHMENTS: Multi-Signature Change Order Form AUDIO/VISUAL NEEDS: Board of County Commissioners of Washington County, Maryland Agenda Report Form Major Craig Rowe Digitally signed by Major Craig Rowe Date: 2023.07.18 12:33:33 -04'00' Open Session Item SUBJECT: Intergovernmental Cooperative Purchase (INTG-23-0124) Two Vehicles for the Department of Water Quality (DWQ) PRESENTATION DATE: August 8, 2023 PRESENTATION BY: Rick Curry, CPPO, Director, Purchasing Department; Mark Bradshaw, P.E., Division Director, Environmental Management. RECOMMENDATION: Move to authorize by Resolution, DWQ to purchase one (1) 2022 F350 Ford truck with a utility body in the amount of $57,152 and one (1) 2023 F150 Ford 4x4 pick-up in the amount of $47,638 for the total cost in the amount of $104,790 from Apple Ford Lincoln of Columbia, MD and to utilize another jurisdiction’s contract that was awarded by Baltimore County Public School (Contracts #00004504). REPORT-IN-BRIEF: DWQ is requesting to purchase the two (2) vehicles to replace vehicles that exceed the County’s Vehicle and Equipment Types and Usage Guidelines. The County initiated the Vehicle and Equipment Types and Usage Guideline in 2001. The County’s replacement guidelines for less than 19,500 lbs. GVWR is recommended at a ten (10) year economic life cycle. The replaced vehicles will be sold on GovDeals. 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 vehicles 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 these vehicles 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 these vehicles by utilizing the Baltimore County, MD contract and eliminating our county’s bid process would result in an administrative and cost savings for DWQ and Purchasing Department in preparing specifications. DISCUSSION: N/A FISCAL IMPACT: Funds are budgeted in department’s Capital Improvement Budget (CIP) budget VEH007 and VEH010. CONCURRENCES: N/A ATTACHMENTS: Apple Ford Lincoln’s quote. Board of County Commissioners of Washington County, Maryland Agenda Report Form FORD pie; LINCOLN ca-P, 01-iva' U0 Fleet/Government Sales 8800 Stanford Blvd. Columbia, MD 21045 Quote for 2023 Ford F-150 Riding Baltimore County Contract #00004504 Vehicle 2023 Ford F-150 44 $50,070 5.0 5.0 V8 Gas XL 101A Prep Code 145 145" Wheelbase 53A Trailer Tow package 68L Bed Utility 18B Running Boards BL Bed Liner $699 TT Temp Tag $19 BCD Baltimore County Discount -$1,350 GPC Government Price Concession -$1,800 Delivery Days 15 Net Price Per Truck: $47,638 Quantity: 1 Total Price $47,638 Please contact me with any questions, changes, or to finalize your order. I look forward to hearing from you. You can reach me at 443-539-1281 or by e-mail at: NRuby@AppleFord.com. Thank you, Noah Ruby FORD 7a�p p I e. LINCOLN Oriva Us Fleet/Government Sales 8800 Stanford Blvd. Columbia, MD 21045 Quote for 2022 Ford F-350 Stock 227825F Riding Baltimore County Contract #00004504 Vehicle 2022 Ford F-350 $61,583 6.2 6.2 V8 Gas XL 610A Prep Package X4N 3.73 Limited Slip 872 Rearview Camera 96V XL Value Package 52B Trailer Brake Controller Utl 8' Utility Body TT TEMP TAG $19 GPC Government Price Concession -$3,100 BCD Baltimore County Discount -$1,350 Interior Vinyl Bench Delivery Days 1 Net Price Per Truck: Quantity: 1 Total Price $57,152 Please contact me with any questions, changes, or to finalize your order. I look forward to hearing from you. You can reach me at 443-539-1281 or by e-mail at: NRuby@AppleFord.com. Thank you, Noah Ruby Page 1 of 2 RESOLUTION NO. RS-2023- (Intergovernmental Cooperative Purchase [INTG-23-0119] Two (2) Ford Pick-Up Trucks for the Department of Water Quality) RECITALS The Code of the Public Local Laws of Washington County, Maryland (the “Public Local Laws”), §1-106.3, provides that the Board of County Commissioners of Washington County, Maryland (the “Board”), “may procure goods and services through a contract entered into by another governmental entity in accordance with the terms of the contract, regardless of whether the county was a party to the original contract.” Subsection (c) of §1-106.3 provides that “A determination to allow or participate in an intergovernmental cooperative purchasing arrangement under subsection (b) of this section shall be by resolution and shall either indicate that the participation will provide cost benefits to the county or result in administrative efficiencies and savings or provide other justifications for the arrangement.” The Department of Water Quality seeks to purchase one (1) 2022 Ford F-350 Pick-Up Truck with a Utility Body for a total cost of $57,152, together with one (1) 2023 F-150 Pick-Up Truck for a total cost of $47,638, from Apple Ford Lincoln Mercury of Columbia, Maryland, by utilizing the contract awarded by the government of Baltimore County, Maryland, to Apple Ford Inc. (Contract No. 00004504). The County will benefit from direct cost savings in the purchase of the said two (2) Ford Pick-Up Trucks under the Contract No. 00004504 awarded by the government of Baltimore County, Maryland, to Apple Ford Inc. because of economies of scale said contract will leverage. Additionally, the County will realize a savings through administrative efficiencies as a result of not preparing, soliciting, and evaluating a bid. Utilizing the said contract and eliminating the County’s bid process will result in administrative and cost savings for the Department of Water Quality in preparing specifications and the Purchasing Department in preparing necessary documents. NOW, THEREFORE, BE IT RESOLVED by the Board, pursuant to §1-106.3 of the Public Local Laws, to authorize by Resolution the purchase of one (1) 2022 Ford F-350 Pick-Up Truck with a Utility Body for a total cost of $57,152, together with one (1) 2023 F-150 Pick-Up Truck for a total cost of $47,638, from Apple Ford Lincoln Mercury of Columbia, Maryland, by utilizing the Page 2 of 2 contract awarded by the government of Baltimore County, Maryland, to Apple Ford Inc. (Contract No. 00004504). Adopted and effective this eighth day of August, 2023. ATTEST: BOARD OF COUNTY COMMISSIONERS OF WASHINGTON COUNTY, MARYLAND _____________________________ BY: ______________________________________ Dawn L. Marcus, Clerk Jeffrey A. Cline, Vice President Approved as to form and legal sufficiency: Mail to: Office of the County Attorney ______________________________ 100 W. Washington Street, Suite 1101 Kirk C. Downey Hagerstown, MD 21740 County Attorney W1shington County Board of County Commissioners of Washington County, Maryland Agenda Report Form Open Session Item SUBJECT: Intergovernmental Cooperative Purchase (INTG-23-0123) Two (2) Chevrolet Equinox for the Sheriffs Office PRESENTATION DATE: August 8, 2023 PRESENTATION BY: Rick Curry, CPPO, Director, Purchasing Department; Alan Matheny, Fleet Logistics and Commercial Vehicle Enforcement, Sheriffs Office. RECOMMENDATION: Move to authorize by Resolution, the Sheriffs Office to purchase two (2) new 2024 Chevrolet Equinox in the amount of$26,372 each; for the total cost in the amount of$52,744 from Hertrich Fleet Services, Inc. of Milford, DE and to utilize another jurisdiction's contract that was awarded by Howard County, MD (Contract #4400004546). REPORT-IN-BRIEF: The Sheriffs Office is requesting to purchase two (2) Equinox to replace two vehicles that exceed the County's Vehicle and Equipment Types and Usage Guidelines. The County initiated the Vehicle and Equipment Types and Usage Guideline in 2001. The County's replacement guidelines for less than 19,500 lbs. GVWR is recommended at a ten (10) year economic life cycle. The replaced vehicles will be sold on GovDeals. 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 vehicles 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 these vehicles 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 these vehicles by utilizing the Howard County's contract and eliminating our county's bid process would result in an administrative and cost savings for the Sheriffs Office and Purchasing Department in preparing specifications. DISCUSSION: NIA FISCAL IMPACT: Funds are budgeted in the department's Capital Improvement Budget (CIP) 600300-30-1131 0-VEH006. CONCURRENCES: Sheriff ATTACHMENTS: Hertrich's quote. WASHINGTON COUNTY SHERIFF'S OFFICE INTER -OFFICE PURCHASE CONTROL REQUEST Date Requested: 7/12/2023 Purchase From: Hertrich Fleet Services 800-698-9825 Vendor Address: 1427 Bay Road, Milford, DE 19963 C.. __ - . Mja" twnCy aniCKey nerincntleet.com Attention: Deliver To: Washington County Sheriff'< Office 145 IKO Way Suite 103 Hagerstown, MD 21740 Account/P.O. #: Attention: Sergeant Alan Matheny Quantity Catalogue # Complete & Detailed Description of Material Unit Cost Amount 2 1xx26 2024 Chevrolet Equinox AWD 4Dr LS w1LS $ 26,372.00 $ 52,744.00 2 1LS LS Preferred Equipment Group $ _ 2 5Cy P225/651117 Tires All Season blackwall $ _ 2 AKO Glass Deep tinted rear $ _ 2 AR9 Seats, Front Bucket $ _ 2 FX6 Axle, 3.87 Final Drive Ratio $ _ 2 HC8 Medium Ash Gray, Premium Cloth Seat Trim $ _ 2 IOR Audio System, Chevrolet Infotainment 3 System 7" $ _ Diagonal Color Touchscreen AM/FM Stereo $ _ 2 LSD Engine, 1.5L Turbo DOHC 4-cylinder SIDI VVT $ _ 2 MNH Transmission, 6-Speed Automatic, Electronically $ _ Controlled with Overdrive $ _ 2 NE1 Emissions Maryland State Requirements $ _ 2 RZS Wheels, 17" Aluminum $ _ $ 1 GXD Color Sterling Gray $ _ 1 GJV Color Riptide Blue _ Using Howard County Contract # 400004546 $ _ TOTAL COST $ 52,744.00 Requested By: Signature Of: WASHINGTON COUNTY SHERIFF'S OFFICE INTER -OFFICE PURCHASE CONTROL REQUEST Date Requested: 7/12/2023 Purchase From: Hertrich Fleet Services 800-698-9825 Vendor Address: 1427 Bay Road, Milford, DE 19963 I` y 11t m.- Wner Lf lcnneet.com Attention: Deliver To: Washington County Sheriff'! Office 145 IKO Way Suite 103 Account/P.O. #: Hagerstown, MD 21740 Attention: Sergeant Alan Matheny Quantity Catalogue # Complete & Detailed Description of Material Unit Cost Amount 2 2 1xx26 YES 2024 Chevrolet Equinox AWD 4Dr LS w1LS LS Preferred Equipment Group $ 26,372.00 $ 52,744.00 $ _ 2 5CY P225/65R17 Tires All Season blackwall $ _ 2 AKO Glass Deep tinted rear $ _ 2 AR9 Seats, Front Bucket $ _ 2 FX6 Axle, 3.87 Final Drive Ratio $ _ 2 HC8 Medium Ash Gray, Premium Cloth Seat Trim $ _ 2 IOR Audio System, Chevrolet Infotainment 3 System 7" $ _ Diagonal Color Touchscreen AM/FM Stereo $ _ 2 LSD Engine, 1.51- Turbo DOHC 4-cylinder SIDI VVT $ _ 2 MNH Transmission, 6-Speed Automatic, Electronically $ _ Controlled with Overdrive $ _ 2 NE1 Emissions Maryland State Requirements $ _ 2 RZS Wheels, 17" Aluminum $ _ $ 1 GXD Color Sterling Gray $ _ 1 GJV Color Riptide Blue _ Using Howard County Contract # 400004546 $ _ $ - TOTAL COST $ 52,744.00 Requested By: Signature Of: RESOLUTION NO. RS-2023- (Intergovernmental Cooperative Purchase Price Increase (INTG-23-01231 Chevrolet Equinox for the Sheriffs Office) RECITALS The Code of Public Local Laws of Washington County, Maryland (the "Public Local Laws"), §1-106.3, provides that the Board of County Commissioners of Washington County, Maryland (the "Board"), "may procure goods and services through a contract entered into by another governmental entity in accordance with the terms of the contract, regardless of whether the county was a party to the original contract." Subsection (c) of §1-106.3 provides that "A determination to allow or participate in an intergovernmental cooperative purchasing arrangement under subsection (b) of this section shall be by resolution and shall either indicate that the participation will provide cost benefits to the county or result in administrative efficiencies and savings or provide other justifications for the arrangement." The Sheriff's Office is requesting to purchase two (2) new 2024 Chevrolet Equinox in the amount of $26,372 each, for the total cost of $52,744 from Hertrich Fleet Services, Inc., of Milford, Delaware, and to utilize another jurisdiction's contract that was awarded by Howard County, Maryland (contract #400004546). Eliminating the County's bid process will result in administrative and cost savings for the Sheriff's Department. The County will benefit with direct cost savings because of the economy of scale the aforementioned contract has leveraged. Additionally, the County will realize administrative efficiencies and savings as a result of not preparing, soliciting, and evaluating bids. NOW, THEREFORE, BE IT RESOLVED by the Board, pursuant to §1-106.3 of the Public Local Laws, that the Sheriff's Department is hereby authorized to purchase two (2) new 2024 Chevrolet Equinox in the amount of $26,372 each, for the total cost of $52,744, from Hertrich Fleet Services, Inc., of Milford, Delaware, and to utilize another jurisdiction's contact that was awarded by Howard County, Maryland (contract #400004546). Adopted and effective this day of August, 2023. Page 1 of 2 ATTEST: Dawn L. Marcus, County Clerk Approved as to form and legal sufficiency: Kirk C. Downey County Attorney BOARD OF COUNTY COMMISSIONERS OF WASHINGTON COUNTY, MARYLAND mm John F. Barr, President Mail to: Office of the County Attorney 100 W. Washington Street, Suite 1101 Hagerstown, MD 21740 Page 2 of 2 Open Session Item SUBJECT: Rejection of Quote - (Q-23-759) for Purchase and Installation of One (1) New Coiling Steel Door PRESENTATION DATE: August 8, 2023 PRESENTATION BY: Brandi Naugle, CPPB, Buyer and Joe Moss, P.E., Department of Water Quality, Deputy Director, Engineering Services RECOMMENDED MOTION: Move to take action, in the best interest of the County and to request that the quote for the Purchase and Installation of One (1) New Coiling Steel Door for the Department of Water Quality be rejected due to the quote exceeding the estimated budget and we are also requesting permission to re-advertise to solicit pricing for the Purchase and Installation of one (1) New Coiling Steel Door for the Department of Water Quality. REPORT-IN-BRIEF: Notice of the Request for Quote (RFQ) was listed on the State of Maryland’s “eMaryland Marketplace Advantage” (eMMA) website and on the County’s website. Eighteen (18) persons/companies registered/downloaded the bid document online and one (1) bid was received for this unit. DISCUSSION: N/A FISCAL IMPACT: N/A CONCURRENCES: Mark Bradshaw, Division Director of Environmental Management ALTERNATIVES: N/A ATTACHMENTS: Bid Tabulation Matrix AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form Q-23-759 Purchase and Installation of One (1) New Coiling Steel Door Item No.Item Description Unit Price Delivery Date 1 $53,837.00 Remarks/Exceptions: None Total Lump Sum Bid Price United Enterprises Construction Greencastle, PA $53,837.00 Quotes Opened: 7/26/2023 Open Session Item SUBJECT: Rescind Contract Award (PUR-1611) – Janitorial Services for Washington County PRESENTATION DATE: August 8, 2023 PRESENTATION BY: Brandi Naugle, CPPB, Buyer, Purchasing Department; Danny Hixon, Deputy Director, Buildings, Grounds and Facilities RECOMMENDED MOTION: Move to relieve FEF Cleaning Inc., of Hollsopple, PA from the contract without prejudices for the contracted cleaning services in Washington County Office Buildings approved by the Board of County Commissioners of Washington County on June 6, 2023, for the $232,534 annually. REPORT-IN-BRIEF: Due to unforeseen circumstances within the contracted company and misquoted pricing on their part, the vendor has determined that it is not advantageous for their company to continue the required services at the pricing previously submitted. The difference in the revised pricing submitted by the vendor would increase the County’s cost by an additional $88,526 annually. A conference call was held with the vendor to try and resolve this issue, which did not result in a favorable solution for either party. The County accepted bids for the Janitorial Services on April 26, 2023. The bid was advertised on the State of Maryland’s “eMaryland Marketplace” (eMMA) website and the County’s website, and in the local newspaper. The contract term is for one (1) year with an option by the County to renew for up to four (4) additional consecutive one (1) year periods tentatively commencing July 1, 2023. The County reserves the right to accept or reject any request for renewal by the Bidder and any increase in monthly costs for each specified building. FISCAL IMPACT: Funds are budgeted for these services within each using department’s FY’24 operating budget account under maintenance services. CONCURRENCES: Public Works Director ALTERNATIVES: N/A ATTACHMENTS: Bid Tabulation Matrix, and Email for requested increase. AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form PUR-1611 Janitorial Services OPTION NO. 1: To award Location Nos. 1 to 8 to one (1) contractor Associated Building Maintenance Co., Inc. Crofton, MD Beck & Call Professional Services, LLC Baltimore, MD Diversified Services Group, Inc. Germantown, MD FEF Cleaning, Inc. Hollsopple, PA Location No. 1 - County Administration Complex: A - Annual Price $96,370.07 $74,400.00 $73,468.52 $46,050.00 B - Annual Strip/Wax & Buff Hard Floors $1,471.75 $5,540.00 $368.42 $200.00 C - Annual Window Cleaning $4,482.50 $3,025.00 $1,520.00 $250.00 Sub-Total Annual Price (A, B, & C Location No. 1)*$102,324.32 *$82,965.00 *$75,356.94 *$46,500.00 Location No. 2 - Court House & Court House Annex: A - Annual Price $92,230.58 $77,040.00 $71,631.81 $49,928.00 B - Annual Strip/Wax & Buff Hard Floors $174.00 $1,008.00 $203.71 $100.00 C - Annual Window Cleaning $3,036.00 $1,010*$752.50 $50.00 Sub-Total Annual Price (A, B, & C Loaction No. 2)*$95,440.58**$78,048.00**$72,588.02 *$50,078.00 Location No. 3 - Administrative Annex Building: A - Annual Price $32,040.23 $37,800.00 $23,877.27 $14,976.00 B - Annual Strip/Wax & Buff Hard Floors $186.00 $350.00 $54.32 $50.00 C - Annual Window Cleaning $1,409.10 $400.00 $0.00 $50.00 Sub-Total Annual Price (A, B, & C Loaction No. 3)*$33,635.33 *$38,550.00 *$23,931.59 *$15,076.00 1 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 1: To award Location Nos. 1 to 8 to one (1) contractor Associated Building Maintenance Co., Inc. Crofton, MD Beck & Call Professional Services, LLC Baltimore, MD Diversified Services Group, Inc. Germantown, MD FEF Cleaning, Inc. Hollsopple, PA Location No. 4 - County Office Building: A - Annual Price $72,945.24 $61,176.00 $55,101.39 $39,560.00 B - Annual Strip/Wax & Buff Hard Floors $2,653.00 $900.00 $1,162.21 $500.00 C - Annual Window Cleaning $1,133.00 $300.00 $102.50 $50.00 Sub-Total Annual Price (A, B, & C Loaction No. 4)*$76,731.24 *$62,376.00 *$56,366.10 *$40,110.00 Location No. 5 - Extension Services Office Building/Rural Heritage Museum Office: A - Annual Price $25,488.04 $22,800.00 $18,367.13 $11,520.00 B - Annual Strip/Wax & Buff Hard Floors $529.50 $300.00 $154.64 $250.00 C - Annual Window Cleaning $250.00 $300.00 $0.00 $50.00 Sub-Total Annual Price (A, B, & C Loaction No. 5)*$26,267.54 *$23,400.00 *$18,521.77 *$11,820.00 Location No. 6 - Division of Emergency Services: A - Annual Price $25,488.04 $24,000.00*$18,367.13 $21,520.00 B - Annual Strip/Wax & Buff Hard Floors $261.60 $300.00 $0.00 $500.00 C - Annual Window Cleaning $1,287.00 $300.00 $0.00 $50.00 Sub-Total Annual Price (A, B, & C Loaction No. 6)*$27,036.64 *$24,600.00**$18,367.13 *$22,070.00 2 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 1: To award Location Nos. 1 to 8 to one (1) contractor Associated Building Maintenance Co., Inc. Crofton, MD Beck & Call Professional Services, LLC Baltimore, MD Diversified Services Group, Inc. Germantown, MD FEF Cleaning, Inc. Hollsopple, PA Location No. 7 - Women, Infants & Children (WIC) and Distribution Center Warehouse Location: A - Annual Price $16,483.26 $33,543.00 $13,775.35 $34,560.00 B - Annual Strip/Wax & Buff Hard Floors $2,000.00 $600.00 $0.00 $500.00 C - Annual Window Cleaning $606.10 $400.00*$0.00 $50.00 Sub-Total Annual Price (A, B, & C Loaction No. 7)*$19,089.36 *$34,543.00**$13,775.35 *$35,110.00 Location No. 8 - Sheriff's Department: A - Annual Price $22,486.44 $36,639.96 $18,367.13 $11,520.00 B - Annual Strip/Wax & Buff Hard Floors $1,120.00 $990.00 $0.00 $200.00 C - Annual Window Cleaning $1,274.90 $300.00 $0.00 $50.00 Sub-Total Annual Price (A, B, & C Loaction No. 8)*$24,881.34 *$37,929.96 *$18,367.13 *$11,770.00 TOTAL LUMP SUM BID for OPTION NO. 1: (Sum of * items Location Nos. 1 through 8) $405,406.35*$382,411.96*$297,274.03 $232,534.00 3 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 2: To award Location Nos. 1 to 8 to one (1) contractor Associated Building Maintenance Co., Inc. Crofton, MD Beck & Call Professional Services, LLC Baltimore, MD Diversified Services Group, Inc. Germantown, MD FEF Cleaning, Inc. Hollsopple, PA Location No. 1 - County Administration Complex: A - Annual Price $109,136.13 No Bid $73,468.52 $46,050.00 B - Annual Strip/Wax & Buff Hard Floors $1,189.25 No Bid $368.42 $200.00 C - Annual Window Cleaning (Interior)$4,686.25 No Bid $1,520.00 $250.00 Sub-Total Annual Price (A, B, & C Location No. 1)$115,011.63*No Bid $75,356.94 $46,500.00 Location No. 2 - Court House & Court House Annex: A - Annual Price $107,844.48 No Bid $71,631.81 $49,928.00 B - Annual Strip/Wax & Buff Hard Floors $232.00 No Bid $203.71 $100.00 C1 - Annual Window Cleaning $3,174.00 No Bid $752.50 $50.00 Sub-Total Annual Price (A, B, & C Location No. 2)$111,250.48 No Bid $72,588.02 $50,078.00 Location No. 3 - Administrative Annex Building: A - Annual Price $36,219.52 No Bid $23,877.27 $14,976.00 B - Annual Strip/Wax & Buff Hard Floors $248.00 No Bid $54.32 $50.00 C - Annual Window Cleaning $1,473.15 No Bid $0.00 $50.00 Sub-Total Annual Price (A, B, & C Location No. 3)$37,940.67 No Bid $23,931.59 $15,076.00 4 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services Associated Building Maintenance Co., Inc. Crofton, MD Beck & Call Professional Services, LLC Baltimore, MD Diversified Services Group, Inc. Germantown, MD FEF Cleaning, Inc. Hollsopple, PA Location No. 4 - County Office Building: A - Annual Price $82,584.47 No Bid $55,101.39 $39,560.00 B - Annual Strip/Wax & Buff Hard Floors $3,979.50 No Bid $1,162.21 $500.00 C - Annual Window Cleaning $1,184.50 No Bid $102.50 $50.00 Sub-Total Annual Price (A, B, & C Location No. 4)$87,748.47*No Bid $56,366.10 $40,110.00 Location No. 5 - Extension Services Office Building/Rural Heritage Museum Office: A - Annual Price $28,792.60 No Bid $18,367.13 $11,520.00 B - Annual Strip/Wax & Buff Hard Floors $706.00 No Bid $154.64 $250.00 C - Annual Window Cleaning $250.00 No Bid $0.00 $50.00 Sub-Total Annual Price (A, B, & C Location No. 5)$29,748.60 No Bid $18,521.77 $11,820.00 Location No. 6 - Division of Emergency Services Facility: A - Annual Price $28,792.60 No Bid $18,367.13 $21,520.00 B - Annual Window Cleaning $348.80 No Bid $0.00 $500.00 C - Annual Strip/Wax & Buff Hard Floors $1,345.50 No Bid $0.00 $50.00 Sub-Total Annual Price (A, B, & C Location No. 6)$30,486.90 No Bid $18,367.13 $22,070.00 5 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services Associated Building Maintenance Co., Inc. Crofton, MD Beck & Call Professional Services, LLC Baltimore, MD Diversified Services Group, Inc. Germantown, MD FEF Cleaning, Inc. Hollsopple, PA Location No. 7 - Women Infants & Children (WIC) Location: A - Annual Price $18,585.86 No Bid $13,775.35 $34,560.00 B - Annual Window Cleaning $3,000.00 No Bid $0.00 $500.00 C - Annual Strip/Wax & Buff Hard Floors $633.65 No Bid $0.00 $50.00 Sub-Total Annual Price (A, B, & C Location No. 7)$22,219.51 No Bid $13,775.35 $35,110.00 Location No. 8 - Sheriff's Department A - Annual Price $25,390.36 No Bid $18,367.13 $11,520.00 B - Annual Strip/Wax & Buff Hard Floors $1,440.00 No Bid $0.00 $200.00 C - Annual Window Cleaning $1,332.85 No Bid $0.00 $50.00 Sub-Total Annual Price (A, B, & C Location No. 8)$28,163.21 No Bid $18,367.13 $11,770.00 ADDITIONAL OPTIONAL RATES: Additional Carpet Cleaning, as required (per square foot)$0.215 No Bid $0.25 $0.50 Hourly Labor Rate per person for Additional Services as required. Regular (per hour) $28.78 No Bid $17.52 $15.00 Hourly Labor Rate per person for Additional Services as required Saturdays, Sundays and Holidays: (per hour) $46.26 No Bid $26.26 $23.00 *Corrected Claculations Bassed on Unit Pricing 6 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 1: To award Location Nos. 1 to 8 to one (1) contractor Golden, Inc. Towson, MD Islas General Cleaning Services Gaithersburg, MD Jasso Maintenance, LLC Rockville, MD L.T. Services, Inc. Falls Church, VA Location No. 1 - County Administration Complex: A - Annual Price $62,400.00 $65,000.00 $70,584.00 $115,268.52 B - Annual Strip/Wax & Buff Hard Floors $1,080.00 $10,000.00 $925.00 $1,712.57 C - Annual Window Cleaning $2,400.00 $60,500.00*$1,000.00 $3,630.00 Sub-Total Annual Price (A, B, & C Location No. 1)*$65,880.00 *$135,500.00**$72,509.00 *$120,611.09 Location No. 2 - Court House & Court House Annex: A - Annual Price $52,800.00 $65,000.00 $68,952.00 $111,894.84 B - Annual Strip/Wax & Buff Hard Floors $1,200.00 $10,000.00 $383.00 $1,213.85 C - Annual Window Cleaning $800.00 $6,500.00 $1,000.00 $10,780.00 Sub-Total Annual Price (A, B, & C Loaction No. 2)*$54,800.00 *$81,500.00 *$70,335.00 *$123,888.69 Location No. 3 - Administrative Annex Building: A - Annual Price $36,000.00 $25,000.00 $23,568.00 $42,570.00 B - Annual Strip/Wax & Buff Hard Floors $700.00 $8,000.00 $136.00 $300.78 C - Annual Window Cleaning $400.00 $6,000.00 $500.00 $660.00 Sub-Total Annual Price (A, B, & C Loaction No. 3)*$37,100.00 *$39,000.00 *$24,204.00 *$43,530.78 7 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 1: To award Location Nos. 1 to 8 to one (1) contractor Golden, Inc. Towson, MD Islas General Cleaning Services Gaithersburg, MD Jasso Maintenance, LLC Rockville, MD L.T. Services, Inc. Falls Church, VA Location No. 4 - County Office Building: A - Annual Price $52,800.00 $60,000.00 $53,040.00 $90,186.72 B - Annual Strip/Wax & Buff Hard Floors $1,000.00 $6,500.00 $2,918.00 $4,817.46 C - Annual Window Cleaning $600.00 $4,500.00 $1,000.00 $3,300.00 Sub-Total Annual Price (A, B, & C Loaction No. 4)*$54,400.00 *$71,000.00 *$56,958.00 *$98,304.18 Location No. 5 - Extension Services Office Building/Rural Heritage Museum Office: A - Annual Price $33,600.00 $25,000.00 $17,544.00 $33,923.88 B - Annual Strip/Wax & Buff Hard Floors $800.00 $8,000.00 $388.00 $921.01 C - Annual Window Cleaning $500.00 $6,000.00 $500.00 $2,486.00 Sub-Total Annual Price (A, B, & C Loaction No. 5)*$34,900.00 *$39,000.00 *$18,432.00 *$37,330.89 Location No. 6 - Division of Emergency Services: A - Annual Price $16,800.00 $25,000.00 $17,544.00 $32,779.32 B - Annual Strip/Wax & Buff Hard Floors $400.00 $8,000.00 $388.00 $427.87 C - Annual Window Cleaning $300.00 $6,000.00 $500.00 $660.00 Sub-Total Annual Price (A, B, & C Loaction No. 6)*$17,500.00 *$39,000.00 *$18,432.00 *$33,867.19 8 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 1: To award Location Nos. 1 to 8 to one (1) contractor Golden, Inc. Towson, MD Islas General Cleaning Services Gaithersburg, MD Jasso Maintenance, LLC Rockville, MD L.T. Services, Inc. Falls Church, VA Location No. 7 - Women, Infants & Children (WIC) and Distribution Center Warehouse Location: A - Annual Price $49,200.00 $70,000.00 $11,424.00 $32,204.16 B - Annual Strip/Wax & Buff Hard Floors $800.00 $10,000.00 $200.00 $3,635.50 C - Annual Window Cleaning $500.00 $5,000.00 $500.00 $660.00 Sub-Total Annual Price (A, B, & C Loaction No. 7)*$50,500.00 *$85,000.00 *$12,124.00 *$36,499.66* Location No. 8 - Sheriff's Department A - Annual Price $44,400.00 $40,000.00 $11,424.00 $34,959.24 B - Annual Strip/Wax & Buff Hard Floors $1,000.00 $7,000.00 $200.00 $1,423.36 C - Annual Window Cleaning $400.00 $4,500.00 $500.00 $5,522.00 Sub-Total Annual Price (A, B, & C Loaction No. 8)*$45,800.00**$51,500.00 *$12,124.00 *$41,904.60 TOTAL LUMP SUM BID for OPTION NO. 1: (Sum of * items Location Nos. 1 through 8) $360,880.00*$541,500.00*$285,118.00 $535,937.08* 9 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 2: To award Location Nos. 1 to 8 to one (1) contractor Golden, Inc. Towson, MD Islas General Cleaning Services Gaithersburg, MD Jasso Maintenance, LLC Rockville, MD L.T. Services, Inc. Falls Church, VA Location No. 1 - County Administration Complex: A - Annual Price $62,400.00 No Bid $70,584.00 $109,430.64 B - Annual Strip/Wax & Buff Hard Floors $1,080.00 No Bid $925.00 $1,712.57 C1 - Annual Window Cleaning (Interior)$2,400.00 No Bid $1,000.00 $3,630.00 Sub-Total Annual Price (A, B, & C Location No. 1)$65,880.00 No Bid $72,509.00 $114,773.21 Location No. 2 - Court House & Court House Annex: A - Annual Price $52,800.00 No Bid $68,952.00 $107,238.96 B - Annual Strip/Wax & Buff Hard Floors $1,200.00 No Bid $383.00 $1,213.85 C1 - Annual Window Cleaning $800.00 No Bid $1,000.00 $10,780.00 Sub-Total Annual Price (A, B, & C Location No. 2)$54,800.00 No Bid $70,335.00 $119,232.81 Location No. 3 - Administrative Annex Building: A - Annual Price $36,000.00 No Bid $23,568.00 $35,655.96 B - Annual Strip/Wax & Buff Hard Floors $700.00 No Bid $136.00 $300.78 C1 - Annual Window Cleaning $400.00 No Bid $500.00 $660.00 Sub-Total Annual Price (A, B, & C Location No. 3)$37,100.00 No Bid $24,204.00 $36,616.74 10 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services Golden, Inc. Towson, MD Islas General Cleaning Services Gaithersburg, MD Jasso Maintenance, LLC Rockville, MD L.T. Services, Inc. Falls Church, VA Location No. 4 - County Office Building: A - Annual Price $52,800.00 No Bid $53,040.00 $84,348.72 B - Annual Strip/Wax & Buff Hard Floors $1,200.00 No Bid $2,918.00 $4,817.46 C - Annual Window Cleaning $800.00 No Bid $1,000.00 $3,300.00 Sub-Total Annual Price (A, B, & C Location No. 4)$54,800.00 No Bid $56,958.00 $92,466.18 Location No. 5 - Extension Services Office Building/Rural Heritage Museum Office: A - Annual Price $33,600.00 No Bid $17,544.00 $26,549.04 B - Annual Strip/Wax & Buff Hard Floors $800.00 No Bid $388.00 $921.01 C - Annual Window Cleaning $500.00 No Bid $500.00 $2,486.00 Sub-Total Annual Price (A, B, & C Location No. 5)$34,900.00 No Bid $18,432.00 $29,956.05 Location No. 6 - Division of Emergency Services Facility: A - Annual Price $16,800.00 No Bid $17,544.00 $26,941.32 B - Annual Window Cleaning $400.00 No Bid $388.00 $660.00 C - Annual Strip/Wax & Buff Hard Floors $300.00 No Bid $500.00 $427.87 Sub-Total Annual Price (A, B, & C Location No. 6)$17,500.00 No Bid $18,432.00 $28,029.19 11 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services Golden, Inc. Towson, MD Islas General Cleaning Services Gaithersburg, MD Jasso Maintenance, LLC Rockville, MD L.T. Services, Inc. Falls Church, VA Location No. 7 - Women Infants & Children (WIC) Location: A - Annual Price $49,200.00 No Bid $11,424.00 $25,981.68 B - Annual Window Cleaning $800.00 No Bid $200.00 $660.00 C - Annual Strip/Wax & Buff Hard Floors $500.00 No Bid $500.00 $3,635.50 Sub-Total Annual Price (A, B, & C Location No. 7)$50,500.00 No Bid $12,124.00 $30,277.18 Location No. 8 - Sheriff's Department A - Annual Price $44,400.00 No Bid $11,424.00 $29,121.24 B - Annual Strip/Wax & Buff Hard Floors $1,000.00 No Bid $200.00 $1,423.36 C - Annual Window Cleaning $400.00 No Bid $500.00 $5,522.00 Sub-Total Annual Price (A, B, & C Location No. 8)$45,800.00*No Bid $12,124.00 $36,066.60 ADDITIONAL OPTIONAL RATES: Additional Carpet Cleaning, as required (per square foot)No Bid $0.60 $0.11 $0.22 Hourly Labor Rate per person for Additional Services as required. Regular (per hour) No Bid $120.00 $17.00 $30.00 Hourly Labor Rate per person for Additional Services as required Saturdays, Sundays and Holidays: (per hour) No Bid $160.00 $17.00 $50.00 12 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 1: To award Location Nos. 1 to 8 to one (1) contractor P2 Cleaning Services, LLC Laurel, MD Queen of Clean DMV Falling Waters, WV Sentral Services, LLC Kengington, MD SG & Associates, LLC Hagerstown, MD Location No. 1 - County Administration Complex: A - Annual Price $88,155.48 $46,805.99 $85,613.28 $74,534.40 B - Annual Strip/Wax & Buff Hard Floors $1,051.25 $330.00 $1,682.00 $250.00 C - Annual Window Cleaning $3,862.70 $440.00 $2,489.00 $200.00 Sub-Total Annual Price (A, B, & C Location No. 1)*$93,069.43 *$47,575.99 *$89,784.28 *$74,984.40 Location No. 2 - Court House & Court House Annex: A - Annual Price $85,951.59 $66,275.55 $83,570.77 $54,503.28 B - Annual Strip/Wax & Buff Hard Floors $769.00 $302.50 $930.00 $250.00 C - Annual Window Cleaning $1,782.20 $165.00 $860.00 $200.00 Sub-Total Annual Price (A, B, & C Loaction No. 2)*$88,502.79 *$66,743.05 *$85,360.77 *$54,953.28 Location No. 3 - Administrative Annex Building: A - Annual Price $28,650.53 $16,775.28 $28,024.00 $18,633.60 B - Annual Strip/Wax & Buff Hard Floors $450.00 $110.00 $310.00 $100.00 C - Annual Window Cleaning $800.00 No Bid $700.00 $100.00 Sub-Total Annual Price (A, B, & C Loaction No. 3)*$29,900.53 *$16,885.28 *$29,034.00 *$18,833.60 13 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 1: To award Location Nos. 1 to 8 to one (1) contractor P2 Cleaning Services, LLC Laurel, MD Queen of Clean DMV Falling Waters, WV Sentral Services, LLC Kengington, MD SG & Associates, LLC Hagerstown, MD Location No. 4 - County Office Building: A - Annual Price $66,116.61 $50,136.35 $64,597.67 $41,925.60 B - Annual Strip/Wax & Buff Hard Floors $2,653.00 $550.00 $5,040.70 $250.00 C - Annual Window Cleaning $780.00 $55.00 $300.00 $100.00 Sub-Total Annual Price (A, B, & C Loaction No. 4)*$69,549.61 *$50,741.35 *$69,938.37 *$42,275.60 Location No. 5 - Extension Services Office Building/Rural Heritage Museum Office: A - Annual Price $22,038.87 $16,885.55 $21,728.94 $18,633.60 B - Annual Strip/Wax & Buff Hard Floors $450.00 $165.00 $882.50 $150.00 C - Annual Window Cleaning $350.00 No Bid $300.00 $100.00 Sub-Total Annual Price (A, B, & C Loaction No. 5)*$22,838.87 *$17,050.55 *$22,911.44 *$18,883.60 Location No. 6 - Division of Emergency Services: A - Annual Price $22,038.87 $26,400.00 $23,203.96 $18,633.60 B - Annual Strip/Wax & Buff Hard Floors $2,400.00 $440.00 $436.00 $150.00 C - Annual Window Cleaning $300.00 $65.00 $300.00 $100.00 Sub-Total Annual Price (A, B, & C Loaction No. 6)*$24,738.87 *$26,905.00 *$23,939.96 *$18,883.60 14 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 1: To award Location Nos. 1 to 8 to one (1) contractor P2 Cleaning Services, LLC Laurel, MD Queen of Clean DMV Falling Waters, WV Sentral Services, LLC Kengington, MD SG & Associates, LLC Hagerstown, MD Location No. 7 - Women, Infants & Children (WIC) and Distribution Center Warehouse Location: A - Annual Price $55,097.17 $47,685.55 $46,649.97 $27,950.40 B - Annual Strip/Wax & Buff Hard Floors $2,000.00 $550.00 $3,800.00 $200.00 C - Annual Window Cleaning $300.00 No Bid $350.00 $100.00 Sub-Total Annual Price (A, B, & C Loaction No. 7)*$57,397.17 *$48,235.55 *$50,799.97 *$28,250.40 Location No. 8 - Sheriff's Department A - Annual Price $27,548.59 $23,842.78 $22,407.69 $37,267.20 B - Annual Strip/Wax & Buff Hard Floors $640.00 $275.00 $1,280.00 $250.00 C - Annual Window Cleaning $750.00 No Bid $384.00 $100.00 Sub-Total Annual Price (A, B, & C Loaction No. 8)*$28,938.59 *$24,117.78 *$24,071.69 *$37,617.20 TOTAL LUMP SUM BID for OPTION NO. 1: (Sum of * items Location Nos. 1 through 8) $414,935.86*$298,254.55*$395,840.48 $294,681.68 15 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 2: To award Location Nos. 1 to 8 to one (1) contractor P2 Cleaning Services, LLC Laurel, MD Queen of Clean DMV Falling Waters, WV Sentral Services, LLC Kengington, MD SG & Associates, LLC Hagerstown, MD Location No. 1 - County Administration Complex: A - Annual Price $89,918.58 No Bid No Bid $74,534.40 B - Annual Strip/Wax & Buff Hard Floors $1,051.25 No Bid No Bid $250.00 C1 - Annual Window Cleaning (Interior)$3,862.70 No Bid No Bid $200.00 Sub-Total Annual Price (A, B, & C Location No. 1)$94,832.53 No Bid No Bid $74,984.40 Location No. 2 - Court House & Court House Annex: A - Annual Price $87,670.62 No Bid No Bid $54,503.28 B - Annual Strip/Wax & Buff Hard Floors $769.00 No Bid No Bid $250.00 C1 - Annual Window Cleaning $1,782.20 No Bid No Bid $200.00 Sub-Total Annual Price (A, B, & C Location No. 2)$90,221.82 No Bid No Bid $54,953.28 Location No. 3 - Administrative Annex Building: A - Annual Price $29,223.54 No Bid No Bid $18,633.60 B - Annual Strip/Wax & Buff Hard Floors $450.00 No Bid No Bid $100.00 C1 - Annual Window Cleaning $800.00 No Bid No Bid $100.00 Sub-Total Annual Price (A, B, & C Location No. 3)$30,473.54 No Bid No Bid $18,833.60 16 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services P2 Cleaning Services, LLC Laurel, MD Queen of Clean DMV Falling Waters, WV Sentral Services, LLC Kengington, MD SG & Associates, LLC Hagerstown, MD Location No. 4 - County Office Building: A - Annual Price $67,438.94 No Bid No Bid $41,925.60 B - Annual Strip/Wax & Buff Hard Floors $2,653.00 No Bid No Bid $250.00 C - Annual Window Cleaning $780.00 No Bid No Bid $100.00 Sub-Total Annual Price (A, B, & C Location No. 4)$70,871.94 No Bid No Bid $42,275.60 Location No. 5 - Extension Services Office Building/Rural Heritage Museum Office: A - Annual Price $22,479.65 No Bid No Bid $18,633.60 B - Annual Strip/Wax & Buff Hard Floors $450.00 No Bid No Bid $150.00 C - Annual Window Cleaning $350.00 No Bid No Bid $100.00 Sub-Total Annual Price (A, B, & C Location No. 5)$23,279.65 No Bid No Bid $18,883.60 Location No. 6 - Division of Emergency Services Facility: A - Annual Price $22,479.65 No Bid No Bid $18,633.60 B - Annual Window Cleaning $2,400.00 No Bid No Bid $150.00 C - Annual Strip/Wax & Buff Hard Floors $300.00 No Bid No Bid $100.00 Sub-Total Annual Price (A, B, & C Location No. 6)$25,179.65 No Bid No Bid $18,883.60 17 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services P2 Cleaning Services, LLC Laurel, MD Queen of Clean DMV Falling Waters, WV Sentral Services, LLC Kengington, MD SG & Associates, LLC Hagerstown, MD Location No. 7 - Women Infants & Children (WIC) Location: A - Annual Price $56,199.12 No Bid No Bid $27,950.40 B - Annual Window Cleaning $2,000.00 No Bid No Bid $200.00 C - Annual Strip/Wax & Buff Hard Floors $300.00 No Bid No Bid $100.00 Sub-Total Annual Price (A, B, & C Location No. 7)$58,499.12 No Bid No Bid $28,250.40 Location No. 8 - Sheriff's Department A - Annual Price $28,099.56 No Bid No Bid $37,267.20 B - Annual Strip/Wax & Buff Hard Floors $640.00 No Bid No Bid $250.00 C - Annual Window Cleaning $750.00 No Bid No Bid $100.00 Sub-Total Annual Price (A, B, & C Location No. 8)$29,489.56 No Bid No Bid $37,617.20 ADDITIONAL OPTIONAL RATES: Additional Carpet Cleaning, as required (per square foot)$0.18 No Bid $0.15 $0.38 Hourly Labor Rate per person for Additional Services as required. Regular (per hour) $25.00 No Bid $25.00 $21.64 Hourly Labor Rate per person for Additional Services as required Saturdays, Sundays and Holidays: (per hour) $25.00 No Bid $37.50*$28.10 18 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services Remarks/Exceptions: did not provide an Authorization for Access to Records did not provide Additional Optional Rates did not complete Authorization for Access to Records Beck & Call Professional Services Exception: Option No. 1 Location No. 7 Item C. Apparent written error price listed as Three Hundred Cents Diversified Services did not provide an Authorization for Access to Records Golden, Inc. did not provide an Authorization for Access to Records Golden, Inc. did not provide Additional Optional Rates L.T. Services, Inc. did not provide Authorization for Access to Records Queen of Clean DMV did not provide Additional Optional Rates Sentral Services, LLC did not provide an Authorization for Access to Records. Will provide this form upon award. Sentral Services, LLC Exception: Hourly Rate per person for Additional Services as required: Saturdays, Sundays, and Holidays: (per hour) 1 Bids Opened: 04-26-2023 From:Naugle, Brandi To:Naugle, Brandi Subject:FW: Rebid Date:Thursday, August 3, 2023 2:44:00 PM From: FEF Cleaning Inc. <fefcleaning@outlook.com> Sent: Wednesday, August 2, 2023 11:17 AM To: Naugle, Brandi <bnaugle@washco-md.net> Subject: Rebid WARNING!! This message originated from an External Source. Please use proper judgment and caution when opening attachments, clicking links, or responding to this email. Any claims of being a County official or employee should be disregarded. Building #1 cac $76800 annual building $200 strip wax $250 windows $77250 total annual Building #2 courthouse $74880 annual building $100 strip wax $50 windows $75030 total annual Building #3 annex $19200 annual building $50 strip wax $50 windows $19300 total annual Building #4 cob $57600 annual building $500 strip wax $50 windows $58150 total annual Building #5 extension office $19200 annual building $250 strip wax $50 windows $19500 total annual Building 6 emergency services (no change) $21520 annual building $500 strip wax $50 windows $22070 total annual Building 7 wic (no change) $34560 annual building $500 strip wax $50 windows $35110 total annual Building #8 sheriff $14400 annual building $200 strip wax $50 windows $14650 total annual Open Session Item SUBJECT: Contract Award (PUR-1611) Janitorial Services for Washington County PRESENTATION DATE: August 8, 2023 PRESENTATION BY: Brandi Naugle, CPPB, Buyer, Purchasing Department; Danny Hixon, Deputy Director, Buildings, Grounds and Facilities RECOMMENDED MOTION: Move to award the Janitorial Services contract to the responsible, responsive, bidder under Option No. 1 to Jasso Maintenance LLC, of Rockville, MD for the total amount of $285,118 annually and unit cost as follows: Additional carpet cleaning as required (per square foot) $.11, Hourly labor rate per person for additional services as required, regular rate per hour $17.00, and Hourly labor rate per person for additional services as required Saturdays, Sundays and Holidays $17.00. REPORT-IN-BRIEF: The County accepted bids for the Janitorial Services on April 26, 2023. The bid was advertised on the State of Maryland’s “eMaryland Marketplace” (eMMA) website and the County’s website, and in the local newspaper. Sixty-Two (62) persons/companies registered and downloaded the bid document online and twelve (12) bids were received; one bid was deemed non-responsive. The contract term is for one (1) year with an option by the County to renew for up to four (4) additional consecutive one (1) year periods tentatively commencing September 2023. The County reserves the right to accept or reject any request for renewal by the Bidder and any increase in monthly costs for each specified building. DISCUSSION: N/A FISCAL IMPACT: Funds are budgeted for these services within each using department’s FY’24 operating budget account under maintenance services. CONCURRENCES: Public Works Director ALTERNATIVES: N/A ATTACHMENTS: Bid Tabulation Matrix AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form PUR-1611 Janitorial Services OPTION NO. 1: To award Location Nos. 1 to 8 to one (1) contractor Associated Building Maintenance Co., Inc. Crofton, MD Beck & Call Professional Services, LLC Baltimore, MD Diversified Services Group, Inc. Germantown, MD FEF Cleaning, Inc. Hollsopple, PA Location No. 1 - County Administration Complex: A - Annual Price $96,370.07 $74,400.00 $73,468.52 $46,050.00 B - Annual Strip/Wax & Buff Hard Floors $1,471.75 $5,540.00 $368.42 $200.00 C - Annual Window Cleaning $4,482.50 $3,025.00 $1,520.00 $250.00 Sub-Total Annual Price (A, B, & C Location No. 1)*$102,324.32 *$82,965.00 *$75,356.94 *$46,500.00 Location No. 2 - Court House & Court House Annex: A - Annual Price $92,230.58 $77,040.00 $71,631.81 $49,928.00 B - Annual Strip/Wax & Buff Hard Floors $174.00 $1,008.00 $203.71 $100.00 C - Annual Window Cleaning $3,036.00 $1,010*$752.50 $50.00 Sub-Total Annual Price (A, B, & C Loaction No. 2)*$95,440.58**$78,048.00**$72,588.02 *$50,078.00 Location No. 3 - Administrative Annex Building: A - Annual Price $32,040.23 $37,800.00 $23,877.27 $14,976.00 B - Annual Strip/Wax & Buff Hard Floors $186.00 $350.00 $54.32 $50.00 C - Annual Window Cleaning $1,409.10 $400.00 $0.00 $50.00 Sub-Total Annual Price (A, B, & C Loaction No. 3)*$33,635.33 *$38,550.00 *$23,931.59 *$15,076.00 1 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 1: To award Location Nos. 1 to 8 to one (1) contractor Associated Building Maintenance Co., Inc. Crofton, MD Beck & Call Professional Services, LLC Baltimore, MD Diversified Services Group, Inc. Germantown, MD FEF Cleaning, Inc. Hollsopple, PA Location No. 4 - County Office Building: A - Annual Price $72,945.24 $61,176.00 $55,101.39 $39,560.00 B - Annual Strip/Wax & Buff Hard Floors $2,653.00 $900.00 $1,162.21 $500.00 C - Annual Window Cleaning $1,133.00 $300.00 $102.50 $50.00 Sub-Total Annual Price (A, B, & C Loaction No. 4)*$76,731.24 *$62,376.00 *$56,366.10 *$40,110.00 Location No. 5 - Extension Services Office Building/Rural Heritage Museum Office: A - Annual Price $25,488.04 $22,800.00 $18,367.13 $11,520.00 B - Annual Strip/Wax & Buff Hard Floors $529.50 $300.00 $154.64 $250.00 C - Annual Window Cleaning $250.00 $300.00 $0.00 $50.00 Sub-Total Annual Price (A, B, & C Loaction No. 5)*$26,267.54 *$23,400.00 *$18,521.77 *$11,820.00 Location No. 6 - Division of Emergency Services: A - Annual Price $25,488.04 $24,000.00*$18,367.13 $21,520.00 B - Annual Strip/Wax & Buff Hard Floors $261.60 $300.00 $0.00 $500.00 C - Annual Window Cleaning $1,287.00 $300.00 $0.00 $50.00 Sub-Total Annual Price (A, B, & C Loaction No. 6)*$27,036.64 *$24,600.00**$18,367.13 *$22,070.00 2 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 1: To award Location Nos. 1 to 8 to one (1) contractor Associated Building Maintenance Co., Inc. Crofton, MD Beck & Call Professional Services, LLC Baltimore, MD Diversified Services Group, Inc. Germantown, MD FEF Cleaning, Inc. Hollsopple, PA Location No. 7 - Women, Infants & Children (WIC) and Distribution Center Warehouse Location: A - Annual Price $16,483.26 $33,543.00 $13,775.35 $34,560.00 B - Annual Strip/Wax & Buff Hard Floors $2,000.00 $600.00 $0.00 $500.00 C - Annual Window Cleaning $606.10 $400.00*$0.00 $50.00 Sub-Total Annual Price (A, B, & C Loaction No. 7)*$19,089.36 *$34,543.00**$13,775.35 *$35,110.00 Location No. 8 - Sheriff's Department: A - Annual Price $22,486.44 $36,639.96 $18,367.13 $11,520.00 B - Annual Strip/Wax & Buff Hard Floors $1,120.00 $990.00 $0.00 $200.00 C - Annual Window Cleaning $1,274.90 $300.00 $0.00 $50.00 Sub-Total Annual Price (A, B, & C Loaction No. 8)*$24,881.34 *$37,929.96 *$18,367.13 *$11,770.00 TOTAL LUMP SUM BID for OPTION NO. 1: (Sum of * items Location Nos. 1 through 8) $405,406.35*$382,411.96*$297,274.03 $232,534.00 3 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 2: To award Location Nos. 1 to 8 to one (1) contractor Associated Building Maintenance Co., Inc. Crofton, MD Beck & Call Professional Services, LLC Baltimore, MD Diversified Services Group, Inc. Germantown, MD FEF Cleaning, Inc. Hollsopple, PA Location No. 1 - County Administration Complex: A - Annual Price $109,136.13 No Bid $73,468.52 $46,050.00 B - Annual Strip/Wax & Buff Hard Floors $1,189.25 No Bid $368.42 $200.00 C - Annual Window Cleaning (Interior)$4,686.25 No Bid $1,520.00 $250.00 Sub-Total Annual Price (A, B, & C Location No. 1)$115,011.63*No Bid $75,356.94 $46,500.00 Location No. 2 - Court House & Court House Annex: A - Annual Price $107,844.48 No Bid $71,631.81 $49,928.00 B - Annual Strip/Wax & Buff Hard Floors $232.00 No Bid $203.71 $100.00 C1 - Annual Window Cleaning $3,174.00 No Bid $752.50 $50.00 Sub-Total Annual Price (A, B, & C Location No. 2)$111,250.48 No Bid $72,588.02 $50,078.00 Location No. 3 - Administrative Annex Building: A - Annual Price $36,219.52 No Bid $23,877.27 $14,976.00 B - Annual Strip/Wax & Buff Hard Floors $248.00 No Bid $54.32 $50.00 C - Annual Window Cleaning $1,473.15 No Bid $0.00 $50.00 Sub-Total Annual Price (A, B, & C Location No. 3)$37,940.67 No Bid $23,931.59 $15,076.00 4 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services Associated Building Maintenance Co., Inc. Crofton, MD Beck & Call Professional Services, LLC Baltimore, MD Diversified Services Group, Inc. Germantown, MD FEF Cleaning, Inc. Hollsopple, PA Location No. 4 - County Office Building: A - Annual Price $82,584.47 No Bid $55,101.39 $39,560.00 B - Annual Strip/Wax & Buff Hard Floors $3,979.50 No Bid $1,162.21 $500.00 C - Annual Window Cleaning $1,184.50 No Bid $102.50 $50.00 Sub-Total Annual Price (A, B, & C Location No. 4)$87,748.47*No Bid $56,366.10 $40,110.00 Location No. 5 - Extension Services Office Building/Rural Heritage Museum Office: A - Annual Price $28,792.60 No Bid $18,367.13 $11,520.00 B - Annual Strip/Wax & Buff Hard Floors $706.00 No Bid $154.64 $250.00 C - Annual Window Cleaning $250.00 No Bid $0.00 $50.00 Sub-Total Annual Price (A, B, & C Location No. 5)$29,748.60 No Bid $18,521.77 $11,820.00 Location No. 6 - Division of Emergency Services Facility: A - Annual Price $28,792.60 No Bid $18,367.13 $21,520.00 B - Annual Window Cleaning $348.80 No Bid $0.00 $500.00 C - Annual Strip/Wax & Buff Hard Floors $1,345.50 No Bid $0.00 $50.00 Sub-Total Annual Price (A, B, & C Location No. 6)$30,486.90 No Bid $18,367.13 $22,070.00 5 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services Associated Building Maintenance Co., Inc. Crofton, MD Beck & Call Professional Services, LLC Baltimore, MD Diversified Services Group, Inc. Germantown, MD FEF Cleaning, Inc. Hollsopple, PA Location No. 7 - Women Infants & Children (WIC) Location: A - Annual Price $18,585.86 No Bid $13,775.35 $34,560.00 B - Annual Window Cleaning $3,000.00 No Bid $0.00 $500.00 C - Annual Strip/Wax & Buff Hard Floors $633.65 No Bid $0.00 $50.00 Sub-Total Annual Price (A, B, & C Location No. 7)$22,219.51 No Bid $13,775.35 $35,110.00 Location No. 8 - Sheriff's Department A - Annual Price $25,390.36 No Bid $18,367.13 $11,520.00 B - Annual Strip/Wax & Buff Hard Floors $1,440.00 No Bid $0.00 $200.00 C - Annual Window Cleaning $1,332.85 No Bid $0.00 $50.00 Sub-Total Annual Price (A, B, & C Location No. 8)$28,163.21 No Bid $18,367.13 $11,770.00 ADDITIONAL OPTIONAL RATES: Additional Carpet Cleaning, as required (per square foot)$0.215 No Bid $0.25 $0.50 Hourly Labor Rate per person for Additional Services as required. Regular (per hour) $28.78 No Bid $17.52 $15.00 Hourly Labor Rate per person for Additional Services as required Saturdays, Sundays and Holidays: (per hour) $46.26 No Bid $26.26 $23.00 *Corrected Claculations Bassed on Unit Pricing 6 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 1: To award Location Nos. 1 to 8 to one (1) contractor Golden, Inc. Towson, MD Islas General Cleaning Services Gaithersburg, MD Jasso Maintenance, LLC Rockville, MD L.T. Services, Inc. Falls Church, VA Location No. 1 - County Administration Complex: A - Annual Price $62,400.00 $65,000.00 $70,584.00 $115,268.52 B - Annual Strip/Wax & Buff Hard Floors $1,080.00 $10,000.00 $925.00 $1,712.57 C - Annual Window Cleaning $2,400.00 $60,500.00*$1,000.00 $3,630.00 Sub-Total Annual Price (A, B, & C Location No. 1)*$65,880.00 *$135,500.00**$72,509.00 *$120,611.09 Location No. 2 - Court House & Court House Annex: A - Annual Price $52,800.00 $65,000.00 $68,952.00 $111,894.84 B - Annual Strip/Wax & Buff Hard Floors $1,200.00 $10,000.00 $383.00 $1,213.85 C - Annual Window Cleaning $800.00 $6,500.00 $1,000.00 $10,780.00 Sub-Total Annual Price (A, B, & C Loaction No. 2)*$54,800.00 *$81,500.00 *$70,335.00 *$123,888.69 Location No. 3 - Administrative Annex Building: A - Annual Price $36,000.00 $25,000.00 $23,568.00 $42,570.00 B - Annual Strip/Wax & Buff Hard Floors $700.00 $8,000.00 $136.00 $300.78 C - Annual Window Cleaning $400.00 $6,000.00 $500.00 $660.00 Sub-Total Annual Price (A, B, & C Loaction No. 3)*$37,100.00 *$39,000.00 *$24,204.00 *$43,530.78 7 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 1: To award Location Nos. 1 to 8 to one (1) contractor Golden, Inc. Towson, MD Islas General Cleaning Services Gaithersburg, MD Jasso Maintenance, LLC Rockville, MD L.T. Services, Inc. Falls Church, VA Location No. 4 - County Office Building: A - Annual Price $52,800.00 $60,000.00 $53,040.00 $90,186.72 B - Annual Strip/Wax & Buff Hard Floors $1,000.00 $6,500.00 $2,918.00 $4,817.46 C - Annual Window Cleaning $600.00 $4,500.00 $1,000.00 $3,300.00 Sub-Total Annual Price (A, B, & C Loaction No. 4)*$54,400.00 *$71,000.00 *$56,958.00 *$98,304.18 Location No. 5 - Extension Services Office Building/Rural Heritage Museum Office: A - Annual Price $33,600.00 $25,000.00 $17,544.00 $33,923.88 B - Annual Strip/Wax & Buff Hard Floors $800.00 $8,000.00 $388.00 $921.01 C - Annual Window Cleaning $500.00 $6,000.00 $500.00 $2,486.00 Sub-Total Annual Price (A, B, & C Loaction No. 5)*$34,900.00 *$39,000.00 *$18,432.00 *$37,330.89 Location No. 6 - Division of Emergency Services: A - Annual Price $16,800.00 $25,000.00 $17,544.00 $32,779.32 B - Annual Strip/Wax & Buff Hard Floors $400.00 $8,000.00 $388.00 $427.87 C - Annual Window Cleaning $300.00 $6,000.00 $500.00 $660.00 Sub-Total Annual Price (A, B, & C Loaction No. 6)*$17,500.00 *$39,000.00 *$18,432.00 *$33,867.19 8 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 1: To award Location Nos. 1 to 8 to one (1) contractor Golden, Inc. Towson, MD Islas General Cleaning Services Gaithersburg, MD Jasso Maintenance, LLC Rockville, MD L.T. Services, Inc. Falls Church, VA Location No. 7 - Women, Infants & Children (WIC) and Distribution Center Warehouse Location: A - Annual Price $49,200.00 $70,000.00 $11,424.00 $32,204.16 B - Annual Strip/Wax & Buff Hard Floors $800.00 $10,000.00 $200.00 $3,635.50 C - Annual Window Cleaning $500.00 $5,000.00 $500.00 $660.00 Sub-Total Annual Price (A, B, & C Loaction No. 7)*$50,500.00 *$85,000.00 *$12,124.00 *$36,499.66* Location No. 8 - Sheriff's Department A - Annual Price $44,400.00 $40,000.00 $11,424.00 $34,959.24 B - Annual Strip/Wax & Buff Hard Floors $1,000.00 $7,000.00 $200.00 $1,423.36 C - Annual Window Cleaning $400.00 $4,500.00 $500.00 $5,522.00 Sub-Total Annual Price (A, B, & C Loaction No. 8)*$45,800.00**$51,500.00 *$12,124.00 *$41,904.60 TOTAL LUMP SUM BID for OPTION NO. 1: (Sum of * items Location Nos. 1 through 8) $360,880.00*$541,500.00*$285,118.00 $535,937.08* 9 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 2: To award Location Nos. 1 to 8 to one (1) contractor Golden, Inc. Towson, MD Islas General Cleaning Services Gaithersburg, MD Jasso Maintenance, LLC Rockville, MD L.T. Services, Inc. Falls Church, VA Location No. 1 - County Administration Complex: A - Annual Price $62,400.00 No Bid $70,584.00 $109,430.64 B - Annual Strip/Wax & Buff Hard Floors $1,080.00 No Bid $925.00 $1,712.57 C1 - Annual Window Cleaning (Interior)$2,400.00 No Bid $1,000.00 $3,630.00 Sub-Total Annual Price (A, B, & C Location No. 1)$65,880.00 No Bid $72,509.00 $114,773.21 Location No. 2 - Court House & Court House Annex: A - Annual Price $52,800.00 No Bid $68,952.00 $107,238.96 B - Annual Strip/Wax & Buff Hard Floors $1,200.00 No Bid $383.00 $1,213.85 C1 - Annual Window Cleaning $800.00 No Bid $1,000.00 $10,780.00 Sub-Total Annual Price (A, B, & C Location No. 2)$54,800.00 No Bid $70,335.00 $119,232.81 Location No. 3 - Administrative Annex Building: A - Annual Price $36,000.00 No Bid $23,568.00 $35,655.96 B - Annual Strip/Wax & Buff Hard Floors $700.00 No Bid $136.00 $300.78 C1 - Annual Window Cleaning $400.00 No Bid $500.00 $660.00 Sub-Total Annual Price (A, B, & C Location No. 3)$37,100.00 No Bid $24,204.00 $36,616.74 10 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services Golden, Inc. Towson, MD Islas General Cleaning Services Gaithersburg, MD Jasso Maintenance, LLC Rockville, MD L.T. Services, Inc. Falls Church, VA Location No. 4 - County Office Building: A - Annual Price $52,800.00 No Bid $53,040.00 $84,348.72 B - Annual Strip/Wax & Buff Hard Floors $1,200.00 No Bid $2,918.00 $4,817.46 C - Annual Window Cleaning $800.00 No Bid $1,000.00 $3,300.00 Sub-Total Annual Price (A, B, & C Location No. 4)$54,800.00 No Bid $56,958.00 $92,466.18 Location No. 5 - Extension Services Office Building/Rural Heritage Museum Office: A - Annual Price $33,600.00 No Bid $17,544.00 $26,549.04 B - Annual Strip/Wax & Buff Hard Floors $800.00 No Bid $388.00 $921.01 C - Annual Window Cleaning $500.00 No Bid $500.00 $2,486.00 Sub-Total Annual Price (A, B, & C Location No. 5)$34,900.00 No Bid $18,432.00 $29,956.05 Location No. 6 - Division of Emergency Services Facility: A - Annual Price $16,800.00 No Bid $17,544.00 $26,941.32 B - Annual Window Cleaning $400.00 No Bid $388.00 $660.00 C - Annual Strip/Wax & Buff Hard Floors $300.00 No Bid $500.00 $427.87 Sub-Total Annual Price (A, B, & C Location No. 6)$17,500.00 No Bid $18,432.00 $28,029.19 11 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services Golden, Inc. Towson, MD Islas General Cleaning Services Gaithersburg, MD Jasso Maintenance, LLC Rockville, MD L.T. Services, Inc. Falls Church, VA Location No. 7 - Women Infants & Children (WIC) Location: A - Annual Price $49,200.00 No Bid $11,424.00 $25,981.68 B - Annual Window Cleaning $800.00 No Bid $200.00 $660.00 C - Annual Strip/Wax & Buff Hard Floors $500.00 No Bid $500.00 $3,635.50 Sub-Total Annual Price (A, B, & C Location No. 7)$50,500.00 No Bid $12,124.00 $30,277.18 Location No. 8 - Sheriff's Department A - Annual Price $44,400.00 No Bid $11,424.00 $29,121.24 B - Annual Strip/Wax & Buff Hard Floors $1,000.00 No Bid $200.00 $1,423.36 C - Annual Window Cleaning $400.00 No Bid $500.00 $5,522.00 Sub-Total Annual Price (A, B, & C Location No. 8)$45,800.00*No Bid $12,124.00 $36,066.60 ADDITIONAL OPTIONAL RATES: Additional Carpet Cleaning, as required (per square foot)No Bid $0.60 $0.11 $0.22 Hourly Labor Rate per person for Additional Services as required. Regular (per hour) No Bid $120.00 $17.00 $30.00 Hourly Labor Rate per person for Additional Services as required Saturdays, Sundays and Holidays: (per hour) No Bid $160.00 $17.00 $50.00 12 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 1: To award Location Nos. 1 to 8 to one (1) contractor P2 Cleaning Services, LLC Laurel, MD Queen of Clean DMV Falling Waters, WV Sentral Services, LLC Kengington, MD SG & Associates, LLC Hagerstown, MD Location No. 1 - County Administration Complex: A - Annual Price $88,155.48 $46,805.99 $85,613.28 $74,534.40 B - Annual Strip/Wax & Buff Hard Floors $1,051.25 $330.00 $1,682.00 $250.00 C - Annual Window Cleaning $3,862.70 $440.00 $2,489.00 $200.00 Sub-Total Annual Price (A, B, & C Location No. 1)*$93,069.43 *$47,575.99 *$89,784.28 *$74,984.40 Location No. 2 - Court House & Court House Annex: A - Annual Price $85,951.59 $66,275.55 $83,570.77 $54,503.28 B - Annual Strip/Wax & Buff Hard Floors $769.00 $302.50 $930.00 $250.00 C - Annual Window Cleaning $1,782.20 $165.00 $860.00 $200.00 Sub-Total Annual Price (A, B, & C Loaction No. 2)*$88,502.79 *$66,743.05 *$85,360.77 *$54,953.28 Location No. 3 - Administrative Annex Building: A - Annual Price $28,650.53 $16,775.28 $28,024.00 $18,633.60 B - Annual Strip/Wax & Buff Hard Floors $450.00 $110.00 $310.00 $100.00 C - Annual Window Cleaning $800.00 No Bid $700.00 $100.00 Sub-Total Annual Price (A, B, & C Loaction No. 3)*$29,900.53 *$16,885.28 *$29,034.00 *$18,833.60 13 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 1: To award Location Nos. 1 to 8 to one (1) contractor P2 Cleaning Services, LLC Laurel, MD Queen of Clean DMV Falling Waters, WV Sentral Services, LLC Kengington, MD SG & Associates, LLC Hagerstown, MD Location No. 4 - County Office Building: A - Annual Price $66,116.61 $50,136.35 $64,597.67 $41,925.60 B - Annual Strip/Wax & Buff Hard Floors $2,653.00 $550.00 $5,040.70 $250.00 C - Annual Window Cleaning $780.00 $55.00 $300.00 $100.00 Sub-Total Annual Price (A, B, & C Loaction No. 4)*$69,549.61 *$50,741.35 *$69,938.37 *$42,275.60 Location No. 5 - Extension Services Office Building/Rural Heritage Museum Office: A - Annual Price $22,038.87 $16,885.55 $21,728.94 $18,633.60 B - Annual Strip/Wax & Buff Hard Floors $450.00 $165.00 $882.50 $150.00 C - Annual Window Cleaning $350.00 No Bid $300.00 $100.00 Sub-Total Annual Price (A, B, & C Loaction No. 5)*$22,838.87 *$17,050.55 *$22,911.44 *$18,883.60 Location No. 6 - Division of Emergency Services: A - Annual Price $22,038.87 $26,400.00 $23,203.96 $18,633.60 B - Annual Strip/Wax & Buff Hard Floors $2,400.00 $440.00 $436.00 $150.00 C - Annual Window Cleaning $300.00 $65.00 $300.00 $100.00 Sub-Total Annual Price (A, B, & C Loaction No. 6)*$24,738.87 *$26,905.00 *$23,939.96 *$18,883.60 14 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 1: To award Location Nos. 1 to 8 to one (1) contractor P2 Cleaning Services, LLC Laurel, MD Queen of Clean DMV Falling Waters, WV Sentral Services, LLC Kengington, MD SG & Associates, LLC Hagerstown, MD Location No. 7 - Women, Infants & Children (WIC) and Distribution Center Warehouse Location: A - Annual Price $55,097.17 $47,685.55 $46,649.97 $27,950.40 B - Annual Strip/Wax & Buff Hard Floors $2,000.00 $550.00 $3,800.00 $200.00 C - Annual Window Cleaning $300.00 No Bid $350.00 $100.00 Sub-Total Annual Price (A, B, & C Loaction No. 7)*$57,397.17 *$48,235.55 *$50,799.97 *$28,250.40 Location No. 8 - Sheriff's Department A - Annual Price $27,548.59 $23,842.78 $22,407.69 $37,267.20 B - Annual Strip/Wax & Buff Hard Floors $640.00 $275.00 $1,280.00 $250.00 C - Annual Window Cleaning $750.00 No Bid $384.00 $100.00 Sub-Total Annual Price (A, B, & C Loaction No. 8)*$28,938.59 *$24,117.78 *$24,071.69 *$37,617.20 TOTAL LUMP SUM BID for OPTION NO. 1: (Sum of * items Location Nos. 1 through 8) $414,935.86*$298,254.55*$395,840.48 $294,681.68 15 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services OPTION NO. 2: To award Location Nos. 1 to 8 to one (1) contractor P2 Cleaning Services, LLC Laurel, MD Queen of Clean DMV Falling Waters, WV Sentral Services, LLC Kengington, MD SG & Associates, LLC Hagerstown, MD Location No. 1 - County Administration Complex: A - Annual Price $89,918.58 No Bid No Bid $74,534.40 B - Annual Strip/Wax & Buff Hard Floors $1,051.25 No Bid No Bid $250.00 C1 - Annual Window Cleaning (Interior)$3,862.70 No Bid No Bid $200.00 Sub-Total Annual Price (A, B, & C Location No. 1)$94,832.53 No Bid No Bid $74,984.40 Location No. 2 - Court House & Court House Annex: A - Annual Price $87,670.62 No Bid No Bid $54,503.28 B - Annual Strip/Wax & Buff Hard Floors $769.00 No Bid No Bid $250.00 C1 - Annual Window Cleaning $1,782.20 No Bid No Bid $200.00 Sub-Total Annual Price (A, B, & C Location No. 2)$90,221.82 No Bid No Bid $54,953.28 Location No. 3 - Administrative Annex Building: A - Annual Price $29,223.54 No Bid No Bid $18,633.60 B - Annual Strip/Wax & Buff Hard Floors $450.00 No Bid No Bid $100.00 C1 - Annual Window Cleaning $800.00 No Bid No Bid $100.00 Sub-Total Annual Price (A, B, & C Location No. 3)$30,473.54 No Bid No Bid $18,833.60 16 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services P2 Cleaning Services, LLC Laurel, MD Queen of Clean DMV Falling Waters, WV Sentral Services, LLC Kengington, MD SG & Associates, LLC Hagerstown, MD Location No. 4 - County Office Building: A - Annual Price $67,438.94 No Bid No Bid $41,925.60 B - Annual Strip/Wax & Buff Hard Floors $2,653.00 No Bid No Bid $250.00 C - Annual Window Cleaning $780.00 No Bid No Bid $100.00 Sub-Total Annual Price (A, B, & C Location No. 4)$70,871.94 No Bid No Bid $42,275.60 Location No. 5 - Extension Services Office Building/Rural Heritage Museum Office: A - Annual Price $22,479.65 No Bid No Bid $18,633.60 B - Annual Strip/Wax & Buff Hard Floors $450.00 No Bid No Bid $150.00 C - Annual Window Cleaning $350.00 No Bid No Bid $100.00 Sub-Total Annual Price (A, B, & C Location No. 5)$23,279.65 No Bid No Bid $18,883.60 Location No. 6 - Division of Emergency Services Facility: A - Annual Price $22,479.65 No Bid No Bid $18,633.60 B - Annual Window Cleaning $2,400.00 No Bid No Bid $150.00 C - Annual Strip/Wax & Buff Hard Floors $300.00 No Bid No Bid $100.00 Sub-Total Annual Price (A, B, & C Location No. 6)$25,179.65 No Bid No Bid $18,883.60 17 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services P2 Cleaning Services, LLC Laurel, MD Queen of Clean DMV Falling Waters, WV Sentral Services, LLC Kengington, MD SG & Associates, LLC Hagerstown, MD Location No. 7 - Women Infants & Children (WIC) Location: A - Annual Price $56,199.12 No Bid No Bid $27,950.40 B - Annual Window Cleaning $2,000.00 No Bid No Bid $200.00 C - Annual Strip/Wax & Buff Hard Floors $300.00 No Bid No Bid $100.00 Sub-Total Annual Price (A, B, & C Location No. 7)$58,499.12 No Bid No Bid $28,250.40 Location No. 8 - Sheriff's Department A - Annual Price $28,099.56 No Bid No Bid $37,267.20 B - Annual Strip/Wax & Buff Hard Floors $640.00 No Bid No Bid $250.00 C - Annual Window Cleaning $750.00 No Bid No Bid $100.00 Sub-Total Annual Price (A, B, & C Location No. 8)$29,489.56 No Bid No Bid $37,617.20 ADDITIONAL OPTIONAL RATES: Additional Carpet Cleaning, as required (per square foot)$0.18 No Bid $0.15 $0.38 Hourly Labor Rate per person for Additional Services as required. Regular (per hour) $25.00 No Bid $25.00 $21.64 Hourly Labor Rate per person for Additional Services as required Saturdays, Sundays and Holidays: (per hour) $25.00 No Bid $37.50*$28.10 18 Bids Opened: 04-26-2023 PUR-1611 Janitorial Services Remarks/Exceptions: did not provide an Authorization for Access to Records did not provide Additional Optional Rates did not complete Authorization for Access to Records Beck & Call Professional Services Exception: Option No. 1 Location No. 7 Item C. Apparent written error price listed as Three Hundred Cents Diversified Services did not provide an Authorization for Access to Records Golden, Inc. did not provide an Authorization for Access to Records Golden, Inc. did not provide Additional Optional Rates L.T. Services, Inc. did not provide Authorization for Access to Records Queen of Clean DMV did not provide Additional Optional Rates Sentral Services, LLC did not provide an Authorization for Access to Records. Will provide this form upon award. Sentral Services, LLC Exception: Hourly Rate per person for Additional Services as required: Saturdays, Sundays, and Holidays: (per hour) 1 Bids Opened: 04-26-2023 Open Session Item SUBJECT: Washington County Gaming Commission’s Annual Report and Fiscal Year 2023 Gaming Fund Allocation Announcement PRESENTATION DATE: August 8, 2023 PRESENTATION BY: Susan Buchanan, Director, Office of Grant Management; Sam Cool, Chair, Washington County Gaming Commission RECOMMENDED MOTION: This presentation is for informational purposes only. No motion or action is requested. REPORT-IN-BRIEF: The Washington County Gaming Commission wishes to present their annual report to the Board of County Commissioners and to announce the Commission’s fiscal year 2023 funding decisions. In fiscal year 2023, the Gaming Commission had available $2,543,030.34 for distribution to local charitable organizations and the Volunteer Fire & Rescue Association. This figure reflects a decrease in revenues of $47,982.59 when compared to the previous fiscal year. In accordance with State Statute, 50% of the funding received is allocated to the Washington County Volunteer Fire & Rescue Association and the remaining has been allocated to charitable organizations in Washington County. DISCUSSION: In May of 2023, the Gaming Commission received 85 funding applications from 73 charitable organizations. The total amount of funding requested from those 85 applications was $2,992,551.51. The applications were reviewed and considered by each Commissioner. After review, group deliberations and a gaming hearing in June, the Gaming Commission determined appropriate funding allocations based on the published and approved “Guidelines for Distribution of Gaming Funds” which is consistent with the State Statute governing the distribution of such funds. FISCAL IMPACT: There is no fiscal impact to the Washington County general fund. CONCURRENCES: N/A ALTERNATIVES: N/A ATTACHMENTS: Funding Allocation Press Release (to be provided during presentation). AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form Open Session Item SUBJECT: Police Recruitment and Retention Grant – Approval to Accept Awarded Funding PRESENTATION DATE: August 8, 2023 PRESENTATION BY: Cody Miller, Quartermaster/Grants Manager, Washington County Sheriff’s Office and Rachel Souders, Sr. Grant Manager, Office of Grant Management RECOMMENDED MOTION: Move to approve the acceptance of funding awarded under the FY24 Police Recruitment and Retention Grant Program from the Governor’s Office of Crime Prevention, Youth, and Victim Services in the amount of $30,000. REPORT-IN-BRIEF: The Washington County Sheriff's Office has been awarded $30,000 from the FY24 Police Recruitment and Retention (PRAR) Grant Program for the purpose of retention incentives and recruitment efforts. DISCUSSION: The Police Recruitment and Retention (PRAR) Grant Program provides funding to recruit and retain qualified sworn law enforcement officers, particularly for expenses that are not covered in local budgets. The Governor’s Office of Crime Prevention, Youth, and Victim Services has awarded the Washington County Sheriff’s Office $30,000 in grant funding; $20,327 will be used to purchase new boots for all deputies and $9,673 will be used for a billboard advertisement to boost recruitment. FISCAL IMPACT: Will provide the Washington County Sheriff's Office with $30,000 for retention and recruitment objectives. CONCURRENCES: Susan Buchanan, Director, Office of Grant Management ALTERNATIVES: Deny acceptance of the award ATTACHMENTS: N/A AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form Open Session Item SUBJECT: Firefighter Career Ladder PRESENTATION DATE: August 8, 2023 PRESENTATION BY: Michelle Gordon, Acting County Administrator; David Hays, Director of Emergency Services RECOMMENDATION: Approve the career ladder for Firefighters and the creation of the Firefighter Recruit and Firefighter job classifications. REPORT-IN-BRIEF: Discussions with the Division of Emergency Services, Human Resources, Budget & Finance and the County Administrator’s office outlined the need for the development of a career ladder for employees in Firefighter roles. Staff is recommending that we create two (2) new job classifications titled as follows: 1) Firefighter Recruit; and, 2) Firefighter. The creation of a career ladder will enable the department to recruit individuals with little to no experience and promote employees during the year as they attain the proper certifications and experience. Additionally, this initiative will open the pool of potential candidates to those recent graduates of the WCPS Boyd J. Michael, III Technical High School, Fire & Rescue Academy. No additional positions are being requested at this time. DISCUSSION: Staff is recommending that we create two (2) new job classifications titled as follows: 1) Firefighter Recruit, DES grade 2; and, 2) Firefighter, DES grade 3. Currently, potential candidates must meet the minimum qualifications as outlined in the job description for a Firefighter / Fire Apparatus Operator (FF/FAO), DES grade 4 in order to begin employment in County Fire Operations. This position requires that candidates currently possess certain certifications and a Maryland Class B Drivers’ license. Those requirements limit the number of potential candidates that are able to apply for vacant positions creating a hardship for the department and County residents. The establishment of these new job classifications creates a “career ladder” that will enable the department to recruit individuals with little to no experience and promote employees during the year as they attain the proper certifications and experience. Career ladders also promote staff retention, motivate the workforce to improve their skills, attract talented candidates who want to develop a career, and show our staff that they are valued. Additionally, this initiative will foster a collaborative effort with WCPS. This initiative will open the doors to the pool of potential candidates who are recent graduates of the WCPS Boyd J. Michael, III Technical High School, Fire & Rescue Academy retaining and employing those talented individuals in Washington County. Based the number of current vacancies (5) in this department, no additional positions are being requested at this time. Board of County Commissioners of Washington County, Maryland Agenda Report Form FISCAL IMPACT: Based on the number of current vacancies (5) in this department and the fact that the new job classifications are lower grades than those currently authorized in the budget, this initiative will be budget neutral. CONCURRENCES: None ALTERNATIVES: None ATTACHMENTS: DES Grade Scale; Firefighter Recruit Job Description; Firefighter Job Description AUDIO/VISUAL NEEDS: None Washington County Government FY24 DES Field Staff Salary Scale (2496 work hours) FINAL Grade Position 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Base 8 Batt Chief 68,465 70,188 71,935 73,732 75,579 77,476 79,423 81,420 83,466 85,563 87,709 89,906 92,152 94,449 96,820 99,241 101,712 104,258 106,854 109,524 27.43 28.12 28.82 29.54 30.28 31.04 31.82 32.62 33.44 34.28 35.14 36.02 36.92 37.84 38.79 39.76 40.75 41.77 42.81 43.88 7 Captain 63,373 64,946 66,568 68,241 69,938 71,685 73,482 75,329 77,201 79,123 81,095 83,117 85,188 87,310 89,482 91,728 94,024 96,371 98,792 101,263 25.39 26.02 26.67 27.34 28.02 28.72 29.44 30.18 30.93 31.70 32.49 33.30 34.13 34.98 35.85 36.75 37.67 38.61 39.58 40.57 6 FF/LT 58,681 60,154 61,651 63,199 64,771 66,394 68,066 69,763 71,510 73,308 75,130 77,002 78,924 80,895 82,917 84,989 87,110 89,282 91,503 93,800 23.51 24.10 24.70 25.32 25.95 26.60 27.27 27.95 28.65 29.37 30.10 30.85 31.62 32.41 33.22 34.05 34.90 35.77 36.66 37.58 5 FF-Tech 54,338 55,686 57,084 58,506 59,979 61,476 63,024 64,596 66,219 67,866 69,564 71,311 73,083 74,905 76,777 78,699 80,671 82,692 84,764 86,886 FF-PM 21.77 22.31 22.87 23.44 24.03 24.63 25.25 25.88 26.53 27.19 27.87 28.57 29.28 30.01 30.76 31.53 32.32 33.13 33.96 34.81 4 FF/FAO 50,319 51,567 52,865 54,188 55,536 56,934 58,356 59,804 61,302 62,824 64,397 66,019 67,667 69,364 71,086 72,858 74,680 76,552 78,474 80,446 20.16 20.66 21.18 21.71 22.25 22.81 23.38 23.96 24.56 25.17 25.80 26.45 27.11 27.79 28.48 29.19 29.92 30.67 31.44 32.23 3 Firefighter 46,575 47,748 48,947 50,170 51,418 52,716 54,038 55,386 56,759 58,182 59,629 61,127 62,650 64,222 65,820 67,467 69,164 70,886 72,659 74,481 18.66 19.13 19.61 20.10 20.60 21.12 21.65 22.19 22.74 23.31 23.89 24.49 25.10 25.73 26.37 27.03 27.71 28.40 29.11 29.84 2 Recruit 43,106 44,179 45,277 46,401 47,549 48,747 49,970 51,218 52,491 53,814 55,162 56,534 57,957 59,405 60,902 62,425 63,997 65,595 67,242 68,915 17.27 17.70 18.14 18.59 19.05 19.53 20.02 20.52 21.03 21.56 22.10 22.65 23.22 23.80 24.40 25.01 25.64 26.28 26.94 27.61 1 Reserved (Future) STEP 6/24/2023 1 of 2 Washington County Government FY24 DES Field Staff Salary Scale (2496 work hours) FINAL Grade Position 8 Batt Chief 7 Captain 6 FF/LT 5 FF-Tech FF-PM 4 FF/FAO 3 Firefighter 2 Recruit 1 Reserved (Future) 6/24/2023 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 + 2.5%+ 2.5%+ 2.5%+ 2.5%+ 2.5%+ 2.5%+ 2.5%+ 2.5%+ 2.5%+ 2.5%+ 2.5%+ 2.5%+ 2.5%+ 2.5%+ 2.5%+ 2.5%+ 2.5%+ 2.5%+ 2.5%+ 2.5% 112,270 115,066 117,936 120,881 123,901 126,996 130,166 133,411 136,756 140,175 143,670 147,264 150,958 154,727 158,596 162,564 166,633 170,801 175,069 179,437 44.98 46.10 47.25 48.43 49.64 50.88 52.15 53.45 54.79 56.16 57.56 59.00 60.48 61.99 63.54 65.13 66.76 68.43 70.14 71.89 103,784 106,380 109,050 111,771 114,566 117,437 120,382 123,402 126,497 129,667 132,912 136,232 139,626 143,121 146,690 150,359 154,128 157,972 161,916 165,959 41.58 42.62 43.69 44.78 45.90 47.05 48.23 49.44 50.68 51.95 53.25 54.58 55.94 57.34 58.77 60.24 61.75 63.29 64.87 66.49 96,146 98,542 101,013 103,534 106,130 108,776 111,496 114,292 117,137 120,058 123,053 126,123 129,268 132,488 135,807 139,202 142,671 146,241 149,885 153,629 38.52 39.48 40.47 41.48 42.52 43.58 44.67 45.79 46.93 48.10 49.30 50.53 51.79 53.08 54.41 55.77 57.16 58.59 60.05 61.55 89,057 91,279 93,550 95,896 98,292 100,739 103,260 105,830 108,476 111,197 113,967 116,813 119,733 122,728 125,798 128,943 132,163 135,458 138,852 142,322 35.68 36.57 37.48 38.42 39.38 40.36 41.37 42.40 43.46 44.55 45.66 46.80 47.97 49.17 50.40 51.66 52.95 54.27 55.63 57.02 82,468 84,540 86,661 88,833 91,054 93,325 95,647 98,043 100,489 103,010 105,581 108,227 110,922 113,693 116,538 119,459 122,454 125,524 128,669 131,889 33.04 33.87 34.72 35.59 36.48 37.39 38.32 39.28 40.26 41.27 42.30 43.36 44.44 45.55 46.69 47.86 49.06 50.29 51.55 52.84 76,353 78,250 80,196 82,193 84,240 86,337 88,483 90,705 92,976 95,297 97,668 100,115 102,611 105,181 107,802 110,498 113,268 116,089 118,984 121,955 30.59 31.35 32.13 32.93 33.75 34.59 35.45 36.34 37.25 38.18 39.13 40.11 41.11 42.14 43.19 44.27 45.38 46.51 47.67 48.86 70,637 72,409 74,231 76,078 77,975 79,922 81,919 83,965 86,062 88,209 90,405 92,676 94,998 97,369 99,815 102,311 104,857 107,478 110,173 112,919 28.30 29.01 29.74 30.48 31.24 32.02 32.82 33.64 34.48 35.34 36.22 37.13 38.06 39.01 39.99 40.99 42.01 43.06 44.14 45.24 STEP 2 of 2 JOB TITLE: Firefighter (Full Time) GRADE: DES Grade 3 DEPARTMENT: Division of Emergency Services FLSA STATUS: Non-Exempt REPORTS TO: Lieutenant or Captain GENERAL RESPONSIBILITIES: This is technician-level work in fire suppression, hazardous materials, rescue, and emergency medical care. The work performed affects the rescue and safety of individuals and the protection of property and the environment. Operations are in accordance with established policies and procedures, which must be adhered to, and requires initiative and resourcefulness, analysis of problems and emergency situations and judgment in the selection of the appropriate course of action. The work requires periods of strenuous physical effort and involves exposure to heat, dirt, inclement weather, and other unpleasant conditions. An employee in this classification is regularly exposed to the risk of injury or disease, requiring the use of protective clothing and strict adherence to safety precautions. ESSENTIAL TASKS: (These are intended only as illustrations of various types of work performed. The omission of specific duties does not exclude them from the position if the work is similar, related or a logical assignment to the position.) 1. Responds to and participates in firefighting, technical rescue, auto extrication, hazardous materials incidents, medical emergencies, and other emergency operations as required. 2. Drives and operates emergency vehicles (< 20,000lbs) under emergency and non-emergency conditions. 3. Performs fire suppression activities; including but not limited to, fire attack, vehicle and machinery extrication and victim rescue, and exposure protection, ventilation, overhaul, and property preservation. 4. Performs prehospital emergency medical care as required. 5. Performs inspections, preventative maintenance, and cleaning of vehicles and equipment to ensure operational readiness. 6. Executes comprehensive fire, rescue and/or emergency medical reports documenting emergency and non-emergency responses. 7. Assists with routine or scheduled housekeeping duties at fire and rescue station. 8. Assists with routine administrative tasks and performs other related duties as required. 9. Participates in special projects as directed. Firefighter Page -2- 10. Through training sessions, exercises, publications, and other means; maintains a working knowledge of current technologies, equipment, certification requirements and other areas pertinent to the operation. 11. Perform other related duties as assigned. QUALIFICATIONS AND REQUIREMENTS: A comparable amount of training and experience may be substituted for the minimum qualifications. • Must be 18 years old at the time of hire. • High School graduate or GED. • Possession of valid Maryland Class C driver’s license (or equivalent license from state of residence). • Course or certification prerequisites: • Firefighter I (Maryland Fire and Rescue Institute, Pro Board or IFSAC certification) • Emergency Medical Technician or higher (Maryland, National Registry, or reciprocating state) • Preference may be given to applicants with additional advanced training in fire suppression, hazardous materials, confined space rescue, water emergencies, structural and trench collapse, rope rescue and emergency medical care. • Knowledge of local, state, and national laws and standards as they apply to the fields of fire, rescue, and emergency medical care. • Proficient in use of computer applications including but not limited to word processing, spreadsheets, email, and capable of learning various reporting software programs (i.e., ESO, eMEDS). • Ability to effectively analyze technical data, to write and maintain complex records, research, and prepare reports relating to public safety and operations. • Ability to establish and maintain effective working relationships with volunteer and/or career firefighters and officers, municipal employees, elected officials, media, and the general public. • Strong and effective spoken and written (English) communications skills, including public speaking. PHYSICAL REQUIREMENTS: Must have the use of sensory skills in order to effectively communicate and interact with other employees and the public through the use of telephone (wearing and using a headset) and personal contact as Firefighter Page -3- normally defined by the ability to see, read, hear, handle, or feel objects and related equipment, such as, but not limited to personal computer, calculator, copier, fax machine, radio console, large vehicles, hydraulic tools, firefighting, and rescue tools, etc. Must have the ability to respond to the spontaneous physical demands of comprehensive fire/rescue and EMS duties, all of which involve standing, walking, moving, climbing, lifting, carrying, bending, kneeling, crawling, reaching, handling, pushing and pulling. Ability to perform various functions under emergency conditions including operating in environments immediately dangerous to life and health (IDLH) with appropriate personal protective equipment (PPE), including self-contained breathing apparatus and encapsulated hazardous material PPE. Ability to perform emergency operations in confined spaces, in near-zero visibility conditions, and at extreme heights. SPECIAL REQUIREMENTS: 1. Available for varied work hours (including days, evenings, overnights, holidays, consecutive shifts, and mandatory overtime shifts), as needed, and available on an on-call basis for emergency situations. 2. Successful completion of a physical agility test and oral interview board. 3. Successful completion of a pre-employment physical including respirator clearance and drug testing (following a conditional offer of employment). 4. Successful completion of fingerprint background investigation. 5. Successful completion of a background investigation. 6. Successful completion of a psychological evaluation (following a conditional offer of employment). 7. Successful completion of all Washington County Fire/EMS Recruit Academy. Successful completion is defined as attaining a passing grade in each course as defined by the specific curriculum or the academy handbook. 8. This position subject to random drug and alcohol testing. 9. The probationary period for this position is 12 months. Non-Exempt 06/07/2023 JOB TITLE: Recruit (Full Time) GRADE: DES Grade 2 DEPARTMENT: Division of Emergency Services FLSA STATUS: Non-Exempt REPORTS TO: PSTC Fire Rescue Training Officer GENERAL RESPONSIBILITIES: This position is an entry-level firefighter position working in fire suppression, hazardous materials, rescue, and emergency medical care. The work performed affects the rescue and safety of individuals and the protection of property and the environment. The training for the Firefighter Recruit will be conducted in accordance with established policies and procedures. The position requires initiative and resourcefulness, analysis of problems and emergency situations and judgment in the selection of the appropriate course of action. This position requires periods of strenuous physical effort and involves exposure to heat, dirt, inclement weather, and other unpleasant conditions. An employee in this classification is regularly exposed to the risk of injury or disease, requiring the use of protective clothing and strict adherence to safety precautions. ESSENTIAL TASKS: (These are intended only as illustrations of various types of work performed. The omission of specific duties does not exclude them from the position if the work is similar, related or a logical assignment to the position.) 1. Responds to and participates in firefighting, technical rescue, auto extrication, hazardous materials incidents, medical emergencies, and other emergency operations as required. 2. Drives and operates emergency vehicles (< 20,000lbs) under emergency and non-emergency conditions. 3. Performs fire suppression activities; including but not limited to, fire attack, vehicle and machinery extrication and victim rescue, and exposure protection, ventilation, overhaul, and property preservation. 4. Performs prehospital emergency medical care as required. 5. Performs inspections, preventative maintenance, and cleaning of vehicles and equipment to ensure operational readiness. 6. Executes comprehensive fire, rescue and/or emergency medical reports documenting emergency and non-emergency responses. 7. Assists with routine or scheduled housekeeping duties at fire and rescue station. 8. Assists with routine administrative tasks and performs other related duties as required. 9. Participates in special projects as directed. Recruit Page -2- 10. Through training sessions, exercises, publications, and other means; obtains/maintains a working knowledge of current technologies, equipment, certification requirements and other areas pertinent to the operation. 11. Perform other related duties as assigned. QUALIFICATIONS AND REQUIREMENTS: • Must be 18 years old at the time of hire. • High School graduate or GED. • Possession of valid Maryland Class C driver’s license (or equivalent license from state of residence). • Preference may be given to applicants with additional advanced training in fire suppression, hazardous materials, confined space rescue, water emergencies, structural and trench collapse, rope rescue and emergency medical care. • Proficient in use of computer applications including but not limited to word processing, spreadsheets, email, and capable of learning various reporting software programs. • Ability to write reports relating to public safety and operations. • Ability to establish and maintain effective working relationships with volunteer and/or career firefighters and officers, municipal employees, elected officials, media, and the general public. • Strong and effective spoken and written (English) communications skills, including public speaking. PHYSICAL REQUIREMENTS: Must have the use of sensory skills in order to effectively communicate and interact with other employees and the public through the use of telephone (wearing and using a headset) and personal contact as normally defined by the ability to see, read, hear, handle, or feel objects and related equipment, such as, but not limited to personal computer, calculator, copier, fax machine, radio console, large vehicles, hydraulic tools, firefighting, and rescue tools, etc. Must have the ability to respond to the spontaneous physical demands of comprehensive fire/rescue and EMS duties, all of which involve standing, walking, moving, climbing, lifting, carrying, bending, kneeling, crawling, reaching, handling, pushing and pulling. Ability to perform various functions under emergency conditions including operating in environments immediately dangerous to life and health (IDLH) with appropriate personal protective equipment (PPE), including self-contained breathing apparatus and encapsulated hazardous material PPE. Ability to perform emergency operations in confined spaces, in near-zero visibility conditions, and at extreme heights. Recruit Page -3- SPECIAL REQUIREMENTS: 1. Available for varied work hours (including days, evenings, overnights, holidays, consecutive shifts, and mandatory overtime shifts), as needed, and available on an on-call basis for emergency situations. 2. Successful completion of a physical agility test and oral interview board. 3. Successful completion of a pre-employment physical including respirator clearance and drug testing (following a conditional offer of employment). 4. Successful completion of fingerprint background investigation. 5. Successful completion of a background investigation. 6. Successful completion of a psychological evaluation (following a conditional offer of employment). 7. Successful completion of all Washington County Fire/EMS Recruit Academy. Successful completion is defined as attaining a passing grade in each course as defined by the specific curriculum, or the academy handbook. Upon successful completion of the Washington County Fire/EMS Recruit Academy and graduation, the employee will promote from Recruit to Firefighter with the associated increase in wages. 8. The Firefighter Recruit will work a forty-eight (48) hour work week, normally M-F (may include nights weekends as directed) while assigned to the Washington County Fire/EMS Academy 9. Upon successful completion of the Washington County Fire/EMS Recruit Academy, the employee will be assigned a 24/48 hr. shift (2,496 hours annually) with a fixed Kelly Day. 10. This position is subject to random drug and alcohol testing. 11. The probationary period for this position is 12 months. Non-Exempt 08/01/2023 Open Session Item SUBJECT: Budget Adjustment for unbudgeted costs PRESENTATION DATE: August 8, 2023 PRESENTATION BY: Michelle Gordon, Acting County Administrator RECOMMENDATION: Move to approve the budget adjustment as presented. REPORT-IN-BRIEF: Establish FY24 Budget for the Police Accountability Board. DISCUSSION: The Police Accountability Board was established through the Maryland Police Accountability Act of 2021 – Police Discipline and Law Enforcement Programs and Procedures Act (Act). This Act required that each county of the State of MD establish a Police Accountability Board (PAB). The County enacted Ordinance 2022-10 on June 7, 2022 to establish the Washington county, Maryland, Police Accountability Board. The Act further requires that each county establish an administrative charging committee to review the findings of law enforcement agency investigations and make recommendations for potential administrative action. Lastly, the Act further requires that each county establish the budget and staff for the PAB. A FY24 budget adjustment has been generated to create the FY24 budget for this newly formed board and is expenditures are estimated at $25,000. FISCAL IMPACT: $25,000 to be funded by reducing the County’s additional contribution to the Pension Fund CONCURRENCES: Kelcee Mace, Interim Chief Financial Officer ALTERNATIVES: None ATTACHMENTS: Budget Adjustment Form 10600_07_19_2023_FY24 AUDIO/VISUAL NEEDS: None Board of County Commissioners of Washington County, Maryland Agenda Report Form CS as w I u v o c c N G 01 C - N V I Y N y v U N U ! N a A a !0 a a L C O v Al r 'I v ''.. > > N ! d d p oa o o O p � � N 0 a O N a I w o v v a J I I a m v U21 T Y I I C 7 C 0 F+ O Q u u p @ G L N I 0 O O C -O � m Z _ O L G C V m U p� C U m C N no 0 E N Y w J Z YI UI a 2 III 1 � @ v w a c O Y % N c N ao 'tC E 1 O v c m 01 Q > v ` c m O a o N O ¢ O. a N 'I, O v O O. Q Y u N Q Z M- 'o a m� o o U 0 a a m C J c m O N C i N L � N � vm° w aJ T N y i Y am+ @ h O O p a c C ¢ Q Y v a u am+ O @ O' �s O NY ry O1 N a v J � V 9 6 C L � > Q 1 O O O v N a w � O c I L V N j Q Y i T � I � N � J C_ U u v V ¢a u v O V I a LrL s C @ v ! u @ @ c p I C a i 3O 0 v � ) z U @ 9 a C C O J u @ OU N N C C T 41 � ON c C� N O L V E Q a� Q a s J v o; 0 0 u N v Q M G O V U Q Ul U T u Q N Z c m v Z u N 0 a` Open Session Item SUBJECT: Budget Adjustment for unbudgeted costs PRESENTATION DATE: August 8, 2023 PRESENTATION BY: Michelle Gordon, Acting County Administrator RECOMMENDATION: Move to approve the budget adjustment as presented. REPORT-IN-BRIEF: FY24 Budget Adjustment to fund the recently approved contract with the Humane Society of Washington County and the recently approved addition of one (1) position in the County Attorney’s office. DISCUSSION: This FY24 Budget Adjustment is needed in order to fund the recently approved contract with the Humane Society of Washington County in the amount of $368,470. This budget adjustment also includes funding for the recently approved addition of one (1) position in the County Attorney’s office in the amount of $122,170. Both adjustments total $490,640. FISCAL IMPACT: $490,640 to be funded by reducing the County’s additional contribution to the Pension Fund in the amount of $90,640 and increasing revenue for the Admission and Amusement Tax by $400,000. CONCURRENCES: Kelcee Mace, Interim Chief Financial Officer ALTERNATIVES: None ATTACHMENTS: Budget Adjustment Form 10600_06_08_2023_FY24 AUDIO/VISUAL NEEDS: None Board of County Commissioners of Washington County, Maryland Agenda Report Form o i E' X= LL E N L 3R N T N Y c I v t0 f0 N � IL C L L s A m v v += 3 LL LL s 0 o a o 0 0 c a o_ ', a i o• a a a a E tf o , m Q Y a 0 9 L � a- O L C J L T V W ' u c � c v o a E N v � L N t6 v a o i N O N O o LL L � a i U N O ¢ O a G o v Q L 6 U E ¢ l0 O N_ N_ 6I x C c E E E coa a m W O O J J dl Q V V U 1 N Q � N + N N E J z G m 0 O O I O O O N ^ 00 O V I M A v E J u � I � � i I LL I Y C E O 1 0 1 0 III O O O O O O O. J O O , O I O O O B I 00 I i a v =E II to 0 o�oo oo�o ',o _I � v z i 00 I III M V I O O N O i O "JO 0 0 0 H .tnN- 0 'I 0 O N O O v= O O O O' O� XO u u L L V O a Open Session Item SUBJECT: Budget Adjustment for unbudgeted costs PRESENTATION DATE: August 8, 2023 PRESENTATION BY: Michelle Gordon, Acting County Administrator RECOMMENDATION: Move to approve the budget adjustment as presented. REPORT-IN-BRIEF: Establish FY24 CIP Budget for the Water Line Extension in Hancock that was approved on July 11, 2023. DISCUSSION: On July 11, 2023, the Commission ratified the Memorandum of Understanding (MOU) between the County, the Town of Hancock, and Bruceton Farm Services Inc to provide funding in an amount up to and not to exceed $139,278.34. The funding is needed to construct an eight (8) inch water line extension on Main Street in Hancock to promote business development in that area. FISCAL IMPACT: $139,279.00 funding from CIP Reserves CONCURRENCES: Kelcee Mace, Interim Chief Financial Officer ALTERNATIVES: None ATTACHMENTS: Budget Adjustment Form 10600_07_19_2_2023_FY24 AUDIO/VISUAL NEEDS: None Board of County Commissioners of Washington County, Maryland Agenda Report Form C� E G o LL- c � u C: =3 o O1 Q C ++ m �a v w E c t p O v � a v `o a' a J C � w � L31 v C 2 c v O U m `a C .0 m y C O O O L C J m ou m rn u L m v c c N O a E N o Y �F o v v J Y -O v C N N N O. a v a o O N N J � L m j v m U N v c �o E a w � N C E m Q � N U1 Ol � a a m m L �1 W + a\ M Oi M N m v w m m m a a a a C L Y y y •3 3 0 '� N c ,L j j O W LL O O O a 3 a a y* C v m m A J C C a v a 6 v v c w c L � C � � Y i E a y � c 0 V o v c O N N O L 5 Q o r N L o O a a CL Q 0 m > o a Q o a Q N Q a m 2 v ' y t'i v v U m o m y V_ c v o N y v C E E m Y 0 w Q Z U Z o = a m > U > U N E Z C m l7 a J zy O O U m a Q Q C v E a J a o vz 0 `m LL Z d Z n O a c a o rn rn Lb G v C >` O C !� J G E Q O -o V •ia c al as > vJ u�m ¢U v a; u c 0 Q y 0 a Open Session Item SUBJECT: Budget Adjustment for unbudgeted costs PRESENTATION DATE: August 8, 2023 PRESENTATION BY: Michelle Gordon, Acting County Administrator RECOMMENDATION: Move to approve the budget adjustment as presented. REPORT-IN-BRIEF: Increase the FY24 budget for contractual services in the County Attorney’s office. DISCUSSION: Increase in funding for the County Attorney’s office is needed to fund unplanned contractual costs associated with outside legal services. FISCAL IMPACT: $187,000 funded by reducing contributions to the Pension Fund CONCURRENCES: Kelcee Mace, Interim Chief Financial Officer ALTERNATIVES: None ATTACHMENTS: Budget Adjustment Form 10600_07_19_2_2023_FY24 AUDIO/VISUAL NEEDS: None Board of County Commissioners of Washington County, Maryland Agenda Report Form 8 z„ N m zs o s`' N � N U t0 v C(0 C U v I C N I U � I I m I V v U m a m a m a a L c O v V1 I C C L L L a= 'Y a LL III `o N o a o o o CO @ m m N 0. m A 0 U 41 I:. `I U N Q li (O�IY YI v m : v v! m a• o• ! c o a v U1 I 'I v N m a O v N UO � V o s ¢ m o 5 0 u rn u � av c c o .o a E E � i v v OR N O EI O N OI t ' Y o. z o v ¢ I I u c o 0 Y > o m ¢ c m � ", �'I o v G o. a ¢ = E 9 I L ¢ v N a O E a E L c W N Y W C O O O O1 O LL a O E c c c m m 'C > w v° u L a v 0 v o� O d Open Session Item SUBJECT: Budget Adjustment for unbudgeted costs PRESENTATION DATE: August 8, 2023 PRESENTATION BY: Michelle Gordon, Acting County Administrator RECOMMENDATION: Move to approve the budget adjustment as presented. REPORT-IN-BRIEF: Increase the FY24 budget for software in the County’s IT Department. DISCUSSION: Increase in funding for the County Information Technology Department is needed to fund unplanned software costs that were approved on 4/18/2023. FISCAL IMPACT: $227,512 funded by a one-time use of General Fund Reserves CONCURRENCES: Kelcee Mace, Interim Chief Financial Officer ALTERNATIVES: None ATTACHMENTS: Budget Adjustment Form 11000_07_19_2023_FY24 AUDIO/VISUAL NEEDS: None Board of County Commissioners of Washington County, Maryland Agenda Report Form a, y a z c Me 0�8 T W � � L E ' ya a a u u C C m a C c LL LL .n VY C N v 3 C a � N W v w E c r w O N O � v v ° a 3 C 11 w � C 2 O `O u u m v c .c 10 Y � o � a O Y Y � C O � O� V C 0 C C a O fl. EO Y�F O y a � Y Y -O a C N A a if Q X W a a o O W C vNai m j v a U C N a C a a ui N� c E A Q � m Ot m m v � N N � n m a � V C a m a V 6 mu O N Y .3 a+ 0\D a .. Y ;3 a m 3 3 0 O O O �/1 a !F- a 3 a a N c v v m a m m m O a a K N ~CL "O Y = OaC c c a Q a � "- wE ta E o v vO w � o v y) w O O V 0 E m o p p O 'c v ° � ° v � z � � O ai uj u (p Y w .O 'y _ N a m J 'O O' Q � c a > O Y O. O E O O OL O v QCL t N O o O Z w Z N Q E m o E C ° a > o ° N Q O`a CL E o O 0 G Q N LL ~ N a v o a z a Q W G > O N O a O O H H \ E C x u m 5 E v E N_ ° E �' C E E Y m r' E u ao rn Q Q E vi V c m rn c a a o �n v c w 16 a '5 v ° c Lil a -0 ty D 0 o m u u Q Lb W =u° Open Session Item SUBJECT: Budget Adjustment for unbudgeted costs PRESENTATION DATE: August 8, 2023 PRESENTATION BY: Michelle Gordon, Acting County Administrator RECOMMENDATION: Move to approve the budget adjustment as presented. REPORT-IN-BRIEF: Redistribute the FY23 budgeted Vacancy Savings in the General Fund based on actual experience. DISCUSSION: This FY23 Budget revision is needed to reallocate vacancy savings between several departments. Vacancy savings will be redistributed based on actual experience rather than on original estimates made during the FY23 budget process. This budget adjustment has no financial impact and is budget neutral. FISCAL IMPACT: None-Budget Neutral CONCURRENCES: Kelcee Mace, Interim Chief Financial Officer ALTERNATIVES: None ATTACHMENTS: Budget Adjustment Form General Fund Vacancy Savings FY23 AUDIO/VISUAL NEEDS: None Board of County Commissioners of Washington County, Maryland Agenda Report Form s � [ ) / / / / / S f A 2 C 2 2 C 2 \ \ f ® ° ƒ \ § ƒ $ Ln N \ $ Ln N \ / $ $ a m ° ) ) \ n r s ° z > > {e a a) ° m = a $/ \ = ƒ $w = °\ \ GCLg @ e © ƒ u ° w \ $ / \ Q $ t e E E / E E � � { � e G m \ \ \ \ 3 \ / \ \ / ' \ G » \ ± ) ± E E / , » e u ® § = 2 o / 0 7 s > 2 \ \ e 5 s e \ ® / § ± § \ f E u k / \ 2 e ± / n / / / § ) / E k o N ° u' W E_ e O � _ t u # $ \ ƒ 4 / _ \ < 2 \ E § § [ E \ $ ± = ro _ 3 ) \ \ / /_ \ t • / 3 I E \ % 2 = \ \ \ \ \ \ % . U \ \ . cr % _ £ o % = 2 = u � e \ k > 0 \ \ / \ 2 < u o 2 } ƒ § \ � \ -0\ � ® 0 z § \ \ 3 5 u § u � ai § \ § \ s / z2 > \ / . \ _0 \ / \ . k § \ 2 \ 0 E u ° ) \ � / \ / & / / / / / \ c CL ai 0 0 0 M 2 ////// — 0 LL G / 5 /z a z � � E @ % < m 2 \ D ± ± = . § @ 5 ° £ \ I I I \ V7 > m \ 0 e\ E_ { / 0 \ » / ¢ ƒ e 2 f \ 2 { - _ / < 3 6 / / >,/ ( { 2 ~ u M g m ° o \ b c # » x \ n . q \ / \ fu \ \ 2 g = c = f z \ S G S S G 5 5 G 5 E m { \ q \ / : \ \ \ \ \ \ \ \ \ \ \ 0 k / © Ln Ln © » « « » � \ k % E \ s t = t = ± 3 8 a / L ± 0 3 3 u u < 3 2 = u L 7J J L ]1 + 9 L J C O Q v N 0 c O V v Q N O V T V Q N ..CQ C 7 Z C i N �C C 7 Z V N O a L � L Z � v 3 � L 7 Z N L_ E 7 � Z y � 1 0 K u LI V V Q Open Session Item SUBJECT: Parks and Recreation Capital Improvement FY23 Budget Adjustment PRESENTATION DATE: August 8, 2023 PRESENTATION BY: Michelle Gordon, Acting County Administrator RECOMMENDED MOTION: A motion to approve a budget transfer in the amount of $25,000 to the Park Bathroom Renovations project from the Park Equipment/Surfacing Replacement project, and to allow staff to make necessary program adjustments for the expenses to be state Local Parks and Playground Infrastructure reimbursable. REPORT-IN-BRIEF: The County received and applied state Local Parks and Playground Infrastructure (LPPI) funds towards multiple park modernization projects. Funds were programmed into four (4) County CIP accounts covering the various types of park improvements. The bathroom renovation expenses have exceeded the original budget whereas other project areas have been under budget. All LPPI project costs are eligible for 100% state reimbursement. DISCUSSION: LPPI funds are being used to complete park modernization projects at nine locations. A budget adjustment is proposed to transfer funds between the REC037 Park Equipment/Surfacing Replacement account and REC046 Park Bathroom Upgrade Bathroom account. An associated LPPI program adjustment is requested to allow the County to seek reimbursement from the state for the expenses. As the programmed park modernization work nears completion, future adjustments will be required to fully utilize all available grant funds available since LPPI is considered a non-reoccurring funding source. FISCAL IMPACT: $0 net CONCURRENCES: Kelcee Mace, Interim Chief Financial Officer ALTERNATIVES: N/A ATTACHMENTS: Budget Adjustment Form AUDIO/VISUAL NEEDS: None Board of County Commissioners of Washington County, Maryland Agenda Report Form �4 - C = � �41 V ra N U 41 Y fB E O U- +- 4" C: C: v :3 E %.% t�/1 C O Q 4-J N m L, L v s= s= s= -O O O O 'J O O 3 i i N Q Q Q yh m Z Q c c cr C E N t/1 W Qj C O N O s= O Q .6 o O N o ate+ V _0a V Q 0-> Q V _ 76 O— Q > O Q Q Q LU YO N a m = -1 i O V V C ri 4Z n O N n E v E E v E i c O dS N Q +T+ u +>+ r6 0 C1 m C V C U v M v v N N a, v C c LL L c N Q X W + O O O iri N O O O Sri N O O O vi N O O C Ln N i v E v V i 1 Y to N � Q a to ra Q 0) 9 C (O E O O � C rya r6 7 v! Q V ro CO +' Q. V C N Q S L 3 cr LJJ � 1 � a 3 O oV1 C) o I— CL a LU i ) 3 s 7 ) 3 d " V C) w w i Cr M V w cc ry) V w aC N E O rn O rn O rn O rn z N E D O O O ro Z N s0 � z O d 00 m rn m O m Cr rn rn 7 O V V Ln - Ln Q o *O o E � 7 N Q- � O O � s? a� Q) a 076 7 V 4-- -0 O v N r) O � � N N > C O n Q O C O Qru Y N_ v� E N Q O v Ero � Q Q c � v O U cr O ro N O O O E s= Q v Q v 0 a O -C L -C O a-+ N v � v 0 N O V V X V N E v O E O Q "O � v aj Y Y cr i N ro M Q Q N ro O O Q Q N O O v z C � � O ru -C C. ° E E O cc N O '� ° E V E Q Q O V m 0) =3 C: Q "O 6 O w m V L 7J J L ]1 + 9 L J C O Q v N 0 c O V v Q N O V T V Q N ..CQ C 7 Z C i N �C C 7 Z V N O a L � L Z � v 3 � L 7 Z N L_ E 7 � Z y � 1 0 K u LI V V Q