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