Loading...
HomeMy WebLinkAbout220816aJeffrey A. Cline, President Terry L. Baker, Vice President Krista L. Hart, Clerk BOARD OF COUNTY COMMISSIONERS August 16, 2022 OPEN SESSION AGENDA 10:00 AM MOMENT OF SILENCE AND PLEDGE OF ALLEGIANCE CALL TO ORDER, President Jeffrey A. Cline APPROVAL OF MINUTES: August 9, 2022 10:05 AM COMMISSIONERS’ REPORTS AND COMMENTS 10:10 AM STAFF COMMENTS 10:15 AM CITIZEN PARTICIPATION 10:20 AM TOWN OF FUNKSTOWN – REQUESTING $200,000 ARTZ FARM LOAN FORGIVENESS Mayor Paul Crampton, Jr., Funkstown 10:30 AM PUBLIC HEARING – PROGRAM OPEN SPACE PROPERTY ACQUISITION Todd Moser, Real Property Administrator, Engineering; Andrew Eshelman, Director, Public Works 10:40 AM PRESENTATION OF PROCLAMATION FOR NATIONAL AVIATION DAY Andrew Eshleman, Director, Public Works; John Seburn, Executive Director, Hagerstown Aviation Museum; Karen Hemenway, Donor Engagement & Event Coordinator, Hagerstown Aviation Museum 10:50 AM APPLICATION FOR ZONING MAP AMENDMENT RZ-22-003 Travis Allen, Comprehensive Planner, Planning and Zoning 11:00 AM TWENTY-FOUR HOUR SHIFTS FOR THE EMERGENCY COMMUNICATIONS CENTER Brian Albert, Assistant Director, Emergency Communications; Kelly Fisher, Operations Manager, Emergency Communications 11:05 AM BID AWARD (PUR-1559) – CONTRACT SERVICES AT TRANSFER STATIONS AND ON-SITE AT FORTY WEST LANDFILL Brandi Naugle, Buyer, Purchasing; David Mason, Deputy Director, Solid Waste BID AWARD (PUR-1560) – RECYCLING DROP-OFF SERVICES Brandi Naugle, Buyer, Purchasing; David Mason, Deputy Director, Solid Waste Wayne K. Keefer Randall E. Wagner Charles A. Burkett Page 2 of 2 OPEN Session Agenda August 16, 2022 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. 11:10 AM BID AWARD (PUR-1557) – ROOF MEMBRANE REPLACEMENT AT IKO WAY Rick Curry, Director, Purchasing; Andrew Eshleman, Director, Public Works 11:15 AM CONSTRUCTION BID AWARD – PROFESSIONAL BOULEVARD PHASE II Scott Hobbs, Director, Engineering 11:20 AM POSITION GRADE CHANGE REQUEST Andrew Eshleman, Director, Public Works; Mark Bradshaw, Director, Environmental Management 11:25 AM TRANSIT DEPARTMENT REORGANIZATION Andrew Eshleman, Director, Public Works; Kevin Cerrone, Director, Transit 11:30 AM DISCUSSION – FY22 SURPLUS – INCOME TAX AND RECORDATION TAX Kelcee Mace, Interim Chief Financial Officer, Budget and Finance 11:40 AM CLOSED SESSION - (To discuss the appointment, employment, assignment, promotion, discipline, demotion, compensation, removal, resignation, or performance evaluation of appointees, employees, or officials over whom this public body has jurisdiction; or any other personnel matter that affects one or more specific individuals; To consider a matter that concerns the proposal for a business or industrial organization to locate, expand, or remain in the State; To consult with counsel to obtain legal advice on a legal matter; and To 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) 12:30 PM RECONVENE IN OPEN SESSION ADJOURNMENT Open Session Item SUBJECT: Town of Funkstown – Requesting $200,000 Artz Farm Loan Forgiveness PRESENTATION DATE: August 16, 2022 PRESENTATION BY: Mayor Paul Crampton, Jr. RECOMMENDED MOTION: REPORT-IN-BRIEF: In 2016, Mayor Paul Crampton, Jr. approached the Washington County Commissioners with an interest to borrow one million dollars for the acquisition of the Artz Farm and 65 Old National Pike. That ground is contiguous to the existing park land. The two parcels would then become part of the existing park land, and would be annexed into the Town of Funkstown. Originally the Town was approved for the entire cost of the Artz Farm from POS over a ten year period, not knowing at the time that the Town was approved for the LWCF grant. That made the cost less even with the additional inclusion of the 65 Old National Pike property. Letters were sent to Mr. Greg Murray, County Administrator; and to the Washington County Commissioners that breaks down in detail the complete project. At the Washington County Commissioners meeting dated November1, 2016, the project was unanimously approved for a loan of up to $1 million from the County’s general fund reserves to the Town of Funkstown for ten years at a 1% interest rate to be used by the Town to purchase the Artz Farm property for $779,380 and the 65 Old National Pike property for $200,000. The POS Local funding acquisition application was intended to be an entire package, but the 2.11-acre parcel is not specifically referenced. The Town was informed that Maryland law does not allow the department to amend existing POS Local grants. A packet will be provided showing numerous documents where the Artz Farm project was to be a complete acquisition project. DISCUSSION: N/A FISCAL IMPACT: N/A CONCURRENCES: N/A ATTACHMENTS: Map Board of County Commissioners of Washington County, Maryland Agenda Report Form M,' Washington County Board of County Commissioners of Washington County, Maryland Agenda Report Form Open Session Item SUBJECT: PUBLIC HEARING - Program Open Space Property Acquisition PRESENTATION DATE: August 16, 2022 PRESENTATION BY: Todd Moser, Real Property Administrator, Andrew Eshleman, Director of Public Works RECOMMENDED MOTION: Move to approve the option agreement for full take, fee simple property acquisition for the property listed below and to approve ordinances approving said purchase and to increase the Program Open Space grant reimbursement eligible amount up to $435,000 and to authorize the execution of the necessary documentation to finalize the acquisitions. REPORT -IN -BRIEF: This is a public hearing to hear testimony regarding the purchase of vacant land for parkland acquisition adjacent to Doub's Woods located off Downsville Pike in Hagerstown, Maryland consisting of 2.81 acres. Property Fee Simple Acquisition Easement Acquisition Acquisition Cost Tax ID - 03-027120 Map 314, Parcel 895 2.81 Acres N/A $425,000.00 DISCUSSION: The Option agreement has been executed for the property listed above. The offer is based on two appraisals completed in May 2022. The acquisition will be funded through Program Open Space and will include preservation of the existing walking trail and conservation of a natural environment and habitat near an urban setting. Additional future uses include inclusion in a disc golf course. The acquisition was listed in the FY23 Program Open Space Annual Program for $425,000 and funds are available in the CIP Parkland Acquisition REC033 account. FISCAL IMPACT: 100% of the acquisition and closing costs are eligible for reimbursement through Program Open Space. Motion includes increasing the eligible grant amount to $435,000 in the CIP to ensure all acquisition expenditures are reimbursable. CONCURRENCES: N/A ALTERNATIVES: N/A ATTACHMENTS: Aerial Map, Ordinance AUDIOVISUAL NEEDS: Aerial Map ORDINANCE NO. ORD-2022- AN ORDINANCE TO APPROVE THE PURCHASE OF REAL PROPERTY (Program Open Space — Portion of Downsville Pike) RECITALS 1. The Board of County Commissioners of Washington County, Maryland (the "County") believes that it is in the best interest of the citizens of Washington County to purchase certain real property identified on the attached Schedule A (the "Property") to be used for public purposes. 2. Notice of a public hearing concerning the County's intent to purchase the Property was advertised in The Herald -Mail, a daily newspaper of general circulation, on July 27, August 1, and August 8, 2022. 3. A public hearing was held on August 16, 2022, as advertised, concerning the County's intent to purchase the Property for a purchase price of Four Hundred Twenty -Five Thousand Dollars ($425,000.00), all or a portion of which may be expended from the General Fund. 4. The County anticipates reimbursement of the purchase price by funds granted to the County through Program Open Space, and the acquisition will be used to preserve the existing walking trail and conservation of a natural environment and habitat near an urban setting. THEREFORE, BE IT ORDAINED by the Board of County Commissioners of Washington County, Maryland that the purchase of the Property be approved and that the President of the Board and the County Clerk be and are hereby authorized and directed to execute and attest, respectively, all such documents for and on behalf of the County relating to the purchase of the Property. ADOPTED this day of , 2022. ATTEST: BOARD OF COUNTY COMMISSIONERS OF WASHINGTON COUNTY, MARYLAND Krista L. Hart, Clerk Jeffrey A. Cline, President Approved as to legal sufficiency: Kirk C. Downey County Attorney Mail to: Office of the County Attorney 100 W. Washington Street, Suite 1101 Hagerstown, MD 21740 SCHEDULE A --DESCRIPTION OF PROPERTY All that portion of land situate along the East side of Maryland Route 632, AKA Maryland Avenue, approximately 700 feet Northerly of its intersection with West Oak Ridge Drive, and being contiguous with a portion of the lands known as Doubs Woods Park, in Election District No. 03 of Washington County, Maryland, and more particularly described as follows: BEGINNING for the outline hereof at a 5/8" Rebar & Cap found, said point being a common corner of lands of Grantor and Grantee herein and at the beginning of the second (2nd) or South 71 Degrees 15 Minutes 24 Seconds East 72.16-foot line of a deed from Grantee herein to Grantor herein, recorded among the Land Records of Washington County, Maryland, in Liber 2172, folio 398; thence with said line, and binding thereon, on a bearing to agree with a recent survey performed by the Division of Engineering for Washington County, Maryland, South 71 Degrees 15 Minutes 22 Seconds East 72.22 feet to a 1" Iron Pipe & Cap found; thence with the third (3rd) line of said deed 2. South 19 Degrees 08 Minutes 58 Seconds West 603.09 feet to a 1" Iron Pipe & Cap found; the same being in the thirteenth (131h) or South 78 Degrees 25 Minutes 00 Seconds 200.96-foot line of a deed for the adjoining lands of N/F Key Bridge II, LLC, recorded among said Land Records in Liber 5428, folio 433; thence with a portion of said thirteenth (131h) line and continuing with the twelfth (12th) or South 78 Degrees 25 Minutes 00 Seconds East 143.49-foot line of said deed, reversed, for a total bearing and distance of 3. North 77 Degrees 58 Minutes 41 Seconds West 200.09 feet to a 1" Iron Pipe & Cap found in the Easternmost Right -of -Way line for Maryland Route 632, AKA Maryland Avenue; thence leaving said adjoining lands and going back therefrom and with said Right -of -Way line 4. North 19 Degrees 00 Minutes 43 Seconds East 627.15 feet to a 5/8" Rebar & Cap found, the same being a common corner between the lands of Grantor herein and the adjoining lands of N/F Charles R. Eckstine by virtue of a deed recorded among said Land Records in Liber 6557, folio 155; thence leaving said Right -of -Way line and going back therefrom and with the adjoining lands as aforementioned 5. South 70 Degrees 57 Minutes 58 Seconds East 127.83 feet to the point of beginning, containing an area of 122,580 square feet of 2.8140 acres of land, more or less. BEING all of the lands of Grantor herein by two (2) separate deeds recorded among said Land Records; the first being in Liber 1004, folio 757 and further shown as 'Lot 1' and 'Lot 2' on a subdivision plat recorded among said Land Records at Plat No. 2625; The second being in Liber 2172, folio 398 and further shown as'Addition Parcel A' on a two -page subdivision plat recorded among said Land Records as Plat No. 7410-7411. SUBJECT to all easements, rights -of way, covenants, conditions, and restrictions of record applicable thereto. Open Session Item SUBJECT: National Aviation Day PRESENTATION DATE: August 16, 2022 PRESENTATION BY: Andrew Eshleman, Director, Public Works; John Seburn, Executive Director, Hagerstown Aviation Museum; Karen Hemenway Donor Engagement & Event Coordinator RECOMMENDED MOTION: N/A REPORT-IN-BRIEF: August 19th is National Aviation Day, celebrated since 1939 on Orville Wright’s birthday. The Day celebrates aviation history and contributions. DISCUSSION: The Hagerstown Aviation Museum will share how they are preserving local aviation history, undertaking plans for a permanent museum, and engaging the community in aviation events. FISCAL IMPACT: N/A CONCURRENCES: N/A ALTERNATIVES: N/A ATTACHMENTS: N/A AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form Open Session Item SUBJECT: Application for Zoning Map Amendment RZ-22-003 PRESENTATION DATE: August 16, 2022 PRESENTATION BY: Travis Allen, Comprehensive Planner, Department of Planning and Zoning RECOMMENDED MOTION: Approval of the partial termination of the Rural Business Zoning District (RB) at the subject property. REPORT-IN-BRIEF: Application is being made to partially terminate an existing Rural Business floating zone through a rezoning map amendment. DISCUSSION: The applicant Dan and Sharon Blickenstaff seek a map amendment for a property located at 16333 Mount Tabor Road. An existing RB floating zone was most recently established over the parcel in 2014. The current proposal seeks to remove 2.64 acres of the RB floating zone thereby enabling the applicant to pursue single family residential uses on an intended three lot subdivision. Most residential uses are not permitted within the current RB Zoning. The factors to be considered in a request to partially terminate an existing RB zoning district are specified in Section 5E.8 of the Washington County Zoning Ordinance. The applicant must provide a written request as well as a detailed drawing showing surveyed metes and bounds of the requested change so as to determine the remaining limits of the RB floating zone district. The Board of County Commissioners may approve or deny the request without holding a public hearing. This item was presented to the Washington County Planning Commission at their regular meeting on August 1, 2022. The members unanimously recommended approval of the proposed map amendment. FISCAL IMPACT: N/A CONCURRENCES: Washington County Planning Commission ALTERNATIVES: N/A ATTACHMENTS: Staff report, Zoning Exhibit, Request Letter, Planning Commission recommendation, approved Planning Commission minutes AUDIO/VISUAL NEEDS: none Board of County Commissioners of Washington County, Maryland Agenda Report Form County DEPARTMENT OF PLANNING & ZONING PLANNING I ZONING I LAND PRESERVATION I FOREST CONSERVATION I GIS August 3, 2022 APPLICATION FOR MAP AMENDMENT PLANNING COMMISSION RECOMMENDATION Property Owner(s) Dan and Sharon Blickenstaff Applicant(s) Dan and Sharon Blickenstaff Location 16333 Mount Tabor Road, Hagerstown Election District #13 — Maugansville Comprehensive Plan Designation Environmental Conservation Zoning Map 36 Parcel(s) P. 51 Acreage 47.15 acres (Lots 1, 2 & 6 - 2.64 total acres) Existing Zoning RB — Rural Business Requested Zoning EC— Environmental Conservation Date of Meeting August 1, 2022 RECOMMENDATION IR'.O'x010 The Washington County Planning Commission took action at its regular meeting held on Monday, August 1, 2022 to recommend approval of Map Amendment RZ-22-003 to the Board of County Commissioners. The Commission considered the applicant's request for a partial termination of the Rural Business (RB) floating zone on 2.64 acres (covering three parcels) of property at 16333 Mount Tabor Road. The Commission considered the applicant's supporting documentation and the Staff Report and Analysis. Copies of the application packet, justification letter, and Staff Report and Analysis are attached. Respectfully submit /d/, �'Wv GL2ci 1 L. Baker, A I C P Director, Washington County Department of Planning & Zoning JLB/TAL/dse Attachments cc: Kirk Downey 747 Northern Avenue I Hagerstown, MD 21742 I P: 240.313.2430 1 F: 240.313.24311 TDD: 7-1-1 WWW.WASHCO-MDAET June 28, 2022 Jill Baker, Director Washington County Planning Commission 747 Northern Ave Hagerstown, MD 21742 j bakerkwashco-md.net Dear Ms. Baker, Attached is the zoning exhibit requesting the Rural Business (RB) overlay be removed from the land shown as proposed lots 1, 2&6 and revert to the underlying EC zoning district. While the requested land to be removed from the RB district is improved with mobile homes we intend to go through the subdivision process and sell the lots individually. We understand that single family detached homes are not permitted in the RB district which therefore creates the need for this request. Please process as quickly as possible and if you have any questions please feel free to contact us. 0 - W4,14 � (0, 176 1634-' Ivlt Tabor Road Hagerstown, MD 21740 301-790-0269 mthooe@erols.com zkc�-O �'— JUL 0 6 2622 s tirgzcn county "'v2; . of Pial%n:ng & Zoning A D F R O Spade h 0 RUSy RUN RD M 0 l- T AC RDA KAISER a ER C7 .Y Lot Lot =9 tW Q G1 a Lot5 Let Ld2 Loth RUgly Remaining Lands RF syRO Lots 1 and 2 originallya rovetl 1111d/1663 but never recortlerecorded! approved W ti Let 3approved 211011984 recorded at Liber 800 folio 1040 Lots 4 and 5 approved recorded at Plat 3232 U 2 orde Parcel A approved Plat/202q rewda] at Plat (clip 11059 Lot 4 reapproved Parcel approved , re ru 1and21 recorded Lot 5 reapprovedmaltyproved 101 i never recorded orde Lot 8 originally approved 10n3/197P, bid never recodatl VICINITY MAP SCALE 1"=2000' Tracking Notes 1. This resdential subdivision at rs subject to all applicable local state and federal laws q 1 Pv and regulations An further enlial of subdivision of an Icto or remaining lands sea b re9 Y Pd Y 9 tad by this subdivision is subject to the requirements of Me Maryland Annotated Coda Environment e9 Article, Section 9-208 and all applicable local, state and federal laws and regulations. 2. In accordance with the requirements of the Maryland Annotated Code. Environment Article Section 9-209 u recordation of this lat a total of 3 residential lots late buildi Pon p P n9 odes or other division of fend have been createdd from the parent nt Article, or tract since October P P 1 2012. In accartlance with M land Annotated Code Environment Article Section &208 and �Y subject to all other a losable local state and federal laws there are not more than 4 I PP (remaining) residential lots, plats, building arise, s, or or other divisions of land allowed as e wbtlivision_ 3. This residential minor subdivision may but be resubdivided or further subdivided into an any ne l building d unit. Please ride, for a nd deer plat, notes 1 and 2 cant apply. However, any new lot created under a simplified plat and tlended'nol for development' will not be counted toward this 71d limit until such lot is submitted as a residential subdivision final ptaL WASHINGTON COUNTY DEPARTMENT OF WATER QUALITY This plan/plat has been reviewed by the Washington County Department of Water Quality for inclusion into the county capacity management plan for the system that serves this project. Allocation granted for construction shown on this plan/plat shall be in accordance with the capacity management Ian developed for this system based on availability of 9 P Pe Y Y allocation remaining in the facility. SIGNATURE DATE Certificate of Approval of Community Water System and Individual Sewage System I hereby certify that the minimum ownership area complies with the minimum width and minimum area requirements specked in C.O.M.A.R. 26.04.03.03. Such minimum ownershipshall remain equal to the minimum width and minimum area set forth in C.O.M.A.R. 26.04.03.A 2 until community sewers e 9 () tty 9 has been made available. Not more than one principle building may be erected or constructed on a lot or lots contained in the minimum ownership areas established by C.O.M.A.R. 26.04.03.A (2) until community sewerage has been made available. I hereby certify that the use of the community water and/or community sewage system for this subdivision is in conformance with the County Water and Sewerage Plan. Date County Health Officer General Notes 1. 10,000 square feet is hereby reserved for sewage disposal. No permanent physical objects are permitted in this area. 2. Parcels currently served by public water from the City of Hagerstown and private on site septic systems.. 3. There is a 10 ft. wide drainage and utilities easement along all front lot lines and an f . drainage and utilities a g 8 cads ore g a easement along all side and rear lot lines hereby reserved unless otherwise shown hereon. 4. Bearings, distances and coordinates are based on MD Grid NAD83. 5. Soil typesre aas shown hereon. 6. Minimum Building Setbacks: front yard-25; side yard-8; rear yard-25. Lot size and setbacks have been modified in accordance with Section 23.1.0 and S.D.3(2),(3), and (4) of the Washington County Zoning Ordinance. Minimum Building Setback Lines are based on the current Washington County Zoning Ordinance. Accessary structures may be constructed in accordance with Section 4.10 and Section 23.5 (b). Accessory Structures are not permitted without the placement of the principalpermitted structure. Zoned EC - Environmental ronmental Conservation. 7. Total upstream watershed affecting this subdivision: is less than 400 Acres. Ps 9 S. This parcel does not lie in the 100 year flood plain per FEMA Flood Insurance Rate Map, Community Panel No. 24043CO120D dated August 15, 2017 Flood Zone X. 9. Contours based on Washington County Aerial Topography and boundary is based on a field survey performed by FSA, Inc. 10. There are no floedplains, streams, steep slopes and other related buffers, or habitat of threatened or endangered species as required to be shown by Sections 306, 397 and 314 of the Washington County Subdivision Ordinance and Section 4.21 (C&D) of the Washington County Zoning Ordinance. This subdivision is not within 1 000'of the Appalachian Trail. 11. No other domestic potable wells or septics within 100 feet of the Lot Lines. 12. All grading on each lot, done either before or after the construction of a dwelling or their appurtenances, shall be the full responsibility of the lot owner. 13. No permanent structures (fences, sheds, play equipment, retaining walls, etc.) shall be permitted within any storm drainage easement, either shown or described on the Final Plat of Subdivision. 14. This plat has been reviewed and approved per the EC Zoning District. Lot size and setbacks have been modified in accordance with Section 23.1.0 and 5.D.3(2),(3), and (4) of the Washington County Zoning Ordinance. Any developmentloonstmction shall be in accordance with the Washington County Zoning Ordinance currently being enforced. 15. This re was plat prepared without the benefit of a title report and therefore may not indicate II P P P Pa Y d cafe a encumbrances on this ro a P P rty 18. Any development must comply with the Washington CountyStonwater Management, Grading, Sail Erosi on and Sediment Control Ordinance. 17. The remaining lands is not a legally established lot under COMAR 26.04.03 and may not be considered for development unfil such time as either the parcel can be served by a community sewage disposal system or evaluation of the parcel demonstrates that the parcel meets the provisions at forth in the Code of Maryland Regulations for subdivision of land in place at the time the proposal is submitted. Furthermore, development must be consistent with applicable State and County Codes, regulations, and laws, and the parcel may not be served by non -convention means of on -site sewage disposal. 18. Lots 1-2 and 6 as shown on this subdivision plat have been determined to be an exemption lot per section 5B.4 of the Washington County Zoning Ordinance. Lots 1-2 and 6 do not meet density requirements per section 5B.3 of the Zoning Ordinance, thus they cannot be further subdivided. 19. An additional right of way 25 feet in width as measured from the centerline of Mt. Tabor Road is hereby dedicated for the g y y purpose of future road widening. 20. The purpose of this plat is to record the lot configurations as previously approved by the Washington County Planning Commission but never recorded in the Land Records of Washington County,Ma land. Lot 1 and 2 were originally approved 11/1411983. Lot 6 was originally approv ed 70/13/1971. 21. A 20' wide driveway easement over Lots 2 and 6 is hereby established for the benefit of Lots 2 and 6, and the remaining lands, for the purpose of ingress and egress. 22. An 8' wide water line easement is hereby established over Lot 1 for the benefit of Lot 4 as shown hereon. 23. Water lines shown hereon as described by owner and not field verified by FSA. 24. This existing driveway is subject to a right of way serving Lot 1 per a deed recorded at Liber 6843, folio 472 among the Land Records of Washington County, Maryland. approximate location of existing waterline . - 'MT . -TABOR ROAD - - - - - - - - - _.1 150.DO'- -- - -� -------- -Vidal road _--------------�_-_ _ --- _ UP H697 - - __a - - 2g S 50"24'37" E- - - ._..- r-�r�f'- - � - 25' Ded. RNV W r f was ",r- --�-W 6 A FF1-� «Wrn 4S°08 7 E So oc, c xn"cnkov. a en -,e, .-. .--_-.-- _Z=---.i-i�= �e - - - Approx. Loc. of WL - - - - - - - - UP Fi40329 L - - Approx. Los. of WL _ - Approximate Location of / ( - \ I Previously Approved 10,000 S.F. Existing Driveway I I pp I 11 I Septic Reserve Area / See Note #24 Approximate Location of / l / / Previously Approved 10,000 S.F. / / / Septic Reserve Area ( I � �t.WeB 8'W ii / I aterline Easement ( See Note #22 / M.B.S.L. 10' B.R.L. (TYp.)/ / B.R.L. (Typ.) I I/ / / / l N/F Christian Nally�O / / A Liber 6843, folio 472 k"n �/ / / Ica / Lot 4, Plat folio 11059yz i col Approx. Loc. ofrWL�� Existing Dw #1 OWNER DANNY J. BLICKENSTAFF AND SHARON E. BLICKENSTAFF 16345 MT. TABOR ROAD, HAGERSTOWN, MD 21740 IIt ` I` I �540' Septic Lid / / /W /. Approx. Loc. of WL CO �5 / M.B.Q. 8 M.B S.L./ ' Lot 0.92 Acres 0.01 Acre Ded. RTW 0.91 Acres Net / --� i ot1 / / 0.92 Acres I / / t Existing Shed / 0.01 Acre Ded. RIW / I Lid\/ / / 0.91 as Net / I I I xisting Sheds - / / 25' M.B.S.L. _ 14�9.76'' 150.00 / N_49"501 ( N_49°50'37" W\ / Remaining Lands of Danny J. Blickenstaff and Sharon E. Blickenstaff Liber 735, folio 916 47.15 Acres per Tax Records - 0.92 Acres Lot 1 N:730391.71 - 0.92 Acres Lot 2 + E:1084727.63 - 0.80 Acres Lot 6 44.51 Acres Remaining UP H696L� - - JWM Approx. Loc. of WL - - Existing Shared Driveway ,ems ( \ /., See Note#21 / Approximate Location of \ W 0356.71 Previously Approved 10,000 S.F.\ \ \ E:1085227.59 Septic Reserve Area " ( min\ \\\ rJ\ \ / -Septic Lid 4' \ l \ Existing Trailer \% ` #163 3 Ej Elec. Pane 1 1 .J10' B.R.L. (Typ.) / Lot rn rn 0.80 Acres 0.11 Acre Ded. R/W N 0.69 Acres Net 8' M.B.S.L./ J 1 Existing Shed W /26M..BJS.L.' ~ 1/ 150.00, I.P. a -Lr�" N 50T7" I P (Fro )/ Fnd.)� N:730299.75 + E:1085018.14/ / // / / I / ** l ®F MAO a* I.P.(Fnd.) / \ o J / ,�O. 09��2OY 4. LINE BEARING DISTANCE Li N 39"35'23" E 5.38' L2 S 39"35'23" W 30.30' L S 39'35'23" W 3.89' L4 N 39"35'23" E 31.25' LS S 39"35.23" W 1 2 ' * Ai OARX ep w GJ fin"•., * ;q4s * » cn t t a• * AU+ a Dedication for Individuals Ilene do hereby cenify, for ourselves and our personal representatives, heirs and assigns, that IAve are the legal and true owners of the roe shown and described on this plat and that Vwe hereby adopt the Ian of subdivision O property ab P Y P P shown hereon, hereby establish the minimum building restriction lines shown hereon, hereby dedicate to public use all utility and drainage easement areas and all alley, street, and road rights of way designated on this plat, hereby agree to keep open all spaces and recreation areas shown hereon and hereby agree that said dedication shall not impose and responsibility on the Board of County Commissioners of Washington County regarding the subjects of such Po ty ty g ty g g dedications until legal acceptance thereof b said Board and rive hereby reserve the fee simple title to the land 9 P Y Y P underlying said easements, rights of way, open spaces and recreation areas and with regard to said easements and rights of way, hereby agree to convey the same to said Board for the use of said Washington County, without consideration, upon the legal acceptance of said easements and/or rights of way by said Board. This deed and agreement of dedication shall be binding upon my/our grantees, assigns, successors, heirs, and personal representatives. There are no suites, actions at law, leases, liens, mortgages, trusts, easements, or rights of way affecting the property included on this plan of subdivision except the following: and all parties having an interest therein have here unto affixed their signatures, indicating their assent to this plan of subdivision. I/We do hereby assent to this plan of subdivision. Witness our hands and seals this date -• 2,07 -z- ( Seal) Owner: Dann .ldkoywr 1 (Seal) Owner: Sharon E. Blickenstaff Witness Interim Facilities Provision Certification In compliance with C.O.M.A.R. 26.03-01.05 B.(1) and (2), the individual sewer systems are hereby permitted on a temporary interim basis. Future lot owners are advised that the individual systems serving the lots) indicated on this plat are of a temporary interim nature and that connection to a future community system shall be made within one (1) year or less after the system became available. (Seal) Owner: Danny toff ) a. ..6i1t_tY_t..eQM 6 nn Owner: Sharon E. Blickenstaff Real Estate Transfer Declaration of Intent Account # 012865 District 13 Map 36 Grid 3 Parcel 51 Name(s): Danny J. Blickenstaff and Sharon E. Blickenstaff Location: 16349, 16359, and 16363 Mt. Tabor Road, Hagerstown, MD 21740 Current Dead Referencli Liber 735 Folio 916 1 (We), Danny J. Blickenstaff and Sharon E. Blickenstaff, the Owners) of the real property located at 16349, 16359, and 16363 Mt. Tabor Road, Hagerstown, MD 21740, and described in the above referenced deeds) hereby declare my (our) intention to invoke the real estate transfer exemption for the above property, in accordance with the provisions of the Washington County Forest Conservation Program and COMAR 08.19.01.04, for a period of at least five (5) consecutive full taxable years following this date. This declaration grants an exemption for a real estate transfer to provide a security, leasehold or other legal or equitable interest, including a transfer of tide, of a portion of a lot or parcel based on the Washington County Forest Conservation Program. If the Winer makes application for an activity regulated under the Forest Conservalion Program, dears more than 20 000 square feet of fares( or violates the requirements mg q eq rite of a previous Forest Conservation Plan on all or part of the parcel within the five (5) year period, Washington County may require the owner to meet the forest conservation threshold established in the Forest Conservation Program and COMAR 08.19.03, and may also assess a noncompliance fee for forested areas cut in violation of this exemption. I (We) declare, under the penalties of law, that this declaration, including any accompanying forms and statements, has been examined by me (us) and the information contained herein, to the beat of my (our) knowledge, Information, and belief, is true, corred and complete. Signature(s): Z,0 -"Zit "Z_ _ Seal) owner. Damy J Data ` Zit --'Zit Z-- seal) Owner. Sharon E. Blickenstaff Date Land Surveyor's Certification I hereby candy that the plan shown hereon is comet; that it is a subdivision of part of the lands conveyed by Kent N. Oliver and Paul Ottinger, Trustees of Washington County, Maryland, to Danny J. Blickenstaff and Sharon E. Blickenstaff, by deed dated November 19, 1982, and recorded in the Land Records of Washington County, Maryland In Liber No. 735, folio 916; and that stones marked D and/or bars marked O have been placed as indicated. I hereby certify that these documents were prepared by me or under my responsible charge, and that I am a duly licensed Professional Land Surveyor under the Laws of the State of Maryland, License No. LS-10731 Expiration Date 1/16/2024. 21 ZJZ ate Professional Land ury8yor GRAPHIC SCALE 100 ( IN FEET ) I inch = 50 It. Certificate of Approval FINAL APPROVAL GRANTED Mr174M, Soil Area (Ac.) % Date: Wee 0.8 30.9 WeC 1.5 55.9 WeD <0.1 0.3 By. WeF 0.3 12.9 Washington County Planning Commission Final Approval good for one hundred eighty (180) days from above date PLAT NO DATE WASHINGTON COUNTY 8 - 0 k r� .A 2 1?1 N C Q o cn V C O w J c Q � o_ W 7 Cn Q tS 0 ai • to 2 ' mS W U R Q W � W Q � LL Z o_ Cl) CD O i U 0 m Cr m W wi O Z DO g o O _0 cz tL O �- C -C w ca (n O _JLLN-0U) d o r LL 0 C j (n O O � LL J ) O = a< V ¢ Q _Z m H � H W IL Q PROJECTNO. 2022-0073 DWNBY DATE LEJ 1 8.2.2022 PROJECTMANAGER FMF EMAIL FFrederick@fsa-inc.com ELECTrON DISTRICT 13 PROPERTYlNFORWTToN 36-3-51 ACCOUNTNo.012865 SCALE 1" = 50' SHEET TITLE PLAT OF SUBDIVISION SHEET 01 OF 01 Open Session Item SUBJECT: Twenty-four hour shifts for the Emergency Communications Center (ECC) PRESENTATION DATE: August 16, 2022 PRESENTATION BY: Brian Albert, Assistant Director, Emergency Communications; Kelly Fisher, Operations Manager, Emergency Communications RECOMMENDED MOTION: Motion to approve the use of twenty-four (24) hour work shifts for ECC, maintaining the ability for twelve hour (12) work shifts for employees who cannot, or do not want to work twenty-four (24) hour shifts. REPORT-IN-BRIEF: The trial period for twenty-hour (24) work shifts began on April 2nd, 2022 and continues through present day. All employees that desired to remain on a twelve (12) hour shift schedule were permitted to do so. Positive feedback was received from thirty-two (32) employees in an anonymous survey that was sent out by Public Relations (PR). Seven (7) employees have expressed their desire to remain on twelve (12) hour work shifts and found the twenty-four hour work shifts undesirable. DISCUSSION: The ECC can continue with the twenty-four (24) hour work shifts and still accommodate those employees that want to remain on twelve-hour (12) hour work shifts. This will allow Washington County ECC to advertise our open positions with a twenty-four (24) hour work shift. If approved by the BOCC the twenty-four (24) hour work shift option will require an amendment to the Union contract. ECC administration has been in contact with Union leadership during the trial period. The Union Leadership agrees with the twenty-four (24) hour work shift option and is prepared to execute a contract addendum referencing the same. FISCAL IMPACT: Less than $10,000.00 in Overtime. The ECC is able to absorb this increase in the current Overtime budget allotment. CONCURRENCES: Director of Emergency Services ATTACHMENTS: None Board of County Commissioners of Washington County, Maryland Agenda Report Form Open Session Item SUBJECT: Bid Award (PUR-1559) – Contract Services at Transfer Stations and On-Site at Forty West Landfill PRESENTATION DATE: August 16, 2022 PRESENTATION BY: Brandi Naugle, Buyer, Purchasing Department and David Mason, P.E., Deputy Director, Department of Solid Waste. RECOMMENDED MOTION: Move to award the Contract Services at Transfer Stations and On-Site at the Forty West Landfill to responsive, responsible, bidder Panhandle Dumpsters LLC, of Martinsburg, WV based on the Total Sum Bid (Transfer Station Location Nos. 1 through 5) $586,150, plus Alternate No.1 (cardboard transports at Forty West) $8,800.00 for a Total Lump Sum of $594,950 and the procurement is contingent upon the company being registered and providing proof of being in “Good Standing” with the Department of Assessment and Taxation. REPORT-IN-BRIEF: On June 29, 2022 the County advertised to solicit new pricing for these services and on July 27, 2022 accepted bids for the Contract Services at the Transfer Stations and On-Site at Forty West Landfill. The Invitation to Bid (ITB) was advertised in the local newspaper, listed on the State’s Emma (eMaryland Marketplace Advantage) website and the County’s website. Sixteen (16) persons/companies registered and downloaded the bid document on-line. Three (3) bids were received as indicated on the attached bid tabulation matrix. The contract is for a two (2) year period, commencing October 1, 2022, with an option by the County to renew for up to one (1) additional one (1) year period. Subject to written notice given by the County at least sixty (60) calendar days in advance of its expiration. The County reserves the right to accept or reject any request for renewal. The County guarantees neither a maximum/minimum of transports from each location under this contract. DISCUSSION: N/A FISCAL IMPACT Funds are budgeted in the department’s operating expense account (515190- 21-21100). 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-1559 Transfer Stations, On-Site at Forty-West Landfill and Alternate for Cardboard Item Description Qty Unit Price Total Price Unit Price Total Price Unit Price Total Price A.Location No. 1: One (1) Trip - Greensburg Trips 650 $195.29 $126,938.50 $125.00 $81,250.00 $265.45 $172,542.50 B.Location No. 2: One (1) Trip - Kaetzel Trips 300 $207.13 $62,139.00 $130.00 $39,000.00 $349.18 $104,754.00 C.Location No. 3: One (1) Trip - Dargan Trips 180 $230.52 $41,493.60 $125.00 $22,500.00 $386.02 $69,483.60 D.Location No. 4: One (1) Trip - Hancock Trips 180 $185.29 $33,352.20 $130.00 $23,400.00 $370.20 $66,636.00 E.(1) Trip - Forty West Trips 4,200 $78.28 $328,776.00 $100.00 $420,000.00 $92.00 $386,400.00 F. Location No. 6: Cardboard Transports at Forty-West Landfill Trips 80 $174.52 $13,961.60 $110.00 $8,800.00 $100.00 $8,000.00 *Corrected Calculations based on unit pricing Apple Valley Waste Kearneysville, WV $592,699.30 BFI Waste Services, LLC DBA Hagerstown, MD $799,816.10 $8,000.00 $586,150.00TOTAL LUMP SUM (Item No's. A thru E above) TOTAL LUMP SUM (Item No. 6 above)$13,961.60 $8,800.00 Panhandle Dumpsters LLC Martinsburg, WV Bids Opened: 7-27-2022 Open Session Item SUBJECT: Bid Award (PUR-1560) – Recycling Drop-Off Services PRESENTATION DATE: August 16, 2022 PRESENTATION BY: Brandi Naugle, Buyer - Purchasing Department and David Mason – Deputy Director, Department of Solid Waste. RECOMMENDED MOTION: Move to award the contract for Recycling Drop-Off Services under Option No. 1 for the hauling of single stream recyclables to the responsive, responsible bidder BFI /dba Republic Services of Hagerstown, MD for the total sum bid amount of $116, 133.30 and to award under Option No. 2 for the processing of single stream recyclables to Apple Valley Waste of Kearneysville, WV., year one $44,200, year two $50,830 and year three $55,910.40 for the total sum bid amount of $150,940.40 and to award under Alternate No. 1, to BFI/dba Republic Services of Hagerstown, MD., year one $41,600, year two $43,680 and year three $45,864, for the total sum bid amount of $131,144. REPORT-IN-BRIEF: On July 7, 2022 the County advertised to solicit pricing for these services and on August 3, 2022 accepted bids for Recycling Drop-Off Services. The Invitation to Bid was published in the local newspaper, listed on the State of Maryland’s eMMA (eMaryland Market Place Advantage) website and on the County’s website. Nine (9) persons/companies registered/downloaded the bid document on-line. Two (2) bids were received as indicated on the attached bid tabulation. The contract is for a one (1) year period, commencing November 1, 2022, with an option by the County to renew for up to two (2) additional one (1) year period. The County shall only pay for trips as required; there is no annual guaranteed minimum or maximum number of trips. The services consist of the vendor supplying recycling and cardboard containers and the removal, processing, and marketing of recyclables for the manned (Transfer Stations) recycling drop-off sites. If the Bidder wishes to renew the Contract, he/she shall submit a letter of intent to the Director of Purchasing at least ninety (90) calendar days prior to the expiration of each contract year. The County reserves the right to accept or reject any request for renewal. DISCUSSION: N/A FISCAL IMPACT: Funds are budgeted in the FY’23 proposed budget 515150-21-21200. CONCURRENCES: N/A ALTERNATIVES: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form ATTACHMENTS: Bid Matrix Tabulation. AUDIO/VISUAL NEEDS: N/A PUR-1560 Recycling Drop-Off Center Services Item No.Description Qty (One Trip)Qty Unit Price (One Trip)Total Price 1 115 No Bid 115 $235.54 $27,087.10 2 90 No Bid 90 $308.43 $27,758.70 3 20 No Bid 20 $340.98 $6,819.60 4 40 No Bid 40 $327.01 $13,080.40 5 250 No Bid 250 $165.55 $41,387.50 Item No.Description Qty Unit Price (One Trip)Qty Unit Price (One Trip)Total Price 1 1st Year: Processing Single Stream Recyclables 520 $85.00 520 No Bid No Bid 2 2nd Year: Processing Single Stream Recyclables 520 $97.75 520 No Bid No Bid 3 3rd Year: Processing Single Stream Recyclables 520 $107.52 $55,910.40 *520 No Bid No Bid * Total Price $44,200.00 $50,830.00 OPTION NO. 2 - PROCESSING SINGLE STREAM RECYCLABLES BFI Waste Services, LLC DBA Republic Services of Hagerstown, MD OPTION NO. 1 - HAULING OF SINGLE STREAM RECYCLABLES $116,133.30 $150,940.40 No Bid TOTAL SUM BID (Hauling of Single Stream Recyclables Locations 1 thru 5) Three (3) Year Period (Processing Single No Bid Apple Valley Waste Kearneysville, WV Total Price No Bid No Bid No Bid No Bid No Bid Bids Opened: 8-3-22 PUR-1560 Recycling Drop-Off Center Services Item No.Description Qty Unit Price (OneTrip)Qty Unit Price (One Trip)Total Price 4 FIRST YEAR: 8 CY Minimum FEL Segregated Cardboard Containers 416 No Bid 416 $100.00 $41,600.00 5 SECOND YEAR: 8 CY Minimum FEL Segregated Cardboard Containers 416 No Bid 416 $105.00 $43,680.00 6 THIRD YEAR: 8 CY Minimum FEL Segregated Cardboard Containers 416 No Bid 416 $110.25 $45,864.00 Bidding solely on the processing of material. No Bid Apple Valley Waste Remarks/Exceptions *Corrected calculations based on unit pricing ALTERNATE 1 $131,144.00 TOTAL SUM BID Three (3) Year Period (Alternate No. 1) The above rates for Option No. 1 - Hauling of Single Stream Recyclables are based on Hauling the recclables to the Apple Valley Recycling Center located at 16608 Hunters Green Parkway, Hagerstown, MD. Apple Valley Waste Kearneysville, WV BFI Waste Services, LLC DBA Republic Services of Hagerstown, MD Total Price No Bid No Bid No Bid Bids Opened: 8-3-22 Open Session Item SUBJECT: Bid Award (PUR-1557) - Roof Membrane Replacement at IKO Way PRESENTATION DATE: August 16, 2022 PRESENTATION BY: Rick Curry, CPPO, Director - Purchasing Department and Andrew Eshleman, Director – Public Works RECOMMENDED MOTION: Move to award the bid for the Roof Membrane Replacement at 145 IKO Way to the responsive, responsible, bidder Bonded Applicators, Inc. of Waynesboro, PA who submitted the lowest total lump sum amount of $1,094,544 and the procurement is contingent of final approval of the Agreement by the County Attorney’s Office. REPORT-IN-BRIEF: On July 20, 2022, the County accepted bids for the roof replacement project. The Invitation to Bid (ITB) was advertised locally in the newspaper and on the County’s web site, as well as on the State’s Emma “eMaryland Marketplace Advantage” web site. Sixteen (16) vendors were represented at the Pre-Bid Conference/Teleconference. The project is to be substantially completed within forty-five (45) consecutive calendar days of the Notice to Proceed. Thirty (30) persons/companies registered/downloaded the bid document on-line. DISCUSSION: The project consists of removing the existing membrane roof system and insulation down to the deck on the Public Facility Annex Building. Inspect the deck and replace any and all damaged sections, patch and repair openings and vapor barrier. Removal of existing skylights and roof penetration and specified and infill openings with roof decking. Install a new 0.60” TPO roof system with replacement of wall cap. The original roof was installed on the building around 1990. The roof has exceeded its life expectancy and water is infiltrating through the roof. The Contractor will be replacing the existing membrane and installing new TPO roof system with a system that has a twenty-five (25) year warranty. The Bidder shall complete the project within one hundred fifty (150) calendar days. There are liquidated damages that will apply at the rate of two hundred-fifty ($250) dollars per consecutive calendar day each day the Contractor fails to complete the work as specified. FISCAL IMPACT: Funds in the amount of $1,500,000 are budgeted in Capital Improvement Plan (CIP) account 30-11910-BLD100. CONCURRENCES: N/A ALTERNATIVES: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form ATTACHMENTS: Bid Tabulation Matrix AUDIO/VISUAL NEEDS: N/A PUR-1557 Roof Membrane Replacement at 145 IKO Way Building Item No. Item Description Unit Qty Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 Roof Membrane Replacement - Base Bid L.S.Sum $1,832,000.00 $1,832,000.00 $1,090,144.00 $1,090,144.00 $25.13*$2,098,000.00 2 Repair Metal Deck - Unit Price Allowance No. 1 S.F.100 $6.00 $600.00 $16.00 $1,600.00 $20.25 $2,025.00 3 Replace Metal Deck - Unit Price Allowance No. 2 S.F.100 $12.00 $1,200.00 $16.00 $1,600.00 $16.75 $1,675.00 4 Blocking - Unit Price Allowance No. 3 L.F.200 $4.00 $800.00 $6.00 $1,200.00 $8.50 $1,700.00 Bonded Applicators, Inc. Waynesboro, PA Cole Roofing Company, Inc. Baltimore, MD $1,094,544.00 $2,103,400.00 * Corrected calculations based on unit pricing $1,834,600.00 Alpha Omega Construction Group, Inc. New Castle, DE TOTAL LUMP SUM BASE BID AND UNIT PRICE ALLOWANCES 1 Bids Opened: July 20, 2022 PUR-1557 Roof Membrane Replacement at 145 IKO Way Building Item No. Item Description Unit Qty Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 Roof Membrane Replacement - Base Bid L.S.Sum $1,550,000.00 $1,550,000.00 $1,670,000.00 $1,670,000.00 $1,509,870.00 $1,509,870.00 2 Repair Metal Deck - Unit Price Allowance No. 1 S.F.100 $10.00 $1,000.00 $5.00 $500.00 $2.00 $200.00 3 Replace Metal Deck - Unit Price Allowance No. 2 S.F.100 $10.00 $1,000.00 $6.00 $600.00 $15.00 $1,500.00 4 Blocking - Unit Price Allowance No. 3 L.F.200 $5.00 $1,000.00 $4.00 $800.00 $3.50 $700.00 Dynamic General Contracting, LLC Millersville, MD Heidler Roofing Services Hagerstown, MD $1,671,900.00 $1,512,270.00TOTAL LUMP SUM BASE BID AND UNIT PRICE ALLOWANCES Detwiler Roofing, LLC East Earl, PA $1,553,000.00 2 Bids Opened: July 20, 2022 PUR-1557 Roof Membrane Replacement at 145 IKO Way Building Item No. Item Description Unit Qty Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 Roof Membrane Replacement - Base Bid L.S.Sum $1,484,400.00 $1,484,400.00 $1,780,000.00 $1,780,000.00 $1,448,336.00 $1,448,336.00 2 Repair Metal Deck - Unit Price Allowance No. 1 S.F.100 $8.00 $800.00 $6.00 $600.00 $8.00 $800.00 3 Replace Metal Deck - Unit Price Allowance No. 2 S.F.100 $15.00 $1,500.00 $8.00 $800.00 $16.00 $1,600.00 4 Blocking - Unit Price Allowance No. 3 L.F.200 $6.50 $1,300.00 $7.00 $1,400.00 $9.00 $1,800.00 Island Contracting, Inc. Beltsville, MD Houck Services, Inc. Harrisburg, PA Patuxent Roofing & Contracting, Inc. Laurel, MD $1,488,000.00 $1,452,536.00TOTAL LUMP SUM BASE BID AND UNIT PRICE ALLOWANCES $1,782,800.00 3 Bids Opened: July 20, 2022 PUR-1557 Roof Membrane Replacement at 145 IKO Way Building Item No. Item Description Unit Qty Unit Price Total Price Unit Price Total Price 1 Roof Membrane Replacement - Base Bid L.S.Sum $3,026,823.00 $3,026,823.00 $1,990,000.00 $1,990,000.00 2 Repair Metal Deck - Unit Price Allowance No. 1 S.F.100 $6.00 $600.00 $15.00 $1,500.00 3 Replace Metal Deck - Unit Price Allowance No. 2 S.F.100 $16.00 $1,600.00 $15.00 $1,500.00 4 Blocking - Unit Price Allowance No. 3 L.F.200 $12.50 $2,500.00 $8.00 $1,600.00 Ruff Roofing and Sheet Metal, Inc. Baltimore, MD SGK Contracting, Inc. Baltimore, MD TOTAL LUMP SUM BASE BID AND UNIT PRICE ALLOWANCES $3,031,523.00 $1,994,600.00 4 Bids Opened: July 20, 2022 i #Washington County P�� M A R Y L A N D 776 Board of County Commissioners of Washington County, Maryland Open Session Item Agenda Report Form SUBJECT: Construction Bid Award — Professional Boulevard Phase II PRESENTATION DATE: August 16, 2022 PRESENTATION BY: Scott Hobbs, Director, Division of Engineering RECOMMENDED MOTION: Move to conditionally award the Professional Boulevard Phase II contract to the lowest responsive, responsible bidder, Concrete General, Inc. of Gaithersburg, Maryland in the amount of $6,617,402.10 for the base bid plus add alternate which includes a contribution from the City of Hagerstown for the widening of Professional Court from the Professional Boulevard bridge to Eastern Boulevard. Conditional award is based on receiving concurrence in award from the Maryland State Highway Administration (SHA). REPORT -IN -BRIEF: The project was advertised in the Herald Mail, on the County's website, and on the State of Maryland's website, "e-Maryland Marketplace Advantage (eMMA)." Three (3) bids were received and opened on Wednesday, July 27, 2022, as listed below and further detailed on the attached Bid Tabulation. Contractor: Concrete General Rustler Construction Inc. Kinsley Construction Bid Tabulation: $ 6,617,402.10 $ 6,987,064.10 $ 7,180,468.55 The bids have been evaluated and the low bid is in order. The engineer's estimate for this work is $6,100,000 (Base Bid Estimate: $3,200,000, Add Alternate Estimate: $2,900,000). DISCUSSION: The Professional Boulevard Phase II project involves final grading, stormwater management, and paving within the County work limits on the southeast side of the bridge and widening of Professional Court within the City limits from the bridge to Eastern Boulevard. Professional Boulevard benefits include reducing congestion and emergency response times as well as enhancing transportation networks. The project is utilizing Federal Appalachian Regional Commission funding and State Aid funding. This contract managed by the County includes an add alternate for the City's improvements. The Mayor and Council approved the add alternate in a motion on August 9, 2022. The project is recommended for award based on the base bid plus add alternate. The project is a 350 consecutive calendar day contract with an anticipated notice to proceed in October 2022, and completion date in Fall 2023. Bid documents include liquidated damages in the amount of $500.00 per calendar day for work beyond the completion date. FISCAL IMPACT: Professional Boulevard is a budgeted CIP Project using multiple funding sources (RDI055, RDI056, RDI064, RDI071; State Aid Funds, ARC Funds, City Contribution, and Local Funds). CONCURRENCES: N/A ALTERNATIVES: N/A ATTACHMENTS: Aerial Map, Bid Tabulation AUDIOVISUAL TO BE USED: Aerial Map r __ WASHINGTON COUNTY DIVISION OF ENGINEERING BID TABULATION -� � PROFESSIONAL BOULEVARD PHASE II Length of Contract: 350 CCD Bid Opening: JULY 27, 2022 at 3:00 PM Contract No. RD-PB-270-10 SHA CONTRACT No. WA071ZM1 FAP No. APL-3(779)E Concrete General 80008eachcraftAve Gaithersburg, MD 20879 Rustler Construction, Inc. 9209 Old Marlboro Pike Upper Marlboro, MD Kinsley Construction, Inc. 14702 Crown Lane Hagerstown, MD Item No. I Item Unit Quantity Unit Price Total Price Unit Price Total Price Unit Price LTotal Price BASE BID 1001B Clearing & Grubbing LS 1 $100,000.00 $100,000.00 $37 500.00 $37 500.00 $790.00 $790.00 1002B Type B En ' cer's Office LS 1 $50,000.00 $50,000.00 $56 000.00 $56,000.00 $129 500.00 $129 500.00 1003B Maintenance Of Traffic LS 1 $129,000.00 $129,000.00 $50,500.00 $50 500.00 $27 640.00 $27 640.00 1004B Temporary Traffic Signs SF 100 $23.00 $2,300.00 $20.00 $2 000.00 $10.00 $1,000.00 1005B Dnunsfor Maintenance ofTraffic EA 10 $140.00 $1,400.00 $90.00 $900.00 $94.00 $940.00 1006B Type III Barricade for Maintenance of Traffic EA 4 $250.00 $1,000.00 $340.00 $1 360.00 $630.00 $2 520.00 1007B Tem or Orange Construction Fence LF 400 $6.20 $2,480.00 $3.00 $1,200.00 $3.901 $1 560.00 1008B Crusher Run Aggregate Cr-6ForMaintenanceOfTraffic TON 50 $46.00 $2,300.00 $30.00 $1,500.00 $33.00 $1 650.00 1009B Asphalt For Maintenance Of Traffic TON 50 $200.00 $10,000.00 $300.00 $15,000.00 $127.00 $6350.00 1010B Construction Stakeout LS 1 $100,000.00 $100,000.00 $19,150.00 $19,150.00 $56 400.00 $56 400.00 1011131 Mobilization LS 1 $90,000.00 $90,000.00 $88,225.00 $88 225.00 $91 000.00 $91,000.00 1012B Type B Critical Path Construction Schedule LS 1 $6,000.00 $6,000.00 $6,600.001 $6,600.00 $2,300.00 $2,300.00 1013B I Re-establish & Maintain Tree Protection Fencing & Signs from Phase I LF 800 $6.00 $4,800.00 $2.00 $1 600.00 $6.10 $4 880.00 1014B As -Built Drawings LS 1 $1,000.00 $1,000.00 $1,500.00 $1,500.00 $840.00 $840.00 2001B Class i and 2 Excavation CY 5,240 $65.00 $340,600.00 $45.65 $239 206.00 $41.50 $217 460.00 2002B Class 1-A Excavation CY 500 $50.30 $25,150.00 $55.00 $27 500.00 $72.50 $36 250.00 2003B Common Borrow CY 2,600 $15.60 $40,560.00 $33.00 $85 800.00 $35.50 $92 300.00 2004B Test Pit Excavation CY 20 $200.00 $4,000.00 $250.00 $5,000.00 $175.00 $3500.00 2005B I Full Depth Saw Cuts LF 200 $2.00 $400.00 $21.00 $4 200.00 $5.50 $1,100.00 3001B Select Backfdl CY 500 $70.00 $35,000.00 $42.00 $21,000.00 $62.00 $31,000.00 3002B 36" Smooth Polyethylene Pie LF 240 $136.00 $32,640.00 $166.00 $39 840.00 $187.00 $44 880.00 3003B Nonstandard Endwall CY 21 $1,650.00 $34,650.00 $1500.00 $31,500.00 $2,845.00 $59,745.00 3004B 5' Co Cos Opening EA 24 $6,500.00 $156,000.00 $3,927.401 $94,257.60 $3,760.00 $90,240.00 3005B Erosion and Sediment Control Original Excavation CY 70 $25.00 $1,750.00 $27.00 $1,890.00 $44.50 $3 115.00 3006B I Erosion and Sediment Control Cleanout Excavation CY 7 $142.00 $994.00 $35.00 $245.00 $62.00 $434.00 3007B Earth Dike LF 100 $12.00 $1,200.00 $7.00 $700.00 $6.50 $650.00 3008B Diversion Fence LF 503 $15.50 $7,796.50 $11.00 $5 533.00 $21.50 $10,814.50 3009B Silt Fence LF 70 $4.40 $308.00 $5.00 $350.00 $7.70 $539.00 3010B Super Silt Fence LF 1,558 $14.401 $22,435.20 $9.50 $14,801.00 $13.35 $20 799.30 301113 Temporary Gabion Outlet Structure EA 1 $4,600.00 $4,600.00 $3,000.00 $3,000.00 $4,920.00 $4 920.00 3012B Inlet Protection EA 25 $350.00 $8,750.00 $300.00 $7500.00 $520.00 $13,000.00 3013B 2 inch to 3 inch stone for sediment control TON 5 $132.00 $660.00 $65.00 $325.00 $211.00 $1 055.00 3014B Class I Riprap for Slope and Channel Protection SY 186 $86.00 $15,996.00 $107.00 $19,902.00 $62.00 $11 532.00 3015B Bottom Cutoff Walls for Class I Riprap LF 144 $25.00 $3,600.00 $1.00 $144.00 $35.50 $5,112.00 3016B Remove and Adjust Existing Riprap SY 199 $50.00 $9,950.00 $17.00 $3,383.00 $31.50 $6,268.50 3017B No 57 Aggregate For Stormwater Management Facilities CY 492 $120.001 $59,040.00 $45.00 $22,140.00 $71.50 $35,178.00 3018B Pea Gravel CY 115 $160.00 $18,400.00 $133.00 $15 295.00 $65.40 $7,521.00 3019B 6 Inch Sub -Drain Pie LF 1,806 $35.00 $63,210.00 $18.00 $32 508.00 $27.50 $49,665.00 3020B 30 Mil Synthetic Liner SY 300 $50.00 $15,000.00 $15.00 $4,500.00 $65.00 $19 500.00 3021B Bioretention Soil Mixture CY 919 $148.00 $136,012.00 $99.00 $90,981.00 $113.00 $103 847.00 3022B SWM Facility As -Built Certification LS 1 $1.00 $1.00 $10 870.00 $10,870.00 $16,920.00 $16,920.00 3023B Access Road with Cellular Confinement Load Support System SY 169 $75.00 $12,675.00 $75.001 $12 675.00 $82.501 $13 942.50 3024B Flowable Fill CY 60 1 $300.001 $18,000.00 $350.00 $21 000.00 $246.001 $14 760.00 4001B Metal Handrail LF 200 $388.00 $77,600.00 $259.00 $51,800.00 $300.00 $60,000.00 4002B HSS Rail LF 35 $360.00 $12,600.00 $375.00 $13,125.00 $200.00 $7,000.00 5001B Superpave Asphalt Mix 12.5mm for Surface, PG 64H-22, Level 2 TON 3,400 $100.70 $342,380.00 $99.89 $339,626.00 $110.00 $374,000.00 5002B Suerpave Asphalt Mix 19.0mm for Base, PG 64-22, Level 2 TON 4,000 $91.20 $364,800.00 $90.00 $360,000.00 $103.00 $412,000.00 5003B Price Ad'ustmentfor Asphalt Binder EA 50,000 $1.001 $50,000.00 $1.00 $50000.00 $1.00 $50000.00 5004B Price Adjustment for Pavement Density EA 25,000 1 $1.001 $25,000.00 $1.00 $25,000.00 $1.00 $25,000.00 5005B Price Adjustment for Asphalt Mix EA 25,000 $1.00 $25,000.00 $1.00 $25000.00 $1.00 $25,000.00 5006B Milling Asphalt Pavement 0Inch to 2 Inch SY 2,250 $2.74 $6,165.00 $2.70 $6,075.00 $6.00 $13,500.00 5007B 15 Inch White Contrast Pavement Marking Tape LF 205 $11.00 $2,255.00 $11.00 $2,255.00 $12.80 $2,624.00 5008B 5 Inch Yellow Contrast Pavement Marking Tape LF 790 $11.00 $8,690.00 $11.00 $8,690.00 $12.70 $10,033.00 5009B 5Inch White Thermoplastic Pavement Marking Lines LF 2,170 $1.00 $2,170.00 $1.00 $2,170.00 $1.40 $3,038.00 5010B 5 Inch Yellow Thermoplastic Pavement Marking Lines LF 3,700 $1.00 $3,700.00 $0.98 $3,626.00 $1.40 $5,180.00 5011B 24 Inch White Preformed Thermoplastic Pavement Marking Lines LF 1 50 $16.001 $800.00 $16.00 $800.00 $30.00 $1,500.00 5012B White Preformed Thermoplastic Pavement Marking Legends And Symbols SF 155 1 $28.001 $4,340.00 $27.50 $4,262.50 $30.00 $4,650.00 5013B Removal Of Existing Pavement Marking Lines, Any Width LF 100 $4.20 $420.00 $2.20 $220.00 $45.00 $4,500.00 6001B Standard Type A Combination Curb & Gutter (Sha Std. No. Md 620.02) LF 14,200 $28.00 $397,600.00 $35.00 $497,000.00 $28.501 $404 700.00 6002B 5 Inch Concrete Sidewalk SF 23,100 $11.00 $254,100.00 $12.36 $285 516.00 $8.90 $205,590.00 6003B Free Standing Concrete Barrier LF 39 $442.00 $17,238.00 $793.50 $30,946.50 $1,160.00 $45,240.00 6004B Traffic Barrier W Beam (Sha Sid. No. Md 605.22 LF 315 $44.00 $13,860.00 $43.50 $13,702.50 $44.60 $14 049.00 6005B Traffic Barrier Thrie Beam Anchorage at Vertical Face (SHA Std. Md 605.41 EA 2 1 $4,700.001 $9,400.00 $4,675.00 $9,350.00 $4 800.00 $9 600.00 6006B Type C Traffic Barrier End Treatment (Sha Sid. No. Md 605.03 EA 4 $4,100.00 $16,400.00 $4 125.00 $16,500.00 $4,230.00 $16,920.00 7001B PlacingSalvaged Topsoil 4 Inch Depth SY 13,000 $1.00 $13,000.00 $5.00 $65,000.00 $3.30 $42,900.00 7002B PlacingFurnished Topsoil 4 Inch Depth SY 1,000 $18.90 $18,900.00 $10.00 $10,000.00 $12.30 $12300.00 7003B Turf ass Establishment SY 9,377 $2.00 $18,754.00 $1.00 $9377.00 $1.75 $16409.75 7004B Refertilizin , All Areas where Tuf ass is Installed SY 10,561 $0.10 56.1 $0.65 $6,864.65 $0.60 $6,336.60 7005B Turf ass Sod Establishment SY 1,741 $8.00 $13,928.00 $6.00 $10,446.00 $13.50 $23503.50 7006B Type A Soil Stabilization MattingSY 3,707 $5.00 $18,535.00 $3.25 $12,047.75 $2.20 $8155.40 7007B Acerrubnrrn'Armstron ' 3" Cal. B&B EA 22 $670.00 $14,740.00 $665.00 $14,630.00 $705.00 $15,510.00 7008B Acer rubrum'October Glo ' 3" Cal., B&B EA 12 $670.00 $8,040.00 $666.00 $7,992.00 $705.00 $8 460.00 7009B Acer sacchannn'Fall Fiesta' 3" Cal., B&B EA 19 $693.00 $13,167.00 $688.00 $13,072.00 $730.00 $13 870.00 7010B Carpinus caroliniana 3" Cal., B&B EA 18 $670.00 $12,060.00 $665.00 $11,970.00 $705.00 $12,690.00 7011B Celtis occidentalis 3" Cal. B&B EA 24 $693.00 $16,632.00 $687.00 $16,488.001 $730.00 $17 520.00 7012B Gleditsia triacanthos var. inemris'S line' 3" Cal. B&B EA 11 $670.001 $7,370.00 $665.00 $7 315.00 $705.00 $7 755.00 7013B N ssa s lvatica 3" Cal., B&B EA 2 $693.00 $1,386.00 $688:00 $1 376.00 $730.00 $1 460.00 7014B I Platanus occidentalis 3" Cal. B&B EA 23 $670.001 $15.410.00 $666.00 $15 318.00 $705.00 $16 215.00 Contract No. RD-PB-270-10 SHA CONTRACT No. WA071ZMI FAP No. APL-3(779)E Concrete General 8000 Beachcraft Ave Gaithersburg, MD 20879 Rustler Construction, Inc. 9209Old MarlboroPike Upper Marlboro, MD Kinsley Construction, Inc. 14702 Crown Lane Hagerstown, MD Item No. Item Unit Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price 7015B uercus bicolor 3" Cal., B&B EA 7 $670.00 $4,690.00 $665.00 $4,655.00 $705.00 $4,935.00 7016B Quercus coccinea 3" Cal. B&B EA 6 $670.00 $4,020.00 $665.00 $3,990.00 $705.00 $4,230.00 7017B Quercus rubra 3" Cal., B&B EA 11 $670.00 $7,370.00 $665.00 $7 315.00 $705.00 $7,755.00 7018B Tilia cordata'Greens ire 3" Cal. B&B EA 24 $670.00 $16,080.00 $666.00 $15 984.00 $705.00 $16 920.00 7019B Ulmus americana'Princeton' 3" Cal. B&B EA 10 $670.00 $6,700.00 $665.00 $6,650.00 $705.00 $7 050.00 7020B Zelkova serrata'Green Vase' 3" Cal. EA 3 $670.00 $2,010.00 $665.00 $1 995.00 $705.00 $2,115.00 7021B I Juni eras horizontalis'Blue Chi ' #3 Cont. EA 73 $53.00 $3,869.00 $53.00 $3 869.00 $65.001 $4,745.00 7022B S ecimen Tree Felling outside LOD per LTE direction LS 1 $2,500.00 $2,500.00 $18,700.00 $18,700.00 $18,160.00 $18,160.00 8001B 2 Lbs. Per Foot Steel U-Chanel Post EA 23 $82.00 $1,886.00 $130.00 $2 990.00 $206.00 $4 738.00 8002B Sheet Aluminum Signs SF 160 $44.00 $7,040.00 $32.00 $5120.00 $35.00 $5,600.00 8003B Remove Existing Ground Mounted Signs and Supports SF 33 $8.00 $264.00 $10.00 $330.00 $21.40 $706.20 8004B Wood Sign Support 6 inch x 8 inch LF 14 $31.001 $434.001 $22.00 $308.00 $81.25 $1,137.50 8005B Band Sign to Sign Support EA 1 $260.001 $260.001 $150.00 $150.00 $293.50 $293.10 8006B OverlayExistingGround Mounted Signs SF 2 $52.00 $104.00 $45.00 $90.00 $135.50 $271.00 BASE BID TOTAL ADD ALTERNATE $3,434,380.80 $3,118,787.50 $3,219,283.25 1001A Clearing & Grubbing LS 1 $12,700.00 $12,700.00 $18,000.00 $18,000.00 $25,200.00 $25,200.00 1002A Maintenance Of Traffic LS 1 $5,000.00 $5,000.00 $38,400.00 $38,400.00 $115,410.00 $115 410.00 1003A Arrow Panel UD 30 $75.00 $2,250.00 $30.00 $900.00 $37.50 $1,125.00 1004A Temporary Traffic Signs SF 350 $19.00 $6,650.00 $20.00 $7 000.00 $11.50 $4 025.00 1005A 5 Inch Yellow Removable Preformed Pavement Line Markings LF 6,000 $1.50 $9,000.00 $1.65 $9 900.00 $4.00 $24 000.00 1006A 5 Inch White Removable Preformed Pavement Line Markings LF 12,000 $1.50 $18,000.00 $1.65 $19 800.00 $4.00 $48 000.00 1007A I Removal Of Removable Preformed Pavement Markings - Any Width LF 18,000 $0.25 $4,500.00 $0.30 $5,400.00 $1.00 $18,000.00 1008A Drums for Maintenance of Traffic EA 80 $80.00 $6,400.00 $90.00 $7 200.00 $98.00 $7,840.00 1009A Type III Barricade for Maintenance of Traffic EA 2 $250.00 $500.00 $380.00 $760.00 $630.00 $1 260.00 1010A Fla ger HR 90 $142.00 $12,780.00 $38.00 $3 420.00 $74.50 $6 705.00 1011A Temporary Orange Construction Fence LF 2,400 $4.00 $9,600.00 $2.50 $6,000.00 $3.80 $9,120.00 1012A Remove And Reset Temporary Orange Constriction Fence LF 1,200 $4.00 $4,800.00 $1.50 $1,800.00 $4.20 $5 040.00 1013A Crusher Run Aggregate Cr-6 For Maintenance Of Traffic TON 600 $62.00 $37,200.00 $25.50 $15,300.00 $33.00 $19 800.00 1014A I Asphalt For Maintenance Of Traffic TON 600 $240.00 $144,000.00 $130.00 $78,000.00 $125.00 $75 000.00 1015A Constriction Stakeout LS 1 $21,000.00 $21,000.00 $19,600.00 $19 600.00 $33 840.00 $33,840.00 1016A Mobilization LS 1 $10,000.00 $10,000.00 $115,000.00 $115 000.00 $125,000.00 $125 000.00 1017A Type B Critical Path Construction Schedule LS 1 $1.00 $1.00 $1,800.00 $1800.00 $1,150.00 $1150.00 1018A Tree Protection Fencing TOCF LF 858 $4.00 $3,432.00 $3.001 $2 574.00 $4.20 $3,603.60 1019A As-BuiltDrawings LS 1 1 $1,000.001 $1,000.00 $1,500.00 $1 500.00 $1 680.00 $1 680.00 2001A I Class 1 and 2 Excavation CY 2,000 $69.10 $138,200.00 $44.00 $88 000.00 $98.00 $196,000.00 2002A Class 1-A Excavation CY 200 $69.10 $13,820.00 $85.00 $17 000.00 $105.00 $21,000.00 2003A Common Borrow CY 100 $35.60 $3,560.00 $35.00 $3,500.00 $61.00 $6100.00 2004A Test Pit Excavation CY 23 $200.00 $4,600.00 $165.00 $3 795.00 $470.00 $10,810.00 2005A Existing Pavement Removal CY 50 $74.00 $3,700.00 $60.00 $3 000.00 $66.00 $3 300.00 2006A Full Depth Saw Cuts LF 5,000 1 $1.00 $5,000.00 $0.01 $50.00 $3.60 $18,000.00 2007A Geos)mthetic Stabilized Subgrade using GAB CY 500 $49.00 $24,500.00 $45.00 $22,500.00 $59.00 $29,500.00 3001A Select Backfill CY 200 $66.00 $13,200.00 $44.00 $8 800.00 $63.50 $12,700.00 3002A 15" Reinforced Concrete Pipe, Class IV LF 2 $195.00 $390.00 $340.00 $680.00 $680.00 $1,360.00 3003A 18" Reinforced Concrete Pipe, Class IV LF 413 $97.00 $40,061.00 $91.00 $37 583.00 $206.00 $85 078.00 3004A 14" x 23" Elliptical Reinforced Concrete Pipe, Class IV LF 162 $143.00 $23,166.00 $154.30 $24 996.60 $300.00 $48 600.00 3005A 19" x 30" Elliptical Reinforced Concrete Pipe, Class IV LF 341 1 $178.00 $60,698.00 $179.10 $61 073.10 $350.00 $119 350.00 3006A 24" x 38" Elliptical Reinforced Concrete Pipe, Class IV LF 129 $223.00 $28,767.00 $205.00 $26 445.00 $390.00 $50,310.00 3007A I Removal of Existing Pie LF 274 $32.00 $8,768.00 $40.00 $10960.00 $126.00 $34,524.00 3008A Pipe Connection EA 2 $1,100.00 $2,200.00 $3,500.00 $7000.00 $1790.00 $3,580.00 3009A 10' Co Inlet- Min. Depth EA 9 $6,500.00 $58,500.00 $6,655.00 $59,895.00 $13 600.00 $122 400.00 3010A 15' Cos Inlet- Min. Depth EA 2 $6,900.00 $13,800.00 $9,632.00 $19 264.00 $15,420.00 $30 840.00 3011A Shallow Manhole 4 ft Square with Type D Frame and Cover - Min. Depth EA 2 $5,000.00 $10,000.00 $3 800.00 $7,600.00 $10,200.00 $20,400.00 3012A 48" Diameter Manhole For 12" To 24" Pipes -Min Depth EA 2 $4,500.00 $9,000.00 $3,100.00 $6 200.00 $9 530.00 $19,060.00 3013A 60" Diameter Manhole For 27" To 36" Pipes -Min Depth EA 4 $5,700.00 $22,800.00 $4 840.00 $19,360.00 $11,740.00 $46,960.00 3014A I Mix 2 Concrete for Misc. Structures CY 6 $1,000.00 $6,000.00 $100.00 $600.00 $420.00 $2,520.00 3015A Inlet Protection EA 11 $317.00 $3,487.00 $300.00 $3 300.00 $400.00 $4 400.00 3016A Class I Riprap for Slope and Channel Protection SY 51 $86.001 $4,386.00 $101.60 $5,181.60 $75.00 $3 825.00 3017A Bottom Cutoff Walls for Class I Riprap LF 17 $25.001 $425.00 $1.00 $17.00 $24.70 $419.90 3018A FlowableBackfiillfor Pipe Abandonment CY 3 $510.001 $1,530.00 $700.00 $2,100.00 $450.00 $1,350.00 3019A 4 Inch Sub -Drain Pie LF 44 $30.00 $1,320.00 $20.00 $880.00 $59.00 $2,596.00 3020A 6Inch Sub -Drain Pie LF 19 $30.00 $570.00 $24.00 $456.00 $53.80 $1,022.20 3021A 12'x4' Filter Inlet with Sedimentation Chamber EA 1 $36,000.00 $36,000.00 $51,100.001 $51,100.00V33 $36,530.00 3022A 16'x4' Filter Inlet with Sedimentation Chamber EA 3 $40,000.00 $120,000.00 $59,900.00 $179 700.00 $131 490.00 3023A 19'x4' Filter Inlet with Sedimentation Chamber EA 1 $50,000.00 $50,000.00 $74,550.00 $74 550.00 $57620.00 3024A 19'x6'Filter Inlet with Sedimentation Chamber EA 1 $74,000.00 $74,000.00 $80,400.00 $80,400.00 $66,550.00 3025A SWM Facili As -Built Certification LS 1 $1.00 $1.00 $4,560.00 $4,560.00 $5,640.00 4000A n/a 5001A Graded Aggregate Base - 8 Inch Depth SY 2,200 $15.00 $33,000.00 $11.00 $24 200.00 $13.60 $29,920.00 5002A Superpave Asphalt Mix 12.5mm for Surface, PG 64H-22, Level TON 1,200 $96.10 $115,320.00 $101.50 $121 800.00 $118.00 $141,600.00 5003A Superpave Asphalt Mix 19.0mm for Base, PG 64-22, Level 2 TON 2,600 $87.00 $226,200.00 $91.15 $236 990.00 $103.00 $267 800.00 5004A Price Adjustment for Asphalt Binder EA 25,000 $1.00 $25,000.00 $1.00 $25 000.00 $1.00 $25 000.00 5005A Price Adjustment for Pavement Density EA 12,500 $1.00 $12,500.00 $1.00 $12500.00 $1.00 $12,500.00 5006A Price Adjustment for Asphalt Mix EA 12,500 $1.00 $12,500.00 $1.00 $12500.00 $1.00 $12,500.00 5007A Milling Asphalt Pavement 0 Inch to 2 Inch SY 4,700 $2.40 $11,280.00 $2.50 $11 750.00 $5.80 $27 260.00 5008A 8 Inch Portland Cement Concrete Pavement for Driveway, Mix 9 SY 350 $108.00 $37,800.00 $150.60 $52,710.00 $185.00 $64 750.00 5009A 5 hich White Thermoplastic Pavement Marking Lines LF 830 $1.80 $1,494.00 $1.00 $830.00 $1.70 $1 411.00 5010A 5hichYellow Thermoplastic Pavement Marking Lines LF 625 $1.80 $1,125.00 $1.00 $625.00 $1.80 $1,125.00 5011A 12 Inch White Preformed Thermoplastic Pavement Marking Lines LF 400 $5.30 $2,120.00 $5.50 $2,200.00 $8.50 $3 400.00 5012A 24Inch White Preformed Thermoplastic Pavement Marking Lines LF 120 $15.00 $1,800.00 $16.001 $1,920.00 $16.90 $2028.00 5013A White Preformed Thermoplastic Pavement Marking Legends And Symbols SF 134 $27.00 $3,618.00 $27.50 $3,685.00 $30.001 $4 020.00 5014A Removal Of Existing Pavement Marldgg Lines, Any Width LF 670 $2.60 $1,742.00 $2.20 $1474.00 $6.80 $4556.00 5015A Removal Of Existing Pavement Letters, Symbols, Arrow, And Numbers SF 31 $6.00 $186.00 $5.50 $170.50 $11.30 $350.30 5016A Graded Aggregate Base-12InchDepth SY 490 $23.00 $11,270.00 $20.70 $10,143.00 $28.00 $13720.00 Contract No. RD-PB-270-10 SHA CONTRACT No. WA071ZMI FAP No. APL-3(779)E Concrete General 80008eachcraftAve Gaithersburg, MD 20879 Rustler Construction, Inc. 9209 Old Marlboro Pike Upper Marlboro, MD Kinsley Construction, Inc. 14702 Crown Lane Hagerstown, MD Item No. Item Unit Quantity Unit Price Total Price Unit Price T Total Price Unit Price Total Price 6001A Standard Type A Combination Curb & Gutter (Sha Std. No. Md 620.02 LF 3,100 $26.00 $80,600.00 $35.50 $110 050.00 $38.30 $118,730.00 6002A Standard Type C Combination Curb & Gutter (Sha Std. No. Md 620.02-01 LF 520 $24.00 $12,480.00 $35.10 $18 252.00 $38.10 $19,812.00 6003A Monolithic Concrete Median 2 Feet Wide LF 450 $54.00 $24,300.00 $138.00 $62,100.00 $50.80 $22,860.00 6004A 4Inch Concrete Sidewalk SF 9,000 $8.00 $72,000.00 $11.16 $100,440.00 $9.80 $88 200.00 6005A Relocate Vinyl Fencing LF 20 $132.00 $2,640.00 $135.00 $2 700.00 $141.00 $2,820.00 6006A Detectable Warning Surface SF 100 $49.00 $4,900.00 $66.00 $6,600.00 $39.50 $3 950.00 7001A Placing Salvaged Topsoil 4 Inch Depth SY 550 $1.00 $550.00 $5.00 $2,750.00 $12.70 $6,985.00 7002A Placing Furnished Topsoil 4 Inch Deth SY 1 100 1 $24.60 $2,460.00 $10.00 $1 000.00 $26.00 $2,600.00 7003A Turf ass Establishment SY 514 $2.00 $1,028.00 $1.00 $514.00 $3.80 $1,953.20 7004A Refertilizin , All Areas where Turf ass is Installed SY 633 $0.10 $63.30 $0.70 $443.10 $1.50 $949.50 7005A Turf ass Sod Establishment SY 43 $24.601 $1,057.80 $8.00 $344.00 $52.50 $2 257.50 7006A Acer rubnun'October Glo ' 3" Cal., B&B EA 6 $640.00 $3,840.00 $665.00 $3,990.00 $705.00 $4 230.00 7007A Gleditsia tdacanthos var. inermis'Sk- line' 3" Cal., B&B EA 5 $640.00 $3,200.00 $666.00 $3 330.00 $705.00 $3 525.00 7008A Tilia cordata'Greens ire' 3" Cal., B&B EA 7 $640.00 $4,480.00 $665.00 $4 655.00 $705.00 $4,935.00 7009A Ulmus americana'Princeton' 3" Cal. B&B EA 4 $640.00 $2,560.00 $666.00 $2 664.00 $705.00 $2,820.00 7010A Zelkova serrata'Grcen Vase 3" Cal. EA 3 $640.00 $1,920.00 $666.00 $1 998.00 $705.00 $2 115.00 7011A Juni eras horizontalis'Blue Chi ' #3 Cont. EA 73 $50.00 $3,650.00 $53.00 $3,869.00 $65.00 $4,745.00 7012A Tree Root Pruning LF 858 $7.001 $6,006.00 $7.70 $6,606.60 $2.00 $1,716.00 8001A Concrete For Light Foundation CY 15 $3,150.00 $47,250.00 $1,991.00 $29,865.00 $2,090.00 $31350.00 8002A 2 Lbs. Per Foot Steel U-Channel Post EA 31 $190.00 $5,890.00 $128.00 $3,968.00 $206.00 $6,386.00 8003A Band Sign To Sign Support EA 3 $260.00 $780.00 $120.00 $360.00 $295.00 $885.00 8004A No. 6 A-,vg Stranded Bare Copper Ground Wire LF 1 6,100 $3.70 $22,570.00 $1.93 $11,773.00 $2.401 $14,640.00 8005A Ground Rod - 5/8 Inch Diameter X 8 Foot Length EA 25 1 $285.00 $7,125.00 $143.00 $3 575.00 $141.00 $3,525.00 8006A 2 Inch Schedule 40 Rigid Pvc Conduit -Trenched LF 2,150 $24.00 $51,600.00 $11.00 $23 650.00 $26.00 $55,900.00 8007A 2Inch Schedule 80 Rigid Pvc Conduit -Bored LF 2,105 $108.00 $227,340.00 $17.60 $37 048.00 $36.00 $75,780.00 8008A 12Inch Schedule 80 Rigid Pvc Conduit -Slotted LF 1,650 $145.00 $239,250.00 $33.00 $54,450.00 $63.00 $103,950.00 8009A 50W LED Luminaire and Photocell for Decorative Hess Canto G EA 28 $2,200.00 $61,600.00 $6,600.00 $184,800.00 $4,290.00 $120,120.00 8010A I 08W LED Cobrahead RoadwayLuminaire And Photocell EA 21 $1,040.00 $21,840.00 $825.00 $17326.00 $900.00 $18900.00 8011A 23 Foot Decorative Hess Canto G Steel Light Pole - Double Bracket Ann EA 15 $18,500.00 $277,500.00 $7,700.001 $115,500.00 $31 580.00 $473,700.00 8012A 30 Foot Aluminum Light Pole - 8 Foot Bracket Arm EA 21 1 $3,100.001 $65,100.00 $3 740.00 $78,540.00 $3 440.00 $72 240.00 8013A Maintain Existing Roadway Lighting LS 1 $8,500.00 $8,500.00 $1,694.00 $1,694.00 $7,050.00 $7,050.00 8014A Cable - 1 Conductor, No 6 ANvg, Type Mp LF 19,480 $3.30 $64,284.00 $2.09 $40 713.20 $3.00 $58,440.00 8015A I Cable - 1 Conductor No 10 Aw , Type Thwn/Thhn, 600V LF 4,650 $2.50 $11,625.00 $0.99 $4,603.50 $1.60 $7,440.00 8016A GTAP Connector Kit EA 122 $143.00 $17,446.00 $88.00 $10 736.00 $107.00 $13 054.00 8017A Fuse With Holder EA 49 $103.00 $5,047.00 $3 850.00 $188,650.00 $124.001 $6 076.00 8018A Lighting Junction Box - 13 Inch X 24Inch X 18 Inch (H3) EA 22 $1,400.00 $30,800.00 $973.50 $21 417.00 $1,970.001 $43,340.00 8019A LIGHTING JUNCTION BOX -17INCH X30INCH X18INCH 1-13 EA 1 $1,800.001 $1,800.00 $1,430.00 $1430.00 $2,090.001 $2,090.00 8020A Sheet Aluminum Signs SF 189 $22.00 $4,158.00 $4,277.00 $808 353.00 $34.30 $6,482.70 8021A Relocate Existing Ground Mounted Signs SF 2 $108.00 $216.00 $25.00 $50.00 $43.20 $86.40 8022A Remove Existing Ground Mounted Signs And Supports SF 40 $42.00 $1,680.00 $10.00 $400.00 $17.50 $700.00 8023A Remove And Dispose Of Existing Lighting Infrastructure LS 1 $2,600.00 $2,600.00 $4,277.00 $4,277.00 $5,640.00 $5.640.00 8024A Concrete For Signal Foundation CY 4 $3,100.00 $12,400.00 $2,354.00 $9,416.00 $3530.00 $14,120.00 8025A Ground Rod - 3/4Inch Diameter X 10 Foot Length EA 1 1 $295.00 $295.00 $174.00 $174.001 $135.00 $135.00 8026A 2 Inch Schedule 80 Rigid Pvc Conduit -Trenched LF 90 $26.001 $2,340.00 $28.60 $2 574.00 $25.00 $2,250.00 8027A 3 Inch Schedule 80 Rigid Pvc Conduit -Trenched LF 35 $31.00 $1,085.00 $35.20 $1,232.00 $29.60 $1,036.00 8028A 3 Inch Schedule 80 Rigid Pvc Conduit -Bored LF 45 $137.00 $6,165.00 $35.20 $1,584.00 $39.60 $1 782.00 8029A 4 Inch Schedule 80 Rigid Pvc Conduit -Slotted LF 90 $152.00 $13,680.00 $103.00 $9 270.00 $85.00 $7 650.00 8030A Noninvasive Detector, 1000 Foot Lead In Cable EA 2 $3,600.00 $7,200.00 $3,108.00 $6,216.00 $3,670.00 $7 340.00 8031A Electrical Cable - 2 Conductor o. 14 Aw LF 1,100 $3.10 $3,410.00 $1.93 $2 123.00 $1.70 $1,870.00 8032A Electrical Cable - 5 Conductor o. 14 Aw LF 965 $3.70 $3,570.50 $2.31 $2 229.15 $2.60 $2 509.00 8033A Electrical Cable - 7 Conductor o. 14 Aw LF 1 1,715 $4.10 $7,031.50 $2.75 $4,716.25 $2.80 $4,802.00 8034A Traffic Signal Handbox 20.5Inch x 13.5 inch 12.75 inch TS-020 EA 1 $1,700.00 $1,700.00 $1,870.00 $1,870.00 $2,540.00 $2,540.00 8035A Electrical Handhole (Sha Standard) EA 2 $4,100.00 $8,200.00 $1,870.00 $3 740.00 $2 260.00 $4,520.00 8036A Sheet Aluminum Traffic Signal Signs SF 135 $56.00 $7,560.00 $83.00 $11,205.00 $56.60 $7,641.00 8037A 12 Inch LED Vehicular Traffic Signal Head Section EA 48 $390.00 $18,720.00 $418.00 $20,064.00 $420.00 $20,160.00 8038A 16 Inch LED Countdown Pedestrian Signal Head EA 3 $583.00 $1,749.00 $864.00 $2,592.00 $960.00 $2 880.00 8039A IP-Based Video Detection Camera & Any Length Lead -In Cable EA 4 $10,500.00 $42,000.00 $10 333.00 $41,332.00 $9 980.00 $39,920.00 8040A Video Interface Equipment EA 1 $4,100.00 $4,100.00 $6424.00 $6,424.00 $5,640.00 $5,640.00 8041A Discriminator Module, 4 Channel, No. 764 EA 1 $3,900.00 $3,900.00 $4,730.00 $4 730.00 $4,000.00 $4,000.00 8042A I O ticomNo.721 Detector Eye EA 3 $1,100.00 $3,300.00 $1 265.00 $3,795.00 $900.00 $2,700.00 8043A 14 Conductor O ticom Cable LF 740 $3.28 $2,427.20 $2.20 $1,628.00 $1.70 $1 258.00 8044A Audible/Tactile Pedestrian Pushbutton Station And Sign EA 7 $1,000.00 $7,000.00 $908.00 $6 356.00 $1 130.00 $7 910.00 8045A 2-Wire A s Central Control Unit EA 1 $3,500.001 $3,500.00 $4 180.00 $4,180.00 $5,080.00 $5 080.00 8046A 5 Foot Break-aNvay Pedestal Pole Powder Coated Hadco Green EA 4 1 $1,200.001 $4,800.00 $1 788.00 $7,152.00 $2 260.00 $9 040.00 8047A 10 Foot Break-a%vay Pedestal Pole(Powder Coated Hadco Green EA 2 $1,400.00 $2,800.00 $2 035.00 $4 070.00 $2,540.00 $5 080.00 8048A 27 FT Steel Pole With A Single 50 FT Mast Arm Powder Coated Hadco Green) EA 1 $3,300.00 $3,300.00 $24,063.00 $24 063.00 $35 530.00 $35 530.00 8049A Remove And Dispose Of Existing Signal Equipment LS 1 $2,600.00 $2,600.00 $1,760.00 $1 760.00 $2,540.00 $2,540.00 8050A Adjust Existing Sewer Manhole EA 2 $1,300.00 $2,600.00 $600.00 $1,200.00 $660.00 $1,320.00 8051A Adjust Existing Sewer Clean Out EA 3 $493.00 $1,479.00 $500.00 $1,500.00 $280.00 $840.00 8052A Adjust Existing Stormdrain Manhole EA 3 $2,300.00 $6,900.00 $600.00 $1800.00 $660.00 $1,980.00 8053A Adjust Existing Water Valves EA 8 $657.001 $5,256.001 $300.001 $2,400.00 $320.00 $2,560.00 ADD ALTERNATE TOTAL $3,183,021.30 $3,868,276.60 $3,961,185.30 TOTAL BASE BID PLUS ADD ALTERNATE $6,617,402.10 $6,987,064.10 $7,180,468.55 Denotes Mathematical Error e _ 1 r { VA O} z i Open Session Item SUBJECT: Position Grade Change Request PRESENTATION DATE: August 16, 2022 PRESENTATION BY: Andrew Eshleman, Director of Public Works and Mark Bradshaw, Director of Environmental Management RECOMMENDED MOTION: To approve the recommended position grade changes for the Transit Maintenance Worker and the Utility Worker II positions from grade 6 to 7. REPORT-IN-BRIEF: The Transit Department Maintenance Worker and the Environmental Management Utility Worker II positions are currently grade 6 positions with a starting annual salary of $30,722 and are recommended to change to grade 7 positions with a starting salary of $33,197. Similar full time maintenance worker positions that also require the possession of a Class B Commercial Driver’s license are grade 7 or higher. DISCUSSION: Attracting and keeping qualified transit maintenance and utility worker personnel has been challenging. Applicants either do not have a commercial driver’s license or if do leave for other similar, but higher grade and paying jobs. The possession of a Class B Commercial Driver’s license is necessary in the case of the Transit Maintenance Worker to shuttle buses and for the Utility Worker to drive a dump truck. Employees performing the job that do not have their Class B CDL would remain paid at a grade 6 level, and upon obtaining their CDL would upgrade to the same step on a grade 7. There are two Utility Maintenance Worker II positions and one Transit Maintenance Worker position affected by the change, but no current employees’ pay will be immediately affected. FISCAL IMPACT: Approximately $2,500 per employee in additional salary + associated fringe benefits able to be absorbed in the existing operating budgets. CONCURRENCES: County Administrator, HR Director ALTERNATIVES: N/A ATTACHMENTS: Job Descriptions AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form JOB TITLE: Utility Worker II GRADE: 7 DEPARTMENT: Water Quality FLSA STATUS: Non-Exempt REPORTS TO: Maintenance Superintendent GENERAL RESPONSIBILITIES: Responsible for general labor work in the installation, repair and maintenance of systems, equipment, structures, and grounds. ESSENTIAL TASKS: (These are intended only as illustrations of the 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. Perform general custodial work of facilities including floor care. 2. Performs complete grounds maintenance of all facilities including mowing, pruning, landscaping, grading, top soiling, seeding and mulching, sediment control, pesticide application and weed control. 3. Provide snow removal for all facilities including plowing, shoveling and application of ice melts and abrasives. 4. Perform general maintenance and/or repair of permanent or temporary structures as required. 5. Provide care, proper use and general maintenance of equipment and tools. 6. Provide general labor for electricians, system mechanics and construction crew as required. 7. Wash, clean and maintain department vehicles, equipment and pumps as required. 8. Provide direction, tools, supplies and equipment for supplemental work force (correctional work crew). 9. Assist in maintaining low pressure residential sewer systems. 10. Performs related work as required. KNOWLEDGE, SKILLS AND ABILITIES: 1. General knowledge of safety standards. 2. General knowledge of building and grounds maintenance procedures. 3. General knowledge of use and care of medium to small equipment and hand tools. 4. Ability to complete assigned tasks in an efficient and acceptable manner without full-time supervision. 5. Able to work flexible hours as required depending on circumstances. 6. Ability to drive and operate dump truck and utility equipment trailers. 7. Ability to drive and operate truck with snowplow. 8. Ability to operate medium to small, powered mowing equipment. EDUCATION AND EXPERIENCE: 1. High School Graduate. 2. Two (2) years’ experiences in grounds maintenance and construction related field. A comparable amount of training and experience may be substituted for the minimum qualifications. PHYSICAL REQUIREMENTS: This is sometimes heavy work requiring the exertion of 100 pounds of force occasionally, up to 50 pounds of force frequently, and up to 20 pounds of force constantly to move objects. Work requires climbing, balancing, stooping, kneeling, crouching, reaching, standing, walking, pushing, pulling, lifting, fingering, grasping, and repetitive motions. Vocal communication is required for expressing or exchanging ideas by means of spoken word. Hearing is required to perceive information at normal spoken word levels. Visual acuity is required for color perception, visual inspection involving small defects and/or small parts, assembly or fabrication of parts at or within arm’s length, operation of machines, operation of motor vehicles or equipment, determining the accuracy and Deleted: 6 thoroughness of work, and observing general surroundings and activities. The worker is subject to inside and outside environmental conditions, extreme cold, extreme heat, noise, vibration, hazards, atmospheric conditions and oils. The worker may be exposed to blood borne pathogens and may be required to wear specialized personal protective equipment. SPECIAL REQUIREMENTS:  A valid Class “B” Commercial Driver’s License for air brake equipped vehicles.  Applicants who do not have a valid Class “B” Commercial Driver’s License at the time of hire: o Must obtain Class “B” learners permit within 90 calendar days from date of hire. o Must obtain and maintain a valid Class “B” Commercial License within the first 9 months from date of hire. o Applicants who do not have a valid Class “B” Commercial Driver’s License at the time of hiring will be paid at a Grade 6 rate until obtaining the required license.  Willingness to be on call 24 hours per day, 7 days a week. Revised 08/2015, 09/2016, 7/2018, 4/2020, 8/2022 Reasonable accommodations may be made to enable individuals with disabilities to perform the essential tasks. Formatted: Font: (Default) Times New Roman, 12 pt Formatted: Default, Indent: Left: 1", No bullets or numbering JOB TITLE: TRANSIT MAINTENANCE WORKER GRADE: 7 DEPARTMENT: DPW - TRANSIT FLSA STATUS: NON-EXEMPT REPORTS TO: TRANSIT FLEET & FACILITY MGR GENERAL DEFINITION OF WORK: Performs responsible semiskilled work making minor service and mechanical repairs to facilities and equipment, and general cleaning and maintenance of vehicles, buildings and grounds. Direction is provided by the Transit Fleet & Facility Manager and occasionally the general direction of other management personnel. ESSENTIAL FUNCTIONS/TYPICAL TASKS: (These are intended only as illustrations of the 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. Provides janitorial and general cleaning of office, shop and transfer center areas including but not limited to wet mops and waxes floors, vacuums and cleans carpet, empties trash and recyclables, etc. 2. Performs general grounds keeping duties. 3. Performs the duties of Transit Line Service Attendants as required. 4. Assists with road calls for vehicle breakdowns. 5. Performs routine maintenance of grounds, equipment and buildings as needed. 6. Operates a County vehicle as needed. 7. Performs seasonal labor duties as required such as shoveling and plowing snow, spreading de-icing/anti-skid chemicals, mowing/trimming of grass areas, and general landscape duties to maintain grounds 8. Keeps simple records of fuel consumption, parts, supplies and inventory. 9. Patrols transfer center for unauthorized vehicles or persons and contact law enforcement authorities if needed. 10. Performs departmental related tasks and other duties as assigned. KNOWLEDGE, SKILLS AND ABILITIES: General knowledge of the common practices, tools and terminology of the mechanical or building trade to which assigned; general knowledge of the use and characteristics of common building materials; general knowledge of the hazards and safety precautions associated with the work; skill in the use of tools and equipment; ability to work from sketches, drawings, plans or specifications; ability to follow oral and written instructions; ability to estimate needed materials and time required for various jobs; ability to establish and maintain effective working relationships with associates; ability to perform duties under inclement and or extreme weather conditions. EDUCATION AND EXPERIENCE: Any combination of education and experience equivalent to graduation from high school and building maintenance and repair experience. PHYSICAL REQUIREMENTS: This is medium work requiring the exertion of 50 pounds of force occasionally, up to 20 pounds of force frequently, and up to 10 pounds of force constantly to move objects, and some heavy work requiring the exertion of 100 pounds of force occasionally, up to 50 pounds of force frequently, and up to 20 pounds of force constantly to move objects; work requires climbing, balancing, stooping, kneeling, crouching, reaching, standing, walking, pushing, pulling, lifting, fingering, grasping, and repetitive motions; vocal communication is required for conveying detailed or important instructions to others accurately, loudly, or quickly; hearing is required to perceive information at normal spoken word levels; visual acuity is required for depth perception, color perception, visual inspection involving small defects and/or small parts, use of measuring devices, assembly or fabrication of parts at or within arm’s length, operation of machines, operation of motor vehicles or equipment, determining the accuracy and thoroughness of work, and observing general surroundings and activities; the worker is subject to inside and outside environmental conditions, extreme cold, extreme heat, atmospheric conditions, and oils. The worker may be exposed to bloodborne pathogens and may be required to wear specialized personal protective equipment. SPECIAL REQUIREMENTS:  A valid Class “B” Commercial Driver’s License for air brake equipped vehicles and passenger endorsements.  Applicants who do not have a valid Class “B” Commercial Driver’s License at the time of hire: o Must obtain Class “B” learners permit within 90 calendar days from date of hire. o Must obtain and maintain a valid Class “B” Commercial License within the first 9 months from date of hire. Deleted: 6 Deleted: 60 Deleted: 6 Deleted: o Applicants who do not have a valid Class “B” Commercial Driver’s License at the time of hiring will be paid at a Grade 6 rate until obtaining the required license. Reasonable accommodations may be made to enable individuals with disabilities to perform the essential tasks. Revised: 2/17; 1/19, 8/2022 Formatted: Indent: Left: 1", No bullets or numbering Open Session Item SUBJECT: Transit Department Reorganization PRESENTATION DATE: August 16, 2022 PRESENTATION BY: Andrew Eshleman, Director of Public Works and Kevin Cerrone, Director of Transit RECOMMENDED MOTION: To approve the recommended Transit Department organizational changes. REPORT-IN-BRIEF: The Transit Department operations have been evaluated. The vacant Deputy Director of Transit position affords the opportunity for a Transit Department reorganization to address existing and future needs in the most cost effective manner. DISCUSSION: The Deputy Director of Transit grade 14 position is proposed to be eliminated. The Deputy Director served directly under the Director supporting the entire operation, but effectively focused on daily transit operations. Those duties can be managed by dividing job responsibilities among several upgraded employee positions and consolidating transit supervision into transit operations and fleet/facility management. The previous model provided several layers of accountability/management on the driver’s side, but no clear structure to support the passenger and community needs. A new position “Communications and Outreach Manager” would be created to oversee dispatch of demand response (paratransit), ride assist (taxi voucher), and future microtransit programs and be the primary liaison for transit related issues and needs in the community. Washington County Transit (WCT) is an important community social service supporting a lower income demographic reliant on transportation services for employment, medical transport and personal errands, however, WCT property and buses also experience many of the community wide social and public health problems and should be part of the solution in addressing those issues. The two existing “Office Associate” positions would be upgraded to “Communication Specialist” to align more with their current duties and the need associated with route scheduling and responding to customer service issues rather than strictly office administrative responsibilities. Between the three communications focused employees a downtown community office presence can be established at the Bus Transfer Center on Franklin Street. The existing “Driver’s Supervisor” position will be upgraded to “Transit Operations Supervisor” and will manage the drivers, the communications staff, and report directly to the Transit Director. Board of County Commissioners of Washington County, Maryland Agenda Report Form The proposed changes are anticipated to be near cost neutral and the best use of existing personnel that also accounts for supervisory coverage of a 17hr/6 day/week operation and future needs of the Department/community. This reorganization focused on transit management operations, however, there will continue to be challenges hiring full time and part time CDL drivers that will need to be revisited and addressed. Position Change Summary: Elimination of “Deputy Director of Transit” Grade 14 Position. -$66,000 salary - payroll taxes/benefits New “Communications and Outreach Manager”, Grade 11 +~$45,136, (grade 1) + payroll taxes/benefits Upgrade “Driver’s Supervisor” Grade 11 to “Transit Operations Supervisor” Grade 13 + ~$8,000 + payroll taxes/benefits Upgrade two “Office Associates” Grade 6 to “Communication Specialists” Grade 8 + ~$4,500 each ($9,000 total) + payroll taxes/benefits FISCAL IMPACT: Anticipated to be near cost neutral depending on starting grade and benefits of Communications and Outreach Manager hired. CONCURRENCES: County Administrator, HR Director ALTERNATIVES: N/A ATTACHMENTS: Organizational Chart Exhibits, and job descriptions AUDIO/VISUAL NEEDS: N/A Transit Department Current Organization Chart Transit Director Kevin Cerrone Grade 17 Driver's Supervisor & ADA Program Grade 11 8 –FT Fixed Route Bus Operators (Grade 7) 25 –PT Bus Operators (Grade 6) 9 –PT Paratransit Drivers (Grade 5) 3 –PT Van/Shuttle Drivers (Grade 4) Transit Fleet & Facility Manager Grade 13 2 –Transit Mechanics (Grade 10) 1 –Transit Maintenance Worker (Grade 6) 6 –PT Line Service Attendants (Grade 5) Fiscal Technician Grade 10 2 -Office Associates (Grade 6) Deputy Director of Transit Vacant Grade 14 Transit Department Proposed Organization Chart Transit Director Kevin Cerrone Grade 17 Transit Operations Supervisor Grade 13 8 –FT Fixed Route Bus Operators (Grade 7) 25 –PT Bus Operators (Grade 6) 9 –PT Paratransit Drivers (Grade 5) 3 –PT Van/Shuttle Drivers (Grade 4) Communication and Outreach Manager Vacant Grade 11 2 -Communication Specialists Grade 8 Transit Fleet & Facility Manager Grade 13 2 –Transit Mechanics (Grade 10) 1 –Transit Maintenance Worker 6 –PT Line Service Attendants (Grade 5) Fiscal Technician Grade 10 JOB TITLE: Transit Operations Supervisor GRADE 13 DEPARTMET: Transit FLSA STATUS: REPORTS TO: Transit Director GENERAL RESPONSIBILITIES: This professional position performs difficult technical and intermediate administrative work assisting with the day-to-day operations of the comprehensive public transit system and overseeing and participating in the training and certification of transit drivers. Direction is provided by the Transit Director. Supervision is exercised over subordinate personnel. ESSENTIAL FUNCTIONS/TYPICAL TASKS: (These are intended only as illustrations of the 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. Assists with department oversight including specific transit related programs. Provides daily instruction and direction to transit drivers and office staff. 2. Conducts training of transit drivers and office staff, including new driver training, emergency evacuation, passenger assistance, wheelchair securement, route training, defensive driving, etc... 3. Prepares and administers current department policy and procedures. Keeps abreast of evolving Federal and State requirements and ensures departmental compliance. Implements changes. 4. Oversees bus fare collection and counting. Reports all related equipment malfunctions to the Fleet and Facility Manager for repairs. 5. Assists with budget and grant application submissions. 6. Prepares and submits a variety of reports and maintains appropriate records. 7. Receives and responds to complaints from employees and the public. 8. Analyzes farebox computer generated ridership and driver reports; designs and creates spreadsheets for tracking ridership data; recommends and designs route changes based on ridership analysis and changes in the community. 9. Handles disciplinary action involving transit drivers and office staff. Interviews and recommends applicants for hire. Conducts transit driver and office staff performance evaluations. 10. Investigates vehicle accidents and takes appropriate action. Reviews accident/incident reports to recommend preventive measures and training. 11. Administers mandated FTA/DOT Drug and Alcohol testing program. 12. Represents the transit system at local, regional and statewide meetings and events. Acts as liaison with other local and State transportation offices; attends regional and state-wide seminars and meetings. 13. Promotes transportation services; encourages the use of public transit; conducts public outreach; coordinates the design and updates of transit department’s public outreach. 14. Prepares and approves departmental payroll of transit drivers and office staff. 15. Acts as Transit Director when assigned and required. Provides shift coverage of other transit supervisory personnel during absences. 16. Performs related tasks as assigned. KNOWLEDGE, SKILLS AND ABILITIES: General knowledge of Federal Motor Carrier Safety Regulations (F. M. C. S. R.) and the Americans with Disabilities Act of 1990 (ADA) as related to public transportation; general knowledge of Federal and State Occupational Safety Health Administration (O.S.H.A./M.O.S.H.) Laws, Rules, Regulations and Standards; ability to establish and monitor bus routes and schedules; ability to plan and supervise the work of subordinate employees; ability to establish and maintain effective working relationships with associates and the general public. EDUCATION AND EXPERIENCE: Any combination of education and experience equivalent to graduation from an accredited college with major course work in business management, transportation program coordination and safety compliance. Minimum of 5 years of supervisory experience preferred. PHYSICAL REQUIREMENTS: This is light work requiring the exertion of up to 20 pounds of force occasionally, up to 10 pounds of force frequently, and a negligible amount of force constantly to move objects; work requires climbing, balancing, stooping, kneeling, crouching, reaching, standing, walking, pushing, pulling, lifting, fingering, grasping, and repetitive motions; vocal communication is required for expressing or exchanging ideas by means of the spoken word; hearing is required to perceive information at normal spoken word levels; visual acuity is required for depth perception, color perception, peripheral vision, preparing and analyzing written or computer data, visual inspection involving small defects and/or small parts, use of measuring devices, assembly or fabrication of parts at or within arm’s length, operation of machines, operation of motor vehicles or equipment, determining the accuracy and thoroughness of work, and observing general surroundings and activities; the worker is subject to inside and outside environmental conditions, noise, vibration, hazards, atmospheric conditions, and oils. SPECIAL REQUIREMENTS: Possession of or ability to obtain (within 9 months) and maintain a valid CDL Class B driver’s license with airbrake and passenger endorsements; (CDL and DOT physical required). This is a safety sensitive position and is subject to Federal Transit Administration substance abuse regulations. This position expects occasional weekend, evening, and holiday work for supervisory coverage. Reasonable accommodations may be made to enable individuals with disabilities to perform the essential tasks 8/2022 JOB TITLE: Transit Communications Specialist GRADE 8 DEPARTMENT: Transit FLSA STATUS: -Exempt REPORTS TO: Transit Communications and Outreach GENERAL DEFINITION OF WORK: Under general supervision of the Transit Communications and Outreach Manager, employee is responsible for providing efficient, timely and effective radio/telephone communications. Utilizing both manual and computer resources, employee records, organizes, processes and coordinates reservations and assigns trips to drivers and/or outside transportation services. Employee works closely with the public and must be sensitive to their needs. Additionally, employee performs intermediate clerical work providing administrative support which requires above average experience and/or training in typing, filing and operating various types of office equipment. Direction may be provided by the Transit Communications and Outreach Manager, Transit Operations Supervisor, or Transit Director. ESSENTIAL FUNCTIONS/TYPICAL TASKS: (These are intended only as illustrations of the 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. Receives requests for transportation; generates and distributes driver manifests; assigns demand- response vehicles and drivers; maintains data base containing client and destination information. 2. Makes on the spot judgements to assure clients are picked up and dropped off on time. 3. Works with other agencies health care facilities, assisted-living centers, and the public to fulfill their transportation needs as best possible. 4. Verifies eligibility of elderly and medical clients as necessary. 5. Answers telephones, email communications, text messages, and social media inquiries. Receives, researches, and/or assists with information regarding inquiries and complaints. 6. Maintains files of correspondence, forms, reports, etc. 7. Types correspondence, reports, minutes, lists, forms, memoranda, etc. 8. Sells bus tickets, passes, and vouchers to the public. 9. Processes farebox receipts and creates bank deposits. 10. Maintains postings and notifications to transit users. 11. Orders and maintains departmental supplies as needed. 12. Maintains various schedules; compiles, prepares and disseminates various statistical reports. 13. Provides shift coverage of other transit personnel and their responsibilities during absences. 14. Attend various meetings and seminars on and off site. 15. Performs related tasks as required. KNOWLEDGE, SKILLS AND ABILITIES: General knowledge of proper business English and spelling; ability to answer inquiries and assist the public in a courteous manner; ability to understand and follow oral and written instructions; ability to operate personal computer quickly and accurately; excellent skills in Microsoft Word and Excel; ability to establish and maintain effective working relationships with associates and the public. EDUCATION AND EXPERIENCE: Any combination of education and experience equivalent to graduation from high school and considerable office and customer service experience. PHYSICAL REQUIREMENTS: This is sedentary work requiring the exertion of up to 10 pounds of force occasionally, and a negligible amount of force frequently or constantly to move objects; work requires reaching, fingering, and repetitive motions; vocal communication is required for expressing or exchanging ideas by means of the spoken word; hearing is required to perceive information at normal spoken word levels; visual acuity is required for preparing and analyzing written or computer data, operation of machines, determining the accuracy and thoroughness of work, and observing general surroundings and activities; the worker is not subject to adverse environmental conditions. SPECIAL REQUIREMENTS: Possession of and maintain a valid Class C driver’s license. Knowledge of public transportation programs. This is a safety sensitive position and is subject to Federal Transit Administration substance abuse regulations. This position expects occasional weekend, evening, and holiday work. This position is based at the Transit Office, but is expected to work some scheduled days/times at the Bus Transfer Center. Reasonable accommodations may be made to enable individuals with disabilities to perform the essential tasks. 8/2022 JOB TITLE: Transit Communications and Outreach GRADE 11 DEPARTMENT:Transit FLSA STATUS: Exempt REPORTS TO: Transit Operations Supervisor GENERAL DEFINITION OF WORK: Performs difficult skilled clerical work and intermediate semiskilled work scheduling and dispatching transit demand-response to transport patrons. Employee works closely with the public and must be sensitive to their needs. This classification is responsible for the direction and management of community outreach and public engagement. Direction is provided by the Transit Operations Supervisor. Supervision is exercised over Communications Specialist personnel. ESSENTIAL FUNCTIONS/TYPICAL TASKS: (These are intended only as illustrations of the 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. Assists the Transit Operations Supervisor with operation of system. 2. Oversees function of Communication Specialists. Receives requests for transportation and schedules transit drivers. 3. Responsible for developing relationships with community groups, businesses and public to fulfill their transportation needs to maintain and build ridership and resolve issues. 4. Performs dispatching related duties. Dispatches buses, answers two-way radio calls, initiates bus exchanges, replaces fare box modules and responds to vehicle accident calls. 5. Answers telephones, email communications, text messages, and social media inquiries. Receives, researches, and processes information regarding inquiries and complaints. 6. Approves eligibility for demand-response/micro-transit programs. 7. Ensures ADA Paratransit, JOBS and other micro-transit programs are sufficiently operating. 8. Represents the transit system at local, regional, and statewide meetings and events. Acts as liaison with other local and State transportation offices; attends regional and state-wide seminars and meetings. 9. Promotes transportation services; encourages the use of public transit; conducts public outreach; coordinates the design and implementation of transit department’s public outreach and engagement tools/plans. 10. Maintains union employee’s overtime log. 11. Oversees processing of farebox receipts and bank deposits. Assists with implementing new bus service. Maintains rider schedules, route map and other modes of communication with transit riders. 12. Responds to locations of in-service vehicle breakdowns, incidents, accidents, and other service issues and renders assistance as needed. 13. Assists with driver and office staff training. 14. Performs general duties in the absence of administrative personnel. Provides shift coverage of other supervisory personnel during absences. 15. Composes and posts bus notices. 16. Assists in the recruitment and selection of transit drivers. 17. Performs related tasks as required. KNOWLEDGE, SKILLS AND ABILITIES: Strong interpersonal skills and the ability to interact and collaborate with and maintain relationships with community partners and the general public. The ability to effectively communicate written and verbal communication with knowledge and experience using personal computers as well as Microsoft Word, Excel and transit trip scheduling software. Thorough knowledge of street systems and location of major buildings and facilities; thorough knowledge of transportation policies and procedures; general knowledge of the principles of operating and servicing passenger vehicles; thorough knowledge of the traffic laws and regulations governing passenger vehicles operations; ability to record information accurately and quickly; ability to speak distinctly; ability to plan and supervise the work of subordinates. Spanish bilingual skills preferred. EDUCATION AND EXPERIENCE: Any combination of education and experience equivalent to graduation from high school and extensive experience operating motorized equipment with some experience coordinating community outreach, customer service, community relations, or scheduling and routing drivers. PHYSICAL REQUIREMENTS: This is light work requiring the exertion of up to 20 pounds of force occasionally, up to 10 pounds of force frequently, and a negligible amount of force constantly to move objects, and some medium work requiring the exertion of 50 pounds of force occasionally, up to 20 pounds of force frequently, and up to 10 pounds of force constantly to move objects; work requires reaching, pushing, fingering, and repetitive motions; vocal communication is required for expressing or exchanging ideas by means of the spoken word; hearing is required to perceive information at normal spoken word levels; visual acuity is required for depth perception, color perception, night vision, peripheral vision, visual inspection involving small defects and/or small parts, operation of motor vehicles or equipment, determining the accuracy and thoroughness of work, and observing general surroundings and activities; the worker is subject to inside and outside environmental conditions, noise, vibration, and atmospheric conditions. SPECIAL REQUIREMENTS: Possession of or ability to obtain (within 9 months) and maintain a valid CDL Class B driver’s license with airbrake and passenger endorsements; (CDL and DOT physical required). This is a safety sensitive position and is subject to Federal Transit Administration substance abuse regulations. This position expects occasional weekend, evening, and holiday work for supervisory coverage. The position is based at the Transit Office, but is expected to have a regular presence at the Bus Transfer Center and in the community. Reasonable accommodations may be made to enable individuals with disabilities to perform the essential tasks. 8/2022 Open Session Item SUBJECT: Discussion - FY22 Surplus – Income Tax and Recordation Tax PRESENTATION DATE: August 9, 2022 PRESENTATION BY: Kelcee Mace, Interim Chief Financial Officer RECOMMENDED MOTION: For informational purposes. REPORT-IN-BRIEF: Potential budget adjustment to utilize additional funding to one time County needs and capital projects. DISCUSSION: Income and Recordation tax revenues have exceeded budgeted amounts for FY22. Included below is a list of projects/recommendations from staff for the allocation of the FY22 surplus funds. These recommendations are based on specific reductions made to the capital plan during the FY23 capital budget review process, rising costs due to inflation, and suggestions from previous discussions relating to the anticipated FY22 surplus. Project Amount Project Amount FISCAL IMPACT: $35,000,000 CONCURRENCES: County Administrator ALTERNATIVES: N/A ATTACHMENTS: N/A AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form