HomeMy WebLinkAbout230926a-revJohn F. Barr, President
Jeffrey A. Cline, Vice President
BOARD OF COUNTY COMMISSIONERS
September 26, 2023
OPEN SESSION AGENDA
9:00 AM INVOCATION AND PLEDGE OF ALLEGIANCE
CALL TO ORDER, Vice President, Jeffrey A. Cline
APPROVAL OF MINUTES: September 19, 2023
9:05 AM COMMISSIONERS’ REPORTS AND COMMENTS
9:15 AM STAFF COMMENTS
9:20 AM CITIZEN PARTICIPATION
9:30 AM PROCLAMATION FOR DOMESTIC VIOLENCE AWARENESS MONTH
Washington County Board of County Commissioners presented to Ashley Sizemore,
Director of Advocacy Services, CASA, Inc.
9:40 AM LEADERSHIP EXCELLENCE PROGRAM
Brian Overcash, Safety Compliance and Training Coordinator, Human Resources
Convene as the Board of Health
9:50 AM MOBILE CRISIS SERVICES – WAY STATION, INC.
Earl Stoner, Health Officer, Washington County Health Department
OPIOID CRISIS RESPONSE SERVICES – WAY STATION, INC.
Earl Stoner, Health Officer, Washington County Health Department
STATE OPIOID RESPONSE SERVICES – MERITUS MEDICAL CENTER, INC.
Earl Stoner, Health Officer, Washington County Health Department
COMMUNITY SERVICES – POTOMAC CASE MANAGEMENT SERVICES, INC.
Earl Stoner, Health Officer, Washington County Health Department
PERFORMANCE INCENTIVE GRANT – HAGERSTOWN POLICE
DEPARTMENT
Earl Stoner, Health Officer, Washington County Health Department
Reconvene as the Washington County Board of County Commissioners
Wayne K. Keefer
Randall E. Wagner
Page 2 of 2
OPEN Session Agenda
September 26, 2023
Individuals requiring special accommodations are requested to contact the Office of the County Commissioners, 240.313.2200
Voice/TDD, to make arrangements no later than ten (10) working days prior to the meeting.
10:10 AM CONTRACT AWARD (PUR-1625) – CIRCUIT COURT CHILLER
REPLACEMENT
Rick Curry, Director, Purchasing; Andrew Eshleman, Director Public Works
INTERGOVERNMENTAL COOPERATIVE PURCHASE (INTG-23-0129) ONE (1)
CATERPILLAR LIFT TRUCK FOR THE HIGHWAY DEPARTMENT
Rick Curry, Director, Purchasing; Zane Rowe, Deputy Director Highway Department
INTERGOVERNMENTAL COOPERATIVE PURCHASE (INTG-23-0131) ONE (1)
MACK CHASSIS/CAB WITH A DUMP BODY FOR THE HIGHWAY
DEPARTMENT
Rick Curry, Director, Purchasing; Zane Rowe, Deputy Director Highway Department
10:20 AM BID AWARD (PUR-1633) – BULK DELIVERY OF ROAD SALT
Brandi Naugle, Buyer, Purchasing; Zane Rowe, Deputy Director, Highway
Department
INTERGOVERNMENTAL COOPERATIVE PURCHASE (INTG-23-0132) –
PERSONAL PROTECTIVE EQUIPMENT (PPE) FOR DIVISION OF
EMERGENCY SERVICES
Brandi Naugle, Buyer, Purchasing; Eric Jacobs, Operations Manager, Emergency
Services
10:30 AM MARYLAND CONNECTED DEVICES PROGRAM – APPROVAL TO SUBMIT
GRANT APPLICATION, ACCEPT AWARD, AND ENTER INTO SUBRECIPIENT
AGREEMENT UPON AWARD
Rachel Souders, Director, Grant Management; Jenny Backos, Washington County
Free Library
10:40 AM AGRICULTURE - FACES OF FARMING PRESENTATION
Leslie Hart, Business Development Specialist, Business and Economic Development
10:45 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 consult with counsel to obtain legal
advice on a legal matter; To consult with staff, consultants, or other individuals about pending or
potential litigation; To conduct collective bargaining negotiations or consider matters that related to
the negotiations; and To discuss public security, if the public body determines that public discussion
would constitute a risk to the public or to public security, including: (i) the development of fire and
police services and staff; and (ii) the development and implementation of emergency plans.)
12:45 PM RECONVENE IN OPEN SESSION
12:45 PM SECOND STAFF COMMENTS
ADJOURNMENT
Open Session Item
SUBJECT: Proclamation for Domestic Violence Awareness Month
PRESENTATION DATE: September 26, 2023
PRESENTATION BY: Washington County Board of County Commissioners to Ashley Sizemore,
Director of Advocacy Services, CASA, Inc.
REPORT-IN-BRIEF: Proclamation Presentation
WHEREAS, Domestic Violence Awareness Month is intended to draw attention to the fact that
domestic violence is widespread and has public health implications for every community member of
Washington County, and;
WHEREAS, according to the National Coalition Against Domestic Violence, 34.4% of Maryland
women and 28.8% of Maryland men experience intimate partner physical violence, intimate partner
rape and/or intimate partner stalking. We must work together to educate our community about what
can be done to prevent domestic violence and how to support survivors, and;
WHEREAS, staff and volunteers of anti-violence programs in Washington County encourage every
person to speak out when witnessing acts of violence. Through prevention education and increased
awareness, there is compelling evidence that we can be successful in reducing domestic violence in
Washington County and hold perpetrators who commit acts of violence responsible for their actions,
and;
WHEREAS, Washington County strongly supports the efforts of the national, state and local partners
and of every citizen to actively engage in public and private efforts, including conversations about what
domestic violence is, how to prevent it, and how to help survivors connect with services.
NOW THEREFORE, we the Board of County Commissioners of Washington County, Maryland,
hereby recognize the month of October as Domestic Violence Awareness Month and encourage all
citizens to join anti-domestic violence advocates and support service programs in the belief that all
community members must be a part of the solution to end domestic violence.
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Leadership Excellence Program
PRESENTATION DATE: September 26, 2023
PRESENTATION BY: Brian Overcash, Safety Compliance and Training Coordinator
RECOMMENDED MOTION: N/A
REPORT-IN-BRIEF: 23 selected County staff completed the Leadership Excellence Program
conducted by HCC. This leadership training program was a total of 50 hours of leadership and
management class work.
DISCUSSION: Presentation of certificates of completion to County staff members.
FISCAL IMPACT: N/A
CONCURRENCES: N/A
ALTERNATIVES: N/A
ATTACHMENTS: Training Certificates to be present to staff
AUDIO/VISUAL NEEDS: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
NOTE: The Board will need to convene as the Board of Health when considering this request.
SUBJECT: Mobile Crisis Services – Way Station, Inc.
PRESENTATION DATE: September 26, 2023
PRESENTATION BY: Earl Stoner, Health Officer, Washington County Health Department
RECOMMENDED MOTION: The Health Department is recommending that the Board of Health
approve the contract to Way Station, Inc. of Washington County in the amount of $87,640.00 for
funding legislated for the Crisis Response Grant providing a Mobile Crisis Team to increase mobile
crisis services by 100 hours per week.
REPORT-IN-BRIEF: Mobile Crisis Services is a grant that is targeted to implement 100 hours per
week to cover the hours from 7 am to 11 pm Monday-Friday, and 1 pm to 11 pm Saturdays & Sundays.
Mobile Crisis will respond to behavioral health 911 calls and community requests within 60 minutes.
Any individual with behavioral health needs who are in a crisis will be assessed , have an individualized
service plan developed and follow up needs addressed, including transport to the Crisis Walk-In Center
or the Emergency Department. Mobile Crisis will provide de-escalation, crisis counseling, peer support,
safety planning and assist in the resolution of immediate needs.
DISCUSSION:
FISCAL IMPACT: 100% of the funding for this contract is provided through the Maryland
Department of Health Behavioral Health Administration. No additional funding is being requested.
CONCURRENCES:
ATTACHMENTS:
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Rev. 2/2014 1
STATE OF MARYLAND
MARYLAND DEPARTMENT OF HEALTH
FY24 F753N-0881
Mobile Crisis Services - Way Station, Inc.
1. Scope of Contract.
-
-up
d, including transport to the Crisis Walk-In Center or Emergency Department. Emergency Petitions (EP's) will
-escalation, crisis counseling, peer support, safety planning, and assist in the resolution of
behavioral health services within seven (7) days per week.
- member teams.
– the scope of work or solicitation and Exhibit B – the Contractor’s bid or proposal.
Changes.
not significantly change the scope of the Contract (including the Contract price).
2. Term of Contract.
3. Compensation and Method of Payment.
Compensation.
$87,640.00.
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. All invoices shall be submitted along with any supporting documentation to
prove the expenses were incurred by the contractor. All invoices shall include the following information:
● Contractor name.
● Remittance address.
● Federal taxpayer identification number.
● Invoice period.
● Invoice date.
● Invoice number
● Goods or services provided; and
● Amount due.
Invoices submitted without the required information and inclusive of the supportive documentation cannot
be processed for payment until the Contractor provides the required information.
Supporting Documentation Requirements
The Washington County Health Department is required to ensure that all expenses disbursed under grant
programs are made within the scope of the Condition of Awards and only appropriate expenses are
reimbursed under the grant. As such, supporting documentation is required to support expenses invoiced
under this contract.
● For reimbursement of salaries and related personnel costs, copies of payroll reports or other proof
of payments/costs must be submitted along with the invoice. Reports must detail amounts paid to
or on behalf of (salary and fringe costs) individual employees.
● For equipment purchases that are approved under the grant award, originals, or copies of receipts
for the equipment must be submitted along with the invoice.
● For any sub-contracted services allowable under the grant award, copies of invoices from the sub-
contractors must be submitted along with the invoice. Sub-contracted services must be pre-
approved by the Contract Monitor. Supportive documentation proving the costs and expenses of
the sub-contractor will also need to be provided.
● For any supplies, utility costs, fuel purchases, or other expenses allowable for reimbursement under
the grant award, copies of receipts or invoices must be submitted along with the invoice.
Onsite Visit/Audit
For service contracts, the Washington County Health Department, will perform one or more onsite visits to
ensure that services provided by the contractor are consistent with this contract and any applicable
conditions of award. This site visit may include a f
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
all matters relative to this Contract shall be coordinated through the Procurement Officer.
5. Disputes
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
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
this Contract, the Department may terminate the Contract by giving the Contractor written notice of termination.
Rev. 2/2014 3
COMAR 21.07.01.11B.
8. Termination for Non-Appropriation
continuation in any fiscal year succeeding the first fiscal year, this Contract shall be terminated automatically as of
the beginning of the fiscal year for which funds are not availab
or costs incurred after termination.
9. Non-Discrimination in Employment
and Maryland law, including, but not limited to, the employment provisions of §13-219 of the State Finance and
Procurement Article, Maryland Code and Code of Maryland Regulations 21.07.01.08, and the commercial
nondiscrimination provisions of Title 19, Subtitle 1, State Finance and Procurement Article, Maryland Code.
10. Maryland Law Prevails.
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- Contract Monitor is Victoria Sterling.
Rev. 2/2014 4
IN WITNESS THEREOF, the parties have executed this Contract as of the date hereinabove set forth.
CONTRACTOR
Way Station, Inc.
MARYLAND DEPARTMENT OF HEALTH
WASHINGTON COUNTY HEALTH DEPARTMENT
Open Session Item
NOTE: The Board will need to convene as the Board of Health when considering this request.
SUBJECT: Opioid Crisis Response Services – Way Station, Inc.
PRESENTATION DATE: September 26, 2023
PRESENTATION BY: Earl Stoner, Health Officer, Washington County Health Department
RECOMMENDED MOTION: The Health Department is recommending that the Board of Health
approve the contract to Way Station, Inc. of Washington County in the amount of $139,056.00 for
funding legislated for the State Opioid Crisis Response Grant providing a Crisis Team to stabilize and
improve psychological symptoms of distress to persons “in crisis”.
REPORT-IN-BRIEF: Opioid Crisis Response Services is a grant that is targeted to implement a
Crisis Center, Crisis Call Center, and Intervention Services – Intervention Services consists of
hotline/call center, walk-in/crisis stabilization face to face assessments. Services are available for
individuals in need of immediate attention for situational psychiatric and/or substance abuse. Services
for specific populations, e.g., Children/Adolescents and older Adults. Crisis Services include an array
of interventions that are designed to reach each individual need.
DISCUSSION:
FISCAL IMPACT: 100% of the funding for this contract is provided through the Maryland
Department of Health Behavioral Health Administration. No additional funding is being requested.
CONCURRENCES:
ATTACHMENTS:
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Rev. 2/2014 1
STATE OF MARYLAND
MARYLAND DEPARTMENT OF HEALTH
FY24 F936A/B-0881
Way Station, Inc.
1. Scope of Contract.
be
● 2% reduction of readmissions to Meritus Behavioral Health Unit.
● Reduce the number of emergency calls by 2%.
● 25 individuals will be served by an ED Peer Support Specialist who have an experienced an overdose.
● Reduction of overdoses within the community by 2%.
● Service 250 individuals through mobile crisis who have experienced an overdose.
– the scope of work or solicitation and Exhibit B – the Contractor’s bid or proposal.
Changes.
not significantly change the scope of the Contract (including the Contract price).
2. Term of Contract.
3. Compensation and Method of Payment.
Compensation.
$139,056.00. Breakdown of funds for services as : F936A $ 34,764 (07/01/23-9/29/23)
F936B $104,292 (09/30/23-06/30/24)
(b) . The Department shall pay the Contractor no later than thirty (30) days after the
Department receives a proper invoice from the Contractor. Charges for late payment of invoices, other than
as prescribed by Title 15, Subtitle 1, State Finance and Procurement Article, Maryland Code, are prohibited.
Tax Identification Number.
Invoicing.
wchd.invoice@maryland.gov. All invoices shall be submitted along with any supporting documentation to
Rev. 2/2014 2
● 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
The Washington County Health Department is required to ensure that all expenses disbursed under grant
programs are made within the scope of the Condition of Awards and only appropriate expenses are
reimbursed under the grant. As such, supporting documentation is required to support expenses invoiced
under this contract.
● For reimbursement of salaries and related personnel costs, copies of payroll reports or other proof
of payments/costs must be submitted along with the invoice. Reports must detail amounts paid to
or on behalf of (salary and fringe costs) individual employees.
● For equipment purchases that are approved under the grant award, originals, or copies of receipts
for the equipment must be submitted along with the invoice.
● For any sub-contracted services allowable under the grant award, copies of invoices from the sub-
contractors must be submitted along with the invoice. Sub-contracted services must be pre-
approved by the Contract Monitor. Supportive documentation proving the costs and expenses of
the sub-contractor will also need to be provided.
● For any supplies, utility costs, fuel purchases, or other expenses allowable for reimbursement under
the grant award, copies of receipts or invoices must be submitted along with the invoice.
Onsite Visit/Audit
For service contracts, the Washington County Health Department, will perform one or more onsite visits to
ensure that services provided by the contractor are consistent with this contract and any applicable
conditions of award. This site visit may include a financial
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
all matters relative to this Contract shall be coordinated through the Procurement Officer.
5. Disputes
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
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
this Contract, the Department may terminate the Contract by giving the Contractor written notice of termination.
Termination under this paragraph does not relieve the Contractor from liability for any damages caused to the State.
Termination hereunder, including the rights and obligations of the parties, shall be governed by the provisions of
COMAR 21.07.01.11B.
Rev. 2/2014 3
8. Termination for Non-Appropriation
continuation in any fiscal year succeeding the first fiscal year, this Contract shall be terminated automatically as of
the beginning of the fiscal year for which funds are not availab
or costs incurred after termination.
9. Non-Discrimination in Employment
and Maryland law, including, but not limited to, the employment provisions of §13-219 of the State Finance and
Procurement Article, Maryland Code and Code of Maryland Regulations 21.07.01.08, and the commercial
nondiscrimination provisions of Title 19, Subtitle 1, State Finance and Procurement Article, Maryland Code.
10. Maryland Law Prevails.
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- Contract Monitor is Victoria Sterling.
Open Session Item
NOTE: The Board will need to convene as the Board of Health when considering this request.
SUBJECT: State Opioid Response Services – Meritus Medical Center, Inc.
PRESENTATION DATE: September 26, 2023
PRESENTATION BY: Earl Stoner, Health Officer, Washington County Health Department
RECOMMENDED MOTION: The Health Department is recommending that the Board of Health
approve the contract to Meritus Medical Center, Inc. of Washington County in the amount of
$133,072.00 for funding legislated for the State Opioid Response Grant providing hospital-based Peer
Services.
REPORT-IN-BRIEF: State Opioid Response Services is a grant that is targeted to implement Peer
Support to individuals experiencing an opioid crisis. Deliverables under this funding include a 2%
reduction of re-admissions to Meritus Behavioral Health Unit approximately 25 individuals served by
Peer Support.
DISCUSSION:
FISCAL IMPACT: 100% of the funding for this contract is provided through the Maryland
Department of Health Behavioral Health Administration. No additional funding is being requested.
CONCURRENCES:
ATTACHMENTS:
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Rev. 2/2014 1
STATE OF MARYLAND
MARYLAND DEPARTMENT OF HEALTH
FY24 F936A/B -0881
Meritus Medical Center, Inc.
1. Scope of Contract.
– the scope of work or solicitation and Exhibit B – the Contractor’s bid or proposal.
Changes.
not significantly change the scope of the Contract (including the Contract price).
2. Term of Contract.
3. Compensation and Method of Payment.
Compensation.
$133,072.00. F936A $33,268 thru 9/29/23
F936B $99,804 thru 6/30/24
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.
Invoicing.
wchd.invoice@maryland.gov. All invoices shall be submitted along with any supporting documentation to
prove the expenses were incurred by the contractor. All invoices shall include the following information:
● Contractor name.
● Remittance address.
●
Rev. 2/2014 2
● 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
The Washington County Health Department is required to ensure that all expenses disbursed under grant
programs are made within the scope of the Condition of Awards and only appropriate expenses are
reimbursed under the grant. As such, supporting documentation is required to support expenses invoiced
under this contract.
● For reimbursement of salaries and related personnel costs, copies of payroll reports or other proof
of payments/costs must be submitted along with the invoice. Reports must detail amounts paid to
or on behalf of (salary and fringe costs) individual employees.
● For equipment purchases that are approved under the grant award, originals, or copies of receipts
for the equipment must be submitted along with the invoice.
● For any sub-contracted services allowable under the grant award, copies of invoices from the sub-
contractors must be submitted along with the invoice. Sub-contracted services must be pre-
approved by the Contract Monitor. Supportive documentation proving the costs and expenses of
the sub-contractor will also need to be provided.
● For any supplies, utility costs, fuel purchases, or other expenses allowable for reimbursement under
the grant award, copies of receipts or invoices must be submitted along with the invoice.
Onsite Visit/Audit
For service contracts, the Washington County Health Department, will perform one or more onsite visits to
ensure that services provided by the contractor are consistent with this contract and any applicable
conditions of award. This site visit may include
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
all matters relative to this Contract shall be coordinated through the Procurement Officer.
5. Disputes
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
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
this Contract, the Department may terminate the Contract by giving the Contractor written notice of termination.
Termination under this paragraph does not relieve the Contractor from liability for any damages caused to the State.
Termination hereunder, including the rights and obligations of the parties, shall be governed by the provisions of
COMAR 21.07.01.11B.
8. Termination for Non-Appropriation
continuation in any fiscal year succeeding the first fiscal year, this Contract shall be terminated automatically as of
or costs incurred after termination.
Rev. 2/2014 3
9. Non-Discrimination in Employment
and Maryland law, including, but not limited to, the employment provisions of §13-219 of the State Finance and
Procurement Article, Maryland Code and Code of Maryland Regulations 21.07.01.08, and the commercial
nondiscrimination provisions of Title 19, Subtitle 1, State Finance and Procurement Article, Maryland Code.
10. Maryland Law Prevails.
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- Contract Monitor is Victoria Sterling.
Rev. 2/2014 4
STATEMENT OF WORK
services to individuals experiencing opioid overdose.
-
Task/Activities
/Unit Measure
Tentative Dates for
Delivery
Reduction of remissions to Meritus
Behavioral Health Unit
06/30/2024
06/30/2024
Number of individuals served through ED
Peer support specialists who have
06/30/2024
06/30/2024
Rev. 2/2014 5
CONTRACTOR
Meritus Medical Center, Inc.
MARYLAND DEPARTMENT OF HEALTH
WASHINGTON COUNTY HEALTH DEPARTMENT
Rev. 2/2014 4
CONTRACTOR
Way Station, Inc.
MARYLAND DEPARTMENT OF HEALTH
WASHINGTON COUNTY HEALTH DEPARTMENT
Open Session Item
NOTE: The Board will need to convene as the Board of Health when considering this request.
SUBJECT: Community Services – Potomac Case Management Services, Inc.
PRESENTATION DATE: September 26, 2023
PRESENTATION BY: Earl Stoner, Health Officer, Washington County Health Department
RECOMMENDED MOTION: The Health Department is recommending that the Board of
Health approval the contract to Potomac Case Management Services, Inc. in the amount of
$91,500.00 for funding legislated for the Intense Case Management Services to LEAD (Law
Enforcement Assisted Division) participants.
REPORT-IN-BRIEF: Community Services is a grant that is targeted to implement Case Management
Services to LEAD participants. Potomac Case Mgt. will designate two case managers for this project.
The case managers will attend weekly LEAD Operational Work Groups and be on-call during
operational hours.
DISCUSSION:
FISCAL IMPACT: 100% of the funding for this contract is provided through the Maryland
Department of Health Behavioral Health Administration. No additional funding is being requested.
CONCURRENCES:
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 F272N-0881
Potomac Case Mgt., Potomac Community Services
1. Scope of Contract.
– the scope of work or solicitation and Exhibit B – the Contractor’s bid or proposal.
Changes.
not significantly change the scope of the Contract (including the Contract price).
2. Term of Contract.
3. Compensation and Method of Payment.
Compensation.not exceed
$91,500.00.
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.
Invoicing.
wchd.invoice@maryland.gov. All invoices shall be submitted along with any supporting documentation to
prove the expenses were incurred by the contractor. All invoices shall include the following information:
● Contractor name.
● Remittance address.
● Federal taxpayer identification number.
●
Rev. 2/2014 2
● Invoice date.
● Invoice number
● Goods or services provided; and
● Amount due.
Invoices submitted without the required information and inclusive of the supportive documentation cannot
be processed for payment until the Contractor provides the required information.
Supporting Documentation Requirements
The Washington County Health Department is required to ensure that all expenses disbursed under grant
programs are made within the scope of the Condition of Awards and only appropriate expenses are
reimbursed under the grant. As such, supporting documentation is required to support expenses invoiced
under this contract.
● For reimbursement of salaries and related personnel costs, copies of payroll reports or other proof
of payments/costs must be submitted along with the invoice. Reports must detail amounts paid to
or on behalf of (salary and fringe costs) individual employees.
● For equipment purchases that are approved under the grant award, originals, or copies of receipts
for the equipment must be submitted along with the invoice.
● For any sub-contracted services allowable under the grant award, copies of invoices from the sub-
contractors must be submitted along with the invoice. Sub-contracted services must be pre-
approved by the Contract Monitor. Supportive documentation proving the costs and expenses of
the sub-contractor will also need to be provided.
● For any supplies, utility costs, fuel purchases, or other expenses allowable for reimbursement under
the grant award, copies of receipts or invoices must be submitted along with the invoice.
Onsite Visit/Audit
For service contracts, the Washington County Health Department, will perform one or more onsite visits to
ensure that services provided by the contractor are consistent with this contract and any applicable
conditions of award. This site visit may include
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
all matters relative to this Contract shall be coordinated through the Procurement Officer.
5. Disputes
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
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
this Contract, the Department may terminate the Contract by giving the Contractor written notice of termination.
Termination under this paragraph does not relieve the Contractor from liability for any damages caused to the State.
Termination hereunder, including the rights and obligations of the parties, shall be governed by the provisions of
COMAR 21.07.01.11B.
8. Termination for Non-Appropriation
continuation in any fiscal year succeeding the first fiscal year, this Contract shall be terminated automatically as of
or costs incurred after termination.
Rev. 2/2014 3
9. Non-Discrimination in Employment
and Maryland law, including, but not limited to, the employment provisions of §13-219 of the State Finance and
Procurement Article, Maryland Code and Code of Maryland Regulations 21.07.01.08, and the commercial
nondiscrimination provisions of Title 19, Subtitle 1, State Finance and Procurement Article, Maryland Code.
10. Maryland Law Prevails.
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- Contract Monitor is Victoria Sterling.
Rev. 2/2014 4
IN WITNESS THEREOF, the parties have executed this Contract as of the date hereinabove set forth.
CONTRACTOR
Potomac Case Mgt., Potomac Community Services
MARYLAND DEPARTMENT OF HEALTH
WASHINGTON COUNTY HEALTH DEPARTMENT
Open Session Item
NOTE: The Board will need to convene as the Board of Health when considering this request.
SUBJECT: Performance Incentive Grant – Hagerstown Police Department
PRESENTATION DATE: September 26, 2023
PRESENTATION BY: Earl Stoner, Health Officer, Washington County Health Department
RECOMMENDED MOTION: The Health Department is recommending that the Board of Health
approval the contract to Hagerstown Police Department in the amount of $54,000.00 for funding
legislated for the Performance Incentive Grant providing overtime for LEAD activities and trainings.
Contract period of July 1st, 2023, through June 30th, 2024.
REPORT-IN-BRIEF: Performance Incentive Grant is a grant that is targeted to provide overtime pay
to HPD to implement LEAD (Law Enforcement Assisted Division) activities and trainings to increase
outreach, support LEAD referrals and attend trainings that are focused on LEAD activities. HPD will
engage in bi-weekly LEAD meetings, complete joint details and outreach with WCHD.
DISCUSSION:
FISCAL IMPACT: 100% of the funding for this contract is provided through the Maryland
Department of Health Behavioral Health Administration. No additional funding is being requested.
CONCURRENCES:
ATTACHMENTS:
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Rev. 2/2014 1
STATE OF MARYLAND
MARYLAND DEPARTMENT OF HEALTH
FY24 F272N-0802
Hagerstown Police Department
1. Scope of Contract.
– the scope of work or solicitation and Exhibit B – the Contractor’s bid or proposal.
Changes.
not significantly change the scope of the Contract (including the Contract price).
2. Term of Contract.
3. Compensation and Method of Payment.
Compensation.not exceed
$54,000.00.
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.
Invoicing.
wchd.invoice@maryland.gov. All invoices shall be submitted along with any supporting documentation to
prove the expenses were incurred by the contractor. All invoices shall include the following information:
● Contractor name;
●
Rev. 2/2014 2
●
● 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
The Washington County Health Department is required to ensure that all expenses disbursed under grant
programs are made within the scope of the Condition of Awards and only appropriate expenses are
reimbursed under the grant. As such, supporting documentation is required to support expenses invoiced
under this contract.
● For reimbursement of salaries and related personnel costs, copies of payroll reports or other proof
of payments/costs must be submitted along with the invoice. Reports must detail amounts paid to
or on behalf of (salary and fringe costs) individual employees.
● For equipment purchases that are approved under the grant award, originals or copies of receipts
for the equipment must be submitted along with the invoice.
● For any sub-contracted services allowable under the grant award, copies of invoices from the sub-
contractors must be submitted along with the invoice. Sub-contracted services must be pre-
approved by the Contract Monitor. Supportive documentation proving the costs and expenses of
the sub-contractor will also need to be provided.
● For any supplies, utility costs, fuel purchases, or other expenses allowable for reimbursement under
the grant award, copies of receipts or invoices must be submitted along with the invoice.
Onsite Visit/Audit
For service contracts, the Washington County Health Department, will perform one or more onsite visits to
ensure that services provided by the contractor are consistent with this contract and any applicable
conditions of award. This site visit may include
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
all matters relative to this Contract shall be coordinated through the Procurement Officer.
5. Disputes
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
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
this Contract, the Department may terminate the Contract by giving the Contractor written notice of termination.
Termination under this paragraph does not relieve the Contractor from liability for any damages caused to the State.
Termination hereunder, including the rights and obligations of the parties, shall be governed by the provisions of
COMAR 21.07.01.11B.
8. Termination for Non Appropriation
continuation in any fiscal year succeeding the first fiscal year, this Contract shall be terminated automatically as of
the beginning of the fiscal year for which funds are not availab
or costs incurred after termination.
Rev. 2/2014 3
9. Non-Discrimination in Employment
and Maryland law, including, but not limited to, the employment provisions of §13-219 of the State Finance and
Procurement Article, Maryland Code and Code of Maryland Regulations 21.07.01.08, and the commercial
nondiscrimination provisions of Title 19, Subtitle 1, State Finance and Procurement Article, Maryland Code.
10. Maryland Law Prevails.
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- Contract Monitor is Victoria Sterling.
Rev. 2/2014 4
IN WITNESS THEREOF, the parties have executed this Contract as of the date hereinabove set forth.
CONTRACTOR
Hagerstown Police Department
MARYLAND DEPARTMENT OF HEALTH
WASHINGTON COUNTY HEALTH DEPARTMENT
Open Session Item
SUBJECT: Contract Award (PUR-1625) – Circuit Court Chiller Replacement
PRESENTATION DATE: September 26, 2023
PRESENTATION BY: Rick F. Curry, CPPO, Director, Purchasing Department; Andrew
Eshleman, P.E., Director, Division of Public Works
RECOMMENDED MOTION: Move to award the contract for the Circuit Court Chiller
Replacement project to the responsible, responsive bidder, Flo-Tron Contracting, Inc., of Hunt
Valley, MD who submitted the lowest total lump sum bid in the amount of $624,456.
REPORT-IN-BRIEF: The work to be performed by the Contractor under this project generally
includes but is not limited to: Remove the existing roof mounted chiller/tower package and furnish
and install a new air-cooled chiller/pump package. Provide minor structural/roofing and electrical
work to accommodate the new chiller. Modify the existing control systems to work with the newly
installed chiller. Provide other miscellaneous work as indicated on the plans or required to
complete the work. Furnish all supervision, labor, materials, tools, equipment, and service
necessary and incidental to install all HVAC work and related systems shown on the drawings,
indicated in this Specification or necessary to provide a finished installation. The finished
installation shall be in perfect working condition and be ready for continuous and satisfactory
operation.
The project is to be substantially completed within forty-five (45) consecutive calendar days of the
Notice to Proceed; however, here are contract provisions to pause the contract schedule for the
chiller to be procured and manufactured. The Engineer’s estimate was $700,00. The County can
assess liquidated damages in the sum of two hundred fifty ($250) dollars for each consecutive day
that the project is not completed.
The bid was advertised in the local newspaper, listed on the State of Maryland’s “eMaryland
Marketplace Advantage” website and on the County’s web site. Six (6) companies were
represented at the pre-bid conference/teleconference. Thirty-six (36) persons/companies
registered/downloaded the bid document on-line. Six (6) bids were submitted as indicated on the
attached bid tabulation matrix.
DISCUSSION: N/A
FISCAL IMPACT: Funds are available for this project in the amount $1,276,736 in the
Division’s Capital Improvement Project (CIP) account 10930-BLD078.
CONCURRENCES: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
ALTERNATIVES: N/A
ATTACHMENTS: Bid Matrix Tabulation
AUDIO/VISUAL NEEDS: N/A
PUR-1625
CIRCUIT COURT CHILLER REPLACEMENT
Bids Due: August 2, 2023
American Combustion
Industries
Glenn Dale, MD
Flo-Tron Contracting
Inc.
Hunt Valley, MD
Mick’s Plumbing &
Heating, Inc.
Thurmont, MD Item
No. Description:
1 Circuit Court Chiller Replacement $674,330.00 $624,456.00 $728,219.00
Musser Mechanical,
Inc.
Mercersburg, PA
Patapsco Mechanical
Hanover, MD Cumberland, MD Item
No. Description:
1 Circuit Court Chiller Replacement $643,300.00 $660,000.00 $644,900.00
Remarks / Exceptions:
Flo-Tron Contracting Inc. – 1. All rigging work assumed to be on Saturday; crane will require street closure. 2. Street closure permit
and traffic control has been included.______________________________________________________________________________
Musser Mechanical, Inc. – If not a wage scale project – DEDUCT $15,000.00.____________________________________________
____________________________________________________________________________________________________________
______________________________________________________________________________________________________________________
Open Session Item
SUBJECT: Intergovernmental Cooperative Purchase (INTG-23-0129) One (1) Caterpillar Lift
Truck for the Highway Department
PRESENTATION DATE: September 26, 2023
PRESENTATION BY: Rick Curry, CPPO, Director, Purchasing Department; Zane Rowe,
Deputy Director, Highway Department
RECOMMENDED MOTION: Move to authorize by Resolution, the Highway Department to
purchase one (1) Caterpillar GP45N1 Lift Truck from Weise USA, Inc., of Baltimore, MD. The
purchase price of the forklift is $67,619 and to utilize another jurisdiction’s contract (#091520-
MCF) that was awarded by Sourcewell to Mitsubishi Caterpillar Forklift America, Inc.
REPORT-IN-BRIEF: The Highway Department is requesting to purchase one (1) Caterpillar
GP45N1 lift truck to replace a lift truck that is twenty-five (25) years old and exceed the County’s
Vehicle and Equipment Types and Usage Guidelines. The County’s replacement guidelines for
industrial lift truck are recommended at a ten (10) year economic life cycle. The replaced lift truck
will not be sold on GovDeals, Inc.
The Code of Public Laws of Washington County, Maryland (the Public Local Laws) §1-106.3
provides that the Board of County Commissioners may procure goods and services through a
contract entered into by another governmental entity, in accordance with the terms of the contract,
regardless of whether the County was a party to the original contract. Sourcewell took the lead in
soliciting the resulting agreement. If the Board of County Commissioners determines that
participation by Washington County would result in cost benefits or administrative efficiencies, it
could approve the purchase of this service in accordance with the Public Local Laws referenced
above by resolving that participation would result in cost benefits or in administrative efficiencies.
The County will benefit with direct cost savings in the purchase of this service because of the
economies of scale this buying group leveraged. I am confident that any bid received as a result of
an independent County solicitation would exceed the spend savings that the Sourcewell solicitation
provides through this agreement. Additionally, the County will realize savings through
administrative efficiencies as a result of not preparing, soliciting and evaluating a bid. This
savings/cost avoidance would, I believe, be significant.
DISCUSSION: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
FISCAL IMPACT: Funds in the amount of $75,000 are budgeted in the Highway Department’s Capital
Improvement Plan (CIP) account EQP042.
CONCURRENCES: N/A
ALTERNATIVES:
1. Process a formal bid and the County could possibly incur a higher cost for the purchase, or
2. Do not award the purchase of the lift truck.
ATTACHMENTS: Weise’s quote dated August 8, 2023; Resolution
AUDIO/VISUAL NEEDS: N/A
Page 1 of 3 QUO-139464-G3X5P9-0
QUOTATION PREPARED FOR PREPARED BY
Customer: Washington County Highway Date: Tuesday, August 8, 2023
Contact: Jack Reynard Sales Rep: Joseph Davis
Address: 3051 Washington Blvd Ste C
Address: 601 Northern Avenue Baltimore, MD 21230
Hagerstown, MD 21742
Phone: 2403132722 Mobile:
Quote#: QUO-139464-G3X5P9-2 Fax: 410-644-6753
CATERPILLAR MODEL: GP45N1
SOURCEWELL Contract: 091520-MCF
Atlantic Lift Truck
3051B Washington Blvd
Baltimore, MD 21230
@
QTY CATEGORY DESCRIPTION
1 CHASSIS 9,000 lb. Capacity LP Pneumatic Tire Lift Truck
1 MAST 187.0'' MFH / 90.0'' OAL / 42.0'' FFH Triplex. .
1 RATINGS & STANDARDS UL Approved
1 RATINGS & STANDARDS EPA Compliant
1 FORKS 2.0'' X 6.0'' X 48'' Hook Type - Pallet
1 POWERTRAIN GK45 4.5L In line 6 Cylinder LPG Engine
1 POWERTRAIN Two Forward And One Reverse Speed Transmission
1 CARRIAGE 71.0'' Wide Hook Type Carriage
1 DRIVE WHEELS / TIRES Air Filled Pneumatic Dual Drive Tires
1 WARRANTY Standard Warranty - 12 Months, 2000 Hours Full Coverage; 24 Months, 4000 Hours Powertrain
1 STEER WHEELS / TIRES Air-Filled Pneumatic Steer Tires
1 LOAD BACKREST 48'' High Load Backrest
1 HYDRAULIC ACTIVATION 4-Section Valve With Cowl Mounted Levers
1 HYDRAULIC HOSING Dual Function Internal Hosing - Triplex Mast
1 HYDRAULIC SYSTEM Load Bearing Clamp Lockout
1 OVERHEAD GUARD Standard Overhead Guard - 90.5'' To Top
1 OVERHEAD GUARD COVER Thermoformed Overhead Guard Cover
1 PRODUCTIVITY Engine Protection System
Page 2 of 3 QUO-139464-G3X5P9-0
1 PRODUCTIVITY Fuel Saver Mode
1 PRODUCTIVITY Ground Speed Control
1 SPECIAL APPLICATIONS Dual Element Air Cleaner
1 WARNING / LIGHT Electronic Back-up Alarm
1 WARNING / LIGHT Two Forward LED Working Lights - OHG Mounted
1 WARNING / LIGHT Rear LED Stop/Tail/Back-up Combination Lights
1 WARNING / LIGHT Rear LED Working Light
1 WARNING / LIGHT LED Turn Signals
1 WARNING / LIGHT Amber Strobe Light - Mounted Below OHG
1 SEAT Full Suspension Vinyl Seat
1 ACCESSORIES Orange Seat Belt
1 ACCESSORIES Rubber Floor Mat
1 ACCESSORIES Operator Convenience Tray With Clipboard Holder
1 ACCESSORIES Fire Extinguisher - OHG Mounted
1 ACCESSORIES Dual Panoramic Rear View Mirror Kit
1 OTHER EQUIPMENT Cascade Non-Sideshifting Fork Positioner 100k-FPS-B05
1 OTHER EQUIPMENT Fork Positioner Freight
1 OTHER EQUIPMENT Fork Positioner Install
1 OTHER EQUIPMENT Terminate 4th Function Carriage For Barrel Clamp
UNITS: 1
PRICE PER UNIT: $71,119
FREIGHT: FOB FACTORY TOTAL: $71,119
PROPOSAL SUMMARY
EQUIPMENT DESCRIPTION UNITS PER UNIT TOTAL
Caterpillar GP45N1 - 9,000 lb. Capacity LP Pneumatic Tire Lift Truck 1 $71,119 $71,119
Trade-In Tailift Forklift ($3,500
TOTAL INVESTMENT: 1 $67,619
Attachments
- Drum Clamp: You can use your current drum clamp. We will be able to get a new spec plate from the factory
- Fork Extensions: We have to get a new set of extensions in order to get factory approval
o 7” x 90” Heavy Duty Fork Extensions: $1750
o 4000# @ 45” Load Center
Extension capacity, not necessarily the machine capacity with extensions
- Tow Hitch: Haugen Fork Mounted Receiver
o Locks around forks with heel pins. Much more secure than bolt clamps
o Does not include ball or receiver tube
o $1900
Page 3 of 3 QUO-139464-G3X5P9-0
BY SIGNING THIS PROPOSAL (“ORDER”), UNDERSIGNED AGREES TO PAY FOR AND AUTHORIZES WIESE TO PROCEED WITH THE
SALE OF PRODUCTS AND SERVICES DESCRIBED IN THIS PROPOSAL, IN ACCORDANCE WITH THE ATTACHED TERMS AND
CONDITIONS
Order Approved and Accepted by:
Washington County Highway
AUTHORIZED SIGNATURE TITLE
PRINTED NAME DATE ACCEPTED
WIESE TERMS AND CONDITIONS
PROPOSAL VALIDITY PERIOD: Unless otherwise indicated on the proposal, written proposals by Wiese USA, Inc. shall expire automatically seven (7) days after the date appearing on
the proposal unless Wiese USA, Inc. receives and accepts Customer’s order within that period.
STANDARD TERMS: Net 10 days, subject to credit approval. Lease rates are subject to credit approval/documentation. Freight, surcharges, and applicable taxes may apply. Wiese Terms
and Conditions are subject to change.
CANCELLATION OR CHANGES : Customer agrees to pay costs and expenses, up to 100% of the order value, incurred as a result of any cancellation or change.
WARRANTY: To the extent permitted, Wiese will pass to Customer any applicable manufacturer’s warranty of the Products, and makes no other warranties express or implied. Used
Equipment is sold “as is” unless noted otherwise in this proposal.
MISCELLANEOUS: Customer represents that it shall possess and will maintain all applicable and required permits, licenses, approvals, registrations, consents and certificates.
ENTIRE AGREEMENT: This Order constitutes the entire agreement between the parties . Any modification must be made in writing and approved by both parties. Any service work to
be performed by Wiese is subject to separate terms and conditions.
Page 1 of 2
RESOLUTION NO. RS-2023-
(Intergovernmental Cooperative Purchase [INTG-23-0129] One [1] Caterpillar Lift
Truck for the Highway Department)
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 Highway Department seeks to purchase one (1) Caterpillar GP45N1 Lift Truck from
Weise USA, Inc., of Baltimore, Maryland, at a total cost of $67,619, and to utilize another
jurisdiction’s contract (#091520-MCF) that was awarded by Sourcewell to Mitsubishi Caterpillar
Forklift America, Inc.
Eliminating the County’s bid process will result in administrative and cost savings for the
Highway 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 Highway Department is hereby authorized to purchase one (1) Caterpillar
GP45N1 Lift Truck from Weise USA, Inc., of Baltimore, Maryland, and to utilize another
jurisdiction’s contract (#091520-MCF) that was awarded by Sourcewell to Mitsubishi Caterpillar
Forklift America, Inc.
Adopted and effective this 26th day of September, 2023.
Page 2 of 2
ATTEST: BOARD OF COUNTY COMMISSIONERS
OF WASHINGTON COUNTY, MARYLAND
_____________________________ BY: ______________________________________
Dawn L. Marcus, County Clerk John F. Barr, 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
Open Session Item
SUBJECT: Intergovernmental Cooperative Purchase (INTG-23-0131) One (1) Mack
Chassis/Cab with a Dump Body for the Highway Department
PRESENTATION DATE: September 26, 2023
PRESENTATION BY: Rick Curry, CPPO, Director, Purchasing Department; Zane Rowe,
Deputy Director, Highway Department
RECOMMENDED MOTION: Move to authorize by Resolution, the Highway Department to
purchase one (1) Mack chassis/cab with a dump body from Baltimore Potomac Truck Centers of
Bladensburg, MD. The cost of each truck is $277,810 and to utilize another jurisdiction’s contract
(#060920-MAK) that was awarded by Sourcewell to Baltimore Potomac Truck Centers.
REPORT-IN-BRIEF: The Highway Department is requesting to purchase one (1) dump truck
to replace a vehicle that is fourteen (14) years old and exceed the County’s Vehicle and Equipment
Types and Usage Guidelines. The County’s replacement guidelines for vehicles greater than
33,000 lbs. GVWR is recommended at a ten (10) year economic life cycle. The replaced vehicles
will be advertised on GovDeals.com for auctioning.
The Code of Public Laws of Washington County, Maryland (the Public Local Laws) §1-106.3
provides that the Board of County Commissioners may procure goods and services through a
contract entered into by another governmental entity, in accordance with the terms of the contract,
regardless of whether the County was a party to the original contract. Sourcewell took the lead in
soliciting the resulting agreement. If the Board of County Commissioners determines that
participation by Washington County would result in cost benefits or administrative efficiencies, it
could approve the purchase of this service in accordance with the Public Local Laws referenced
above by resolving that participation would result in cost benefits or in administrative efficiencies.
The County will benefit with direct cost savings in the purchase of this service because of the
economies of scale this buying group leveraged. I am confident that any bid received as a result of
an independent County solicitation would exceed the spend savings that the Sourcewell solicitation
provides through this agreement. Additionally, the County will realize savings through
administrative efficiencies as a result of not preparing, soliciting and evaluating a bid. This
savings/cost avoidance would, I believe, be significant.
DISCUSSION: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
FISCAL IMPACT: Funds in the amount $277,750 are budgeted in the Highway Department’s Capital
Improvement Plan (CIP) account EQP042.
CONCURRENCES: N/A
ALTERNATIVES:
1. Process a formal bid and the County could possibly incur a higher cost for the purchase, or
2. Do not award the purchase of the dump trucks.
ATTACHMENTS: Baltimore Potomac Truck Centers quote; Resolution
AUDIO/VISUAL NEEDS: N/A
_____________________________________________________________________________________
8/29/23
CUSTOMER PURCHASE ORDER
Washington County Maryland (Member ID #18599)
100 W. Washington St.
Hagerstown, MD 21740
Baltimore Potomac Truck Centers provides the following vehicle(s) for your consideration.
One (1) New/Unused Mack Granite 42FR, MP7 375 HP Engine, Allison 4500RDS Transmission
with 10’ J&J Dump Body, Plow and Accessories provided by J&J Truck Bodies:
Per One Unit (1)
Sourcewell Discount Factor 62.82% of List
Chassis Price $ 140,595
Sourced Goods $ 135,420
Added Protection Plans $ 1,795
Engine Plan 2 60/250
EATS 60/250
Starter/Alternator 60/300
Total $ 277,810
This vehicle(s) is available under the Sourcewell (Formerly known as NJPA) Contract Number
060920-MAK. Please reference this Contract Number on all Purchase Number.
Sincerely,
Scott Parker
Dir. Of Government Sales – Baltimore Potomac Truck Centers
Page 1 of 2
RESOLUTION NO. RS-2023-
(Intergovernmental Cooperative Purchase [INTG-23-0131] One [1] Mack Chassis/Cab
with a Dump Body for the Highway Department)
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 Highway Department seeks to purchase one (1) Mack chassis/cab with a dump body
from Baltimore Potomac Truck Centers, of Bladensburg, Maryland, at a total cost of $277,810, and
to utilize another jurisdiction’s contract (#060920-MAK) that was awarded by Sourcewell to
Baltimore Potomac Truck Centers.
Eliminating the County’s bid process will result in administrative and cost savings for the
Highway 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 Highway Department is hereby authorized to purchase one (1) Mack
chassis/cab with a dump body from Baltimore Potomac Truck Centers, of Bladensburg,
Maryland, at a total cost of $277,810, and to utilize another jurisdiction’s contract (#060920-MAK)
that was awarded by Sourcewell to Baltimore Potomac Truck Centers.
Adopted and effective this 26th day of September, 2023.
Page 2 of 2
ATTEST: BOARD OF COUNTY COMMISSIONERS
OF WASHINGTON COUNTY, MARYLAND
_____________________________ BY: ______________________________________
Dawn L. Marcus, County Clerk John F. Barr, 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
Open Session Item
SUBJECT: Bid Award (PUR-1633) – Bulk Delivery of Road Salt
PRESENTATION DATE: September 26, 2023
PRESENTATION BY: Brandi Naugle, CPPB, Buyer, Purchasing Department, and Zane Rowe,
Deputy Director, Washington County Highway Department.
RECOMMENDED MOTION: Move to award the contract for the purchase and delivery of
Bulk Road Salt to the responsible, responsive bidder, Morton Salt, Inc. of Chicago, IL who
submitted the price of $79.41 per ton.
REPORT-IN-BRIEF: On August 16, 2023, the County issued an Invitation to Bid (ITB) for
Bulk Road Salt. The salt will be purchased on an as-needed basis to be used on county-maintained
roads for snow and ice control. The County uses an average of fifteen thousand (15,000) tons of
road salt annually. The contract period is to tentatively begin October 1, 2023, and end April 30,
2024. The above recommendations are for the County’s requirements only; the City of Hagerstown
shall make its award independently from the County. The County guarantees neither a
minimum/maximum quantity of bulk road salt to be purchased under this contract.
The Invitation to Bid was published in the local newspaper, on the County web site, and on the
State of Maryland’s eMMA “eMaryland Marketplace Advantage” web site. Twenty-Four (24)
persons/companies registered/downloaded the bid document on-line. On September 13, 2023, a
total of seven (7) bids were received.
DISCUSSION: N/A
FISCAL IMPACT: Funding in the amount of $791,000 is available in the department’s FY’24
operating budget account 586025-20-20030.
CONCURRENCES: N/A
ALTERNATIVES: N/A
ATTACHMENTS: Bid Matrix Tabulation
AUDIO/VISUAL NEEDS: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
PUR-1633
Bulk Delivery of Road Salt
North Olmsted, OH
CBY Enterprises, Inc.
Linthicum, MD Cavetown, MD
Deicing Depot, LLC
Deerfield Beach, FL
Bulk Road Salt
(per ton - delivered)$88.57 $91.00 $94.70 $83.75
Eastern Salt Co., Inc.
Lowell, MA Gladwyne, PA
Morton Salt, Inc.
Chicago, IL
Bulk Road Salt
(per ton - delivered)$85.85 $96.00 $79.41
Remarks/Exceptions:
- Some deliveries may occur within 2 business days. Our general delivery guideline is 3 - 5 business days. We will
work as quickly as possible with respect to weather conditions and order size. We recommend ordering as early as possible and not waiting
until the last minute with regard to snow events. Under no circumstances will we pay liquidated damages or any other additional costs.
CBY Enterprises Inc. - Non-Responsive - required use of documents provided within the solicitation were not completed.
Bids Opened: 9-13-2023
Open Session Item
SUBJECT: Intergovernmental Cooperative Purchase (INTG-23-0132) – Personal Protective
Equipment (PPE) for Division of Emergency Services
PRESENTATION DATE: September 26, 2023
PRESENTATION BY: Brandi Naugle, CPPB, Buyer, Purchasing Department; Eric Jacobs,
Operations Manager, Division of Emergency Services.
RECOMMENDED MOTION: Move to authorize by Resolution, for the approval of the purchase of
(63) sixty-three sets of Personal Protective Equipment (PPE) (coats and pants) for the Division of
Emergency Services from Municipal Emergency Services of Rockville, MD at the contracted unit
prices based on the contract awarded by the Fairfax County, VA contract (Solicitation #4400010661);
Honeywell Morning Pride Coats 49 @ $2,368.06 = $ 116,034.94, Honeywell Morning Pride Coats 14
@ $ 2,397.90 = $33,570.60 and Honeywell Morning Pride Pants 63 @ $1,563.10 = $ 98,475.30; for
the total sum of $ 248,080.84.
REPORT-IN-BRIEF: Section 106.3 of the Public Local Laws of Washington County grants
authorization for the County to procure goods or services under contracts entered into by other
government entities. On items over $50,000, a determination to allow or participate in an
intergovernmental cooperative purchasing arrangement shall be by Resolution and shall indicate that
the participation will provide cost benefits to the county or result in administrative efficiencies and
savings or provide other justification for the arrangement.
The County will benefit with the direct cost savings in the purchase of PPE (pants and coat) because of
economies of scale this contract has leveraged. Additionally, the County will realize savings through
administrative efficiencies as a result of not preparing, soliciting and evaluating a bid. Acquisition of
the equipment by utilizing the Fairfax County, VA contract and eliminating our County’s bid process
would result in an administrative and cost savings for the Division of Emergency Services in preparing
specifications and the Purchasing Department.
DISCUSSION: This structural-firefighting, turn-out gear will be purchased to assist in outfitting our
first responders throughout the County. This is an annual program that has been supported through
general budget funding.
FISCAL IMPACT: Funding in the amount of $311,890.00 is available in the department’s FY’24
operating budget 599999-10-11525.
CONCURRENCES: David Hays, Director Emergency Services
ALTERNATIVES: N/A
ATTACHMENTS: Municipal Emergency Services Quote# QT1735304, dated 8/30/2023 and
Resolution No. RS-2023
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
(877) 637-3473
Quote
Quote #QT1735304
Date 08/30/2023
QT1735304
Page 1 of 1
Bill To
Eric Jacobs
WASHINGTON COUNTY (MD) DES
16232 ELLIOTT PKWY
WILLIAMSPORT MD 21795-4083
United States
Expires 10/13/2023
Sales Rep Dunn, William
Shipping Method FedEx Ground
Customer WASHINGTON COUNTY DES (MD)
Customer # C242423
Ship To
Eric Jacobs
WASHINGTON COUNTY (MD) DES
16232 ELLIOTT PKWY
WILLIAMSPORT MD 21795-4083
United States
Item Alt. Item #Units Description QTY Unit Price Amount
HFRP Tail Coat MDWASH00023 MDWASH00023
HFRP Tail Coat
Morning Pride coat (ZIPPER CLOSURE), as per
Washington County spec ID# MDWASH00023.
List price is $3407.28.
49 $2,368.06 $116,034.94
HFRP Tail Coat MDWASH00029 MDWASH00029
HFRP Tail Coat
Morning Pride coat (HOOK&DEE CLOSURE), as per
Washington County spec ID# MDWASH00029.
List price is $3450.22.
14 $2,397.90 $33,570.60
HFRP Tail Pant MDWASH00022 MDWASH00022
HFRP Tail Pant
Morning Pride pant, as per Washington County spec
ID# MDWASH00022.
List price is $2249.06.
63 $1,563.10 $98,475.30
Pricing is per Fairfax County contract # 4400010661.
Honeywell- 30.5%
Subtotal $248,080.84
Shipping Cost $0.00
Tax Total $0.00
Total $248,080.84
This Quotation is subject to any applicable sales tax and shipping and handling charges that may apply. Tax and shipping charges are
considered estimated and will be recalculated at the time of shipment to ensure they take into account the most current information.
All returns must be processed within 30 days of receipt and require a return authorization number and are subject to a restocking fee.
Custom orders are not returnable. Effective tax rate will be applicable at the time of invoice.
Page 1 of 2
RESOLUTION NO. RS-2023-
(Intergovernmental Cooperative Purchase [INTG-23-0132] Personal Protective
Equipment [PPE] for Division of Emergency Services)
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 Division of Emergency Services seeks to purchase sixty-three (63) sets of Personal
Protective Equipment (PPE) (coats and pants) from Municipal Emergency Services of Rockville,
Maryland, at the contracted unit prices based on the contract awarded by the Fairfax County,
Virginia, contract (Solicitation #4400010661). The PPE is individually priced as follows:
Honeywell Morning Pride Coat, $2,368.06 (x49); Honeywell Morning Pride Coat $2,397.90 (x14);
and Honeywell Morning Pride Pant $1,563.10 (x63); for a total cost of $248,080.84.
Eliminating the County’s bid process will result in administrative and cost savings for the
Division of Emergency Services. The County will benefit from 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 Division of Emergency Services is hereby authorized to purchase sixty-three
(63) sets of PPE from Municipal Emergency Services of Rockville, Maryland, at the contracted
unit prices based on the contract awarded by the Fairfax County, Virginia, contract (Solicitation
#4400010661).
Adopted and effective this ____ day of September, 2023.
Page 2 of 2
ATTEST: BOARD OF COUNTY COMMISSIONERS
OF WASHINGTON COUNTY, MARYLAND
_____________________________ BY: ______________________________________
Dawn L. Marcus, County Clerk John F. Barr, 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
Open Session Item
SUBJECT: Maryland Connected Devices Program – Approval to Submit Grant Application,
Accept Award, and Enter into Subrecipient Agreement upon Award
PRESENTATION DATE: September 26, 2023
PRESENTATION BY: Rachel Souders, Office of Grant Management, and Jenny Bakos,
Washington County Free Library
RECOMMENDED MOTION: Move to approve submission of a grant application to the
Department of Housing and Community Development (DHCD) for the Maryland Connected
Devices Program, accept award, and subsequently enter into a Subrecipient Agreement with the
Washington County Free Library.
REPORT-IN-BRIEF: The State of Maryland has appropriated $30 million for the DHCD to
support the Office of Statewide Broadband in its efforts to assist in digital equity and inclusion
efforts in Maryland. Maryland’s Connected Devices Program is intended to provide new,
internet-enabled Chromebooks to families who are most at need.
DISCUSSION: Household eligibility is determined by using the Federal Poverty Guidelines.
Based on the number of qualifying households in Washington County and the funding available
for this program, the Office of Grant Management is requesting approval to submit a grant
application requesting up to 7,000 devices to be distributed throughout the County, as well as a
$6 per device stipend to help cover the costs associated with distribution.
If awarded, the County will enter into a Subrecipient Agreement with the Washington County
Free Library (WCFL). The WCFL will be responsible for receiving, storing, and distributing the
Chromebooks.
FISCAL IMPACT: No County funds are required.
CONCURRENCES: Jenny Bakos, Executive Director, Washington County Free Library
ALTERNATIVES: Deny approval to submit application.
ATTACHMENTS: N/A
AUDIO/VISUAL NEEDS: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Agriculture – Faces of Farming Presentation
PRESENTATION DATE: Tuesday, September 26, 2023
PRESENTATION BY: Leslie Hart, Business Development Specialist, Department of Business and
Economic Development
RECOMMENDED MOTION: N/A
REPORT-IN-BRIEF: “Faces of Farming” is an agricultural-focused video marketing campaign that
will showcase two local Washington County farms every month, for one year. The “Faces of Farming”
marketing videos will be showcased on the County’s website, as well as Facebook and other social
media platforms, and will target a new industry and highlight a local farmer from that specific
agricultural industry. Additionally, the Faces of Farming marketing campaign will be utilized in
Washington County Public Schools as an agricultural education element focused on kindergarten to
Fifth grade students to connect Washington County youth directly with local farms.
DISCUSSION: Washington County’s agricultural business represents the backbone of the County’s
landscape. With over 900 operating family farms and $153,725,000 in market value of products sold,
agriculture is the largest economic driver in Washington County. The “Faces of Farming” marketing
campaign will aim to educate residents in Washington County, along with the surrounding States and
Counties, about the economic impact of the Ag industry. Additionally, these videos will be used for
agricultural education to numerous streams around Washington County, such as, 4-H and FFA (Future
Farmers of America) meetings, Ag Expo and Fair, and they will be available on the Washington County
Ag App and website.
FISCAL IMPACT: N/A
CONCURRENCES: N/A
ALTERNATIVES: N/A
ATTACHMENTS: N/A
AUDIO/VISUAL NEEDS: Yes - Faces of Farming Videos: Houser’s Produce Farm of Sharpsburg
and Windy Springs Farms, Smithsburg Maryland
Board of County Commissioners of Washington County, Maryland
Agenda Report Form