Loading...
HomeMy WebLinkAbout210810a-revJeffrey A. Cline, President Terry L. Baker, Vice President Krista L. Hart, Clerk BOARD OF COUNTY COMMISSIONERS August 10, 2021 OPEN SESSION AGENDA 10:00 AM MOMENT OF SILENCE AND PLEDGE OF ALLEGIANCE CALL TO ORDER, President Jeffrey A. Cline APPROVAL OF MINUTES: August 3, 2021 10:05 AM COMMISSIONERS’ REPORTS AND COMMENTS 10:10 AM STAFF COMMENTS 10:15 AM CITIZEN PARTICIPATION 10:20 AM PROCLAMATION RECOGNIZING SEPTEMBER AS “FORGET ME NOT” MONTH Disabled Veterans Organization 10:30 AM HAGERSTOWN COMMUNITY COLLEGE/DIVISION OF EMERGENCY SERVICES PARAMEDIC PROGRAM UPDATE Dave Hays, Director, Division of Emergency Services; Kevin Lewis, Director, Training/Quality Assurance, Division of Emergency Services; Dr. James Klauber, President, Hagerstown Community College 10:45 AM BUDGET TRANSFERS FOR THE DIVISION OF EMERGENCY SERVICES Dave Hays, Director, Division of Emergency Services 10:50 AM WASHINGTON COUNTY GAMING COMMISSION’S ANNUAL REPORT & FY21 GAMING FUND ALLOCATION ANNOUNCEMENT Susan Buchanan, Director, Office of Grant Management; Kay Hoffman, Chair, Washington County Gaming Commission 11:00 AM INTERGOVERNMENTAL COOPERATIVE PURCHASE (INTG-21-0061): INDUSTRIAL EQUIPMENT FOR THE HIGHWAY DEPARTMENT Brandi Naugle, Buyer, Purchasing; Zane Rowe, Deputy Director, Highway; Jack Reynard, Manager, Fleet Administration 11:05 AM INTERGOVERNMENTAL COOPERATIVE PURCHASE (INTG-21-0065): LINE STRIPING CONTRACT WITH THE HIGHWAY DEPARTMENT Brandi Naugle, Buyer, Purchasing; Zane Rowe, Deputy Director, Highway; Doug Levine, Traffic Supervisor, Highway 11:10 AM INTERGOVERNMENTAL COOPERATIVE PURCHASE (INTG-21-0062): ONE BOBCAT T76 T4 COMPACT LOADER FOR SOLID WASTE Brandi Naugle, Buyer, Purchasing; Dave Mason, Deputy Director, Solid Waste Wayne K. Keefer Randall E. Wagner Charles A. Burkett Page 2 of 2 OPEN Session Agenda August 10, 2021 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. 11:15 AM INTERGOVERNMENTAL COOPERATIVE PURCHASE (INTG-21-0064): ONE NEW 2022 FORD F-550, SUPER DUTY FOR WATER QUALITY Brandi Naugle, Buyer, Purchasing; Mark Bradshaw, Director, Environmental Management 11:20 AM CONTRACT AWARD (PUR-1507) – TREATMENT FOR SUBSTANCE USE DISORDERS Rick Curry, Director, Purchasing; Megan Willis, Program Director, Day Reporting Center 11:25 AM APPLICATION FOR ZONING TEXT AMENDMENT RZ-21-001, CALVERT ENERGY Travis Allen, Comprehensive Planner, Planning & Zoning 11:30 AM ADJOURNMENT NOTE: The Board of County Commissioners will be attending a press conference for the Washington County Public Safety Training Center Capital Campaign Kick-Off at 2:30 p.m. Open Session Item SUBJECT: Proclamation Recognizing September as “Forget-Me-Not-Month" PRESENTATION DATE: August 10, 2021 PRESENTATION BY: Disabled Veterans Organization – JR Arnold WHEREAS, The Disabled American Veterans Organization offers free services to disabled veterans and their families in filing claims for government benefits as well as the resolution of problems regarding employment, health care and counseling, and WHEREAS, the Disabled American Veterans Organization strives to respond to emergency needs arising in the family of any disabled veteran, and WHEREAS, the community wishes to express a deep and continuing sense of gratitude to those disabled veterans who gave so much to protect and preserve our way of life, and WHEREAS, the Disabled American Veterans Organization has chosen September 2021 for its annual Forget-Me-Not Drive in Washington County and pledges that all contributions will be utilized for disabled veterans and their families in our community, and NOW THEREFORE, We the Board of County Commissioners of Washington County, Maryland, hereby recognize September 2021 as “Forget-Me-Not” Month and encourage all citizens to join in and support those who have given so freely to protect and defend the rights and freedom of us all. Board of County Commissioners of Washington County, Maryland Agenda Report Form Open Session Item SUBJECT: Hagerstown Community College/Division of Emergency Services Paramedic Program Update PRESENTATION DATE: August 10, 2021 PRESENTATION BY: R. David Hays - Director, Division of Emergency Services; Kevin Lewis - Director of Training/Quality Assurance, Division of Emergency Services; Dr. James Klauber, President, Hagerstown Community College RECOMMENDATION: N/A REPORT-IN-BRIEF: During the calendar year 2021, The Hagerstown Community College (HCC) through fiscal and enrollment evaluations, has determined that they would no longer provide paramedic level education as a primary component of their educational platform. In doing so, the HCC Administration and the Division of Emergency Services and County Staff, evaluated the requirements that would be needed to continue providing paramedic level education here in the County. Initial thoughts were that the County (through the DES) could serve as the primary program host and deliver instructional programs, while the HCC could serve as the academic credentialing platform. DISCUSSION: Today’s discussions are intended to provide information to the Commissioners that may help identify and evaluate the program needs that would be required to continue providing paramedic level educational opportunities here in Washington County. FISCAL IMPACT: $268,530.91 CONCURRENCES: N/A ALTERNATIVES: Do not reinstate a paramedic program in Washington County. ATTACHMENTS: Paramedic Program Budget, Consortium Agreement, Memorandum of Understanding, Program Staffing Cost, Washington County DES Education Program Proposal Board of County Commissioners of Washington County, Maryland Agenda Report Form Paramedic Program Budget Annual CIP Full Time (Includes Benefits) Program Director $104,029.86 Lead Instructor $86,087.05 Admin./Support $54,914.00 Part Time Adjunct Faculty $6,000.00 Lab Assistants $10,000.00 Equipment Laerdal Sim Mom $50,000.00 Computer Software $5,000.00 $15,000.00 Video Technology $75,000.00 Travel CoAEMSP Workshop $2,500.00 Total Prgram Cost $268,530.91 $140,000.00 Consortium Agreement between Hagerstown Community College and Washington County Division of Emergency Services This Memorandum of Understanding is for the creation of a sponsor for a Paramedic education program known as the Washington County Emergency Medical Services Training Program hereinafter referred to as “Consortium”, between Hagerstown Community College and Washington County Division of Emergency Services entered into this _____ day of July, 2021. I. REASON FOR AGREEMENT: Purpose: The purpose of this agreement is to create a consortium sponsor between Hagerstown Community College and Washington County Division of Emergency Services. so as to provide a Paramedic education program, including didactic, laboratory, hospital, and field internship learning experiences for Paramedic students. Whereas, both parties desire to jointly establish a consortium between Hagerstown Community College and Washington County Division of Emergency Services that will permit the sponsorship of a Paramedic educational program in accordance with the Standards and Guidelines for the Accreditation of Educational Programs in the Emergency Medical Services Professions (“Standards”) of the Commission on Accreditation of Allied Health Education Programs (CAAHEP) that includes didactic, laboratory, hospital, and field internship learning experiences, thereby preparing competent entry-level Emergency Medical Technician- Paramedics in the cognitive (knowledge). psychomotor (skills), and affective (behavior) learning domains, Now therefore, in contemplation of this relationship between the parties and in consideration of the mutual covenants contained herein, the parties mutually agree as follows: II. JOINT RESPONSIBILITIES: 1. The governance of the Consortium shall be a (5) five member Coordinating Committee comprised of a minimum of (3) three representatives from Hagerstown Community College and (4) four representatives from Washington County Division of Emergency Services. These seven members will serve as the Advisory Board to the education program. The Committee shall meet at least annually and be responsible for establishing oversight of the following duties: (a) Approving the Goal(s) and Learning Domains of the Paramedic educational program in accordance with Standards II.A and II.C. (b) Designating the program Advisory Committee in accordance with Standard II.B. (c) Designating the Program Director in accordance with Standard III.B.1. (d) Designating the Medical Director(s) in accordance with Standard III.B.2. (e) Designating the faculty and instructional staff in accordance with Standard III.B.3., or delegating that designating authority to the Program Director of the educational program. (f) Ensuring that the educational program has adequate resources in accordance with Standard III. (g) Approving the curriculum of the program in accordance with Standard III.C. (h) Ensuring that the provisions of fair practices are met in accordance in Standard V. (i) Ensuring all activities of the educational program meet the Standards in accordance with Standard I.C. (j) Establishing policies that govern the operation of the Consortium and the educational program. (k) Setting the number of students to be admitted to the educational program. (l) Establishing formal affiliation agreements or memoranda of understanding between the Consortium (sponsor) and all other entities that participate in the education of the students describing the relationship, role, and responsibilities between the sponsor and that entity in accordance with Standard V.F. (m) Ensuring the periodic assessment of the program’s effectiveness in achieving its stated goals and learning domains, and reporting such results in accordance with Standard IV.B.2. (n) Maintaining minutes of all meetings of the Coordinating Committee, including documentation of fulfillment of its role and responsibilities. 2. The Coordinating Committee shall have a Chairperson and Vice-Chairperson elected by and from the group. 3. The Program Director shall report to Washington County Division of Emergency Services. 4. The curriculum shall meet the requirements of the Standards and Guidelines for the Accreditation of Educational Programs in the Emergency Medical Services Professions. 5. Hagerstown Community College and Washington County Division of Emergency Services agree that meetings between the Program Director and appropriate faculty members may be held at least monthly to ensure the curriculum effectiveness of the program as well as the fulfillment of the other responsibilities designated in Standard III.B.1.a. Meetings may be held more frequently, and may be by email and/or telephone conversations. 6. Washington County Division of Emergency Services will provide qualified instructors for all program courses. 7. The tuition and fees for the program shall be in accordance with Hagerstown Community College and Washington County Division of Emergency Services policy with subsequent review and approval by the Committee. 8. Selection to the Paramedic program shall be based on criteria as set forth in the Paramedic program Student Manual and/or other official publications. Each student must consent to exchange of educational information in accordance with the Family Educational Rights and Privacy Act of 1974, as amended. Although Washington County Division of Emergency Services shall obtain all required consents, Hagerstown Community College shall have the right to rely on such consents and to obtain copies of such consents upon request. 10. Hagerstown Community College and Washington County Division of Emergency Services shall abide by all applicable State and Federal nondiscrimination laws. There shall be no discrimination on the basis of race, national origin, religion, creed, sex, age, disability or veteran’s status in either the selection of students for participation in the educational program, or as to any aspect of the educational program; provided, however, that with respect to disability, the disability must not be such as would even with reasonable accommodation, in and of itself, preclude the student’s effective participation in the clinical program. Neither, Hagerstown Community College or Washington County Division of Emergency Services guarantees acceptance of a specific number of students. 11. The Parties agree that during the student’s enrollment in the Washington County EMS Training Program the faculty and staff shall be responsible for evaluation of the students’ performance in accordance with established academic and clinical guidelines. A student whose performance does not meet these established guidelines may be subject to academic probation or, if deemed necessary by the Program Director, dismissed from the program. A student has the right to due process, and may appeal such dismissal as provided for in the Student Manual and/or other official publication(s). 12. The students shall pay all tuition and fees to Washington County Division of Emergency Services Program as well as be responsible for their books, uniforms, meals, and housing while enrolled in the program. Upon successful completion of all academic and other program requirements, a certificate will be awarded by the Washington County EMS Training Program. 13. Each student is required to complete health requirements as set forth in the Student Manual and/or other official publication(s) prior to commencement in the hospital/field activities of the program. Each student shall be required to provide proof of required immunizations as set forth in the Student Manual and/or other official publication(s), and must be able to perform his/her activities in the program in such a manner as to not pose a direct threat to the health or safety of others. 14. Both parties shall review this Agreement each year. Modification in the Agreement may be made by mutual consent at any time, so long as such modification is in writing and is signed by officials of all members. Either party may terminate this Agreement provided that six (6) months’ notice is given in writing. In the event of termination of the Consortium it is understood that all students in good standing will have the option of completing the Paramedic program under the conditions then in effect. 15. If either party receives notice of possible loss of accreditation, that party shall be required to notify the other party in writing within five (5) working days. Hagerstown Community College and Washington County Division of Emergency Services shall within a reasonable period of time notify all students attending the program of such loss or impending loss. 16. Unless either party gives written notice for termination of the Agreement, then this Agreement shall be automatically renewed each year for a period of one year. 17. Hagerstown Community College and Washington County Division of Emergency Services acknowledge and agree that neither party shall be responsible for any loss, injury or other damage to the person or property of any student or faculty member participating in the didactic, laboratory, hospital, or field internship training at any facility of Hagerstown Community College and Washington County Division of Emergency Services unless such loss, injury, or damage results from the negligence or willful conduct of that party, its agents, officers, or employees. 18. This Agreement is intended solely for the mutual benefit of the parties hereto, and there is no intention, express or otherwise, to create any rights or interests for any party or person other than Hagerstown Community College and Washington County Division of Emergency Services; without limiting the generality of the foregoing, no rights are intended to be created for any patient, student, parent or guardian of any student, spouse, next of kin, employer or prospective employer of any student. 19. Neither party is an agent, employee or servant of the other. Hagerstown Community College and Washington County Division of Emergency Services acknowledge and agree that students participating in the didactic, laboratory, hospital, and field internship training of the Consortium program are not employees of Hagerstown Community College and Washington County Division of Emergency Services by reason of such participation, and that neither party assumes any responsibilities to the student participants that may be imposed upon an employer under any law, regulation, or ordinance. Student participants while participating in didactic, laboratory, hospital and field internship training shall in no way hold themselves out as employees of Hagerstown Community College and Washington County Division of Emergency Services. 20. No provision of this Agreement shall prevent any patient from requesting not to be a teaching patient or prevent any member of Hagerstown Community College and Washington County Division of Emergency Services from designating any patient as a non- teaching patient. 21. This document and the MOU agreed upon by both agencies contains the entire understanding between the parties with respect to the Paramedic program sponsored by the Consortium and merges within it any and all prior and/or contemporaneous negotiations, understandings, agreements, and representations, whether oral or written. This Agreement supersedes any and all prior and/or contemporaneous representations, negotiations, promises, covenants, or discussions, if any, between the parties related to a Paramedic program sponsored by the Consortium. IN WITNESS THEREOF, the undersigned duly authorized representatives of the parties have executed this Agreement. Hagerstown Community College Washington County Division of Emergency Services _________________________ _________________________ President Director _________________________ _________________________ Date Date Programmatic Organization Chart Consortium Sponsor (Standard I.B) Washington County Emergency Medical Training Program Paramedic Program Sponsoring Institution Hagerstown Community College Other Member(s) Washington County EMS Division Consortium Governing Committee (Standard I.B) James Klauber, President, HCC Theresa Shank, Dean, HCC Dave Werner, VP, HCC R. Dave Hayes, Director, Washington County Kevin L. Lewis, Director, Washington County Paramedic Program Director To be named. Faculty/Preceptors To be named. Didactic / Laboratory Faculty To be named. To be named. To be named. Clinical Coordinator (if applicable) To be named. Program Advisory Committee Representatives of (minimum): Students Graduates Faculty* Sponsor Administration Hospital/clinic reps Physicians** Employers Police & Fire Services Key governmental officials Public Program Director* Medical Director** Faculty/Preceptors To be named. The program director may be the faculty rep. ** The Medical Director may be the physician rep. MEMORANDUM OF UNDERSTANDING Between Hagerstown Community College, Washington County Division of Emergency Services, Washington County Board of County Commissioners. WHERAS, the Washington County Division of Emergency Services and Hagerstown Community College mutually desire to enter into an Agreement to provide a paramedic training program leading to national certification and state licensure. 1. HCC agrees to the following: a. Maintain the consortium agreement in order to provide continued accreditation through the Committee on Accreditation of Educational Programs for the Emergency Medical Services Professions (CoAEMSP). b. Upon completion of the paramedic academy and successful completion of the National Registry exam students may be awarded 30 hours of College credit for completion of the Technical Studies AAS Degree. 15 hours of program requirements and 15 hours of restrictive elective requirements will be satisfied. Awarding of articulated credit will follow procedures outlined in the College catalog. c. Allow Washington County EMS to utilize training equipment owned by Hagerstown Community College. d. Allow Washington County EMS to schedule high fidelity simulations in the College’s simulation space. Schedule will be coordinated and approved by Hagerstown Community College lab staff. 2. Provide the following educational space until Public Safety Academy facility is completed and Washington County EMS occupies new space: a. Provide to Washington County EMS use of two (2) office spaces, one classroom to accommodate up to 25 students, and access to use the athletic, recreation and community center and other training and ceremonial space, if available. Offices will be furnished by HCC to the extent practical. b. Except as otherwise agreed, HCC bear all operational expenses and responsibilities for services including electrical power, HVAC, voice and data-communication circuit, office cleansing and maintenance services to Washington County EMS occupied building areas. c. HCC shall provide maintenance and upkeep for the physical facilities and equipment. d. HCC shall provide staff and student access to and use of parking lots. e. HCC will assist Washington County EMS in establishing notification procedures for weather procedures or other unexpected emergency closures of HCC. 3. Washington County EMS agrees to the following: a. All student enrolled in the EMS Academy will be registered and pay $8.00 per student through the Office of Workforce Solutions and Continuing Education at HCC. b. Washington County EMS will allow participation by designated HCC administration in the following areas to ensure compliance of Standard 1.C through the consortium agreement for continued accreditation of the paramedic program. These areas include but may not be limited to the following: i. Participation in the annual resource assessment ii. Participation on the program advisory committee iii. Review of the program annual report iv. Other long-term planning activities c. Washington County EMS will abide by all HCC rules, regulations and requirements including but not limited to dress code, use of facility and conduct of staff, students, guests; and shall be responsible for supervising its employees while on HCC property. d. Washington County EMS will provide its own computer equipment and other equipment needed to accomplish its training responsibilities including office supplies, furniture, training equipment and copying services outside of what is previously outlined and agreed upon through this MOU. 4. Miscellaneous a. Use of the property and facilities is restricted solely to the locations and activity outlined in this Agreement or as authorized by the Dean of Continuing Education and Business Services. b. Terms of Payment: If any other money is required outside of the $8.00 fee per student as addressed in item #3, those items will be discussed at time of need between the parties. Items may include additional rent, equipment usage, personnel cost, etc. c. This Agreement is effective July 1st, 2021 and shall be in effect for one year as a pilot program, after which the parties will review the efficacy of the program. The review will be conducted on or before May 1st, 2022. Unless modified by mutual written agreement or terminated by either party on or before June 1st, 2022, the Agreement shall continue in force and automatically renew annually for two subsequent years. Modification or termination would be effective on the subsequent July 1st unless extraordinary conditions exist. d. This Agreement contains the entire understanding between the parties and supersedes any and all prior agreements, arrangements, communications, or representations, whether oral or written. e. Insurance. The State of Maryland and Washington County are not insuring or indemnifying HCC, its employees, or agents, for any incident arising from or related to use of HCC property or facilities as outlined in this Agreement. HCC is completely responsible for damages or injuries that occur to any persons or property whatsoever as a result of HCC’s negligence, except for workers compensations claims that may be incurred by employees of the State of Maryland or Washington County. Similarly, the State of Maryland and Washington County are solely responsible of the conduct of its employees while they are on the HCC campus. f. Notices. Notices under this Agreement shall be given as follows: If to Hagerstown Community College: Theresa M. Shank Dean Continuing Education & Business Services Career Programs Building 11400 Robinwood Drive Hagerstown, Maryland 21742 If to Washington County: R. David Hays Director Division of Emergency Services, Washington County 16232 Elliott Parkway Williamsport, Maryland 21795 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on this _____ day of _____ 2021. _____________________________________ ____________________________________ R. David Hays James Klauber Director, Division of Emergency Services President Washington County Hagerstown Community College Fica Pension W.C.Total Wages 0.0765 0.27 0.07 Grade 15 1 Grade 12 1 Total Staff Wage Total Staff Needed Salary Health Insurance Other Insurance Washington County EMS Division Education Program # 1 and # 2 below will be outlined in more detail in the approved MOU. 1. HCC will provide: a. Accreditation with CoAEMSP through consortium agreement between HCC and Washington County EMS. b. Articulated credit for up to 30 semester hours toward ASS Degree in Technical Studies according to College catalog procedures after completion of coursework and successful completion of NRP certification. c. Use of existing HCC EMS equipment during classroom and lab exercises. d. Use of simulation lab for academy students for high fidelity simulations with proper scheduling through HCC lab staff. e. Use of classroom and office space in existing Career building until Public Safety Academy is constructed and occupied. f. Participation and ensured compliance of Standard 1.C through the consortium agreement for continued accreditation of the paramedic program. These areas include but may not be limited to the following: i. Participation in the annual resource assessment ii. Participation on the program advisory committee iii. Review of the program annual report iv. Other long-term planning activities g. 2. Washington County EMS will provide: a. Coordination and instruction in all aspects of EMS Academy leading to NRP certification. b. Coordination and supervision of all clinical/lab experiences of paramedic program, to include contracts with clinical sites, scheduling of students, overseeing hours and experiences meeting accreditation guidelines under Appendix G. c. Compliance of Standard 1.C through the consortium agreement for continued accreditation of the paramedic program. These areas include but may not be limited to the following: i. Participation in the annual resource assessment ii. Participation on the program advisory committee iii. Review of the program annual report iv. Other long-term planning activities 3. Needed for successful operation of the paramedic academy by Washington County EMS: a. 2 FTE’s i. One FTE must include program director 1. Qualifications = BS degree, Paramedic license, appropriate medical or allied health education, training/experience, field experience in out-of- hospital emergency care, knowledge of the National EMS Scope of Practice and National EMS Education Standards ii. One FTE can be lead instructor/faculty only/clinical coordinator or any combination of these responsibilities. 1. Qualifications for faculty = Paramedic license, knowledge in course content and effective in teaching their assigned subjects. 2. Qualifications for Lead Faculty (if utilized) = AS/AAS degree, Paramedic license, experience in emergency medicine/prehospital care, knowledge of instructional methods with five (5) years of teaching experience. 3. Both FTE’s will have teaching responsibilities, the amount of teaching will be dependent on how the other above listed administrative responsibilities are divided up among the FTE’s. b. Medical Director i. Qualifications = physician currently licensed and authorized to practice in the location of the program, adequate training and or experience in the delivery of out-of-hospital emergency care, be an active member of the local medical community and participate in professional activities, knowledgeable about the education of the Emergency Medical Services Professions, including professional, legislative and regulatory issues regarding the education of the EMS professions. ii. Medical Director must be responsible for medical oversight of the program, duties include: 1. Review and approve the educational content of the program curriculum for appropriateness, medical accuracy, and reflection of current evidence-informed prehospital or emergency care practice. 2. Review and approve the required minimum numbers for each of the required patient contacts and procedures listed in the Standards. 3. Review and approve the instruments and processes used to evaluate students in didactic, laboratory, clinical, and field internship. 4. Review the progress of each student throughout the program, and assist in the determination of appropriate corrective measures, when necessary. iii. Recommend contract for medical director outlining responsibilities and expected time commitment throughout an academic year. 1. Recommend approximately 60 hours per year. 2. Number of hours per week/month to be determined by program director and medical director based on needs of the program and progress of students throughout curriculum. c. High fidelity manikin i. Purchase Sim Mom with interchangeable chest, simulator can be used for OB and regular adult scenarios during paramedic education program. 4. Proposed initial budget request Instructional Salary – Full time 2 ?? Instructional Salary – Adjunct faculty (part-time) $1500 -$2000 per course of instruction $6000.00 Support Personnel ½ - 1 FTE ?? Hourly Wages Lab Assistants @ 20.00/hour – 12 hours/week @ 40 capture software, cost estimate varies based on # of $15000.00 simulation and debriefing $75,000.00 $126,000-$158,500 (Not including 2 instructional 5. Must have to start program Instructional Salary – Full time 2 ?? Instructional Salary – Adjunct faculty (part-time) $1500 -$2000 per course of instruction $6000.00 Support Personnel ½ - 1 FTE ?? Hourly Wages Lab Assistants @ 20.00/hour – 12 hours/week @ 40 $18,500 (Not including 2 instructional Open Session Item SUBJECT: Budget Transfers (2) PRESENTATION DATE: August 10, 2021 PRESENTATION BY: R. David Hays - Director, Division of Emergency Services (DES) RECOMMENDATION: To authorize two (2) budget transfers that are necessary to cover delays in delivery of the vol. firefighter PPE (turn-out gear), an EMS Chase vehicle/equipment and the cost associated with the SAFER Grant firefighter wages that are to be reimbursed through the SAFER Grant. REPORT-IN-BRIEF: Funding is included in the Division of Emergency Services FY21 budget that is necessary to cover SAFER Grant wages as expenditures (reimbursement funding has been requested), complete the purchase of firefighter PPE (turn-out gear) for volunteer responders and the newly hired career firefighters, an EMS chase vehicle and the Counties cost share for the AFG SCBA; all of which did not deliver prior to June 30, 2021. DISCUSSION: Due to manufacturing and delivery delays resulting from COVID19, the expected delivery for the firefighter PPE and EMS vehicle has not occurred prior to June 30, 2021. This has created a need to secure the funding for future payment of these items by moving funding in FY21 Budgets to designated CIP accounts which will cover the payment once delivery occurs; sometime after July 1, 2021. The County has now executed its reimbursement request through FEMA for the SAFER Grant firefighters in FY21 budgets with those funds being received in the near future. FISCAL IMPACT: None; included in FY21 Budgets and SAFER Grant Reimbursements CONCURRENCES: N/A ALTERNATIVES: N/A ATTACHMENTS: Budget Adjustment Form (2) Board of County Commissioners of Washington County, Maryland Agenda Report Form Department Head Authorization Budget & Finance Director Approval County Administrator Approval Required > $ 25,000 with date Washington County, Maryland Budget Adjustment Form Explain Budget Adjustment Budget Transfer - Moves revenues or expenditures from one account to another or between budgets or funds. Budget Amendment - Increases or decrease the total spending authority of an accounting fund or department County Commissioners Approval Transaction/Post -Finance Deputy Director - Finance Preparer, if applicable Expenditure / Account Number Fund Number Department Number Project Number Grant Number Activity Code Department and Account Description Increase (Decrease) + / - Required approval with date Required approval with date If applicable with date Required approval with date Division Director / Elected Official Authorization Required Action by County Commissioners No Approval Required Approval Required Approval Date if Known Print Form Due to delays in manufacturing and delivery, an EMS vehicle, SCBA (AFG Grant) and firefighter PPE (turnout gear) will not be received by June 30, 2021. Adjustments are also needed to secure the funding for the AFG cost share for County SCBA which were not delivered prior to June 30, 2021. Kelcee Mace Digitally signed by Kelcee Mace Date: 2021.07.30 09:38:55 -04'00' 599999 30 11430 VEH009 VHCL CIP - Emergency Services Equipment and Vehicle Pr 79,000 599999 30 10500 VEH008 EQPT CIP - General Vehicle and Equipment Replacement 109,667 599999 30 10500 VEH008 EQPT CIP - General Vehicle and Equipment Replacement 85,297 599999 30 10500 VEH008 EQPT CIP - General Vehicle and Equipment Replacment 21,030 600300 10 11520 EMS Operations - Vehicles -79,000 505150 10 11520 EMS Operations - Other - Miscellaneous -215,994 502000 10 91230 General Fund - Transfer to CIP 294,994 498710 30 11430 VEH009 VHCL CIP - Transfer from General Fund -79,000 498710 30 10500 VEH008 EQPT CIP - Transfer from General Fund 215,994 07/29/2021R. David Hays Digitally signed by R. David Hays Date: 2021.07.30 10:46:29 -04'00' Washington County, Maryland Budget Adjustment Form C Budget Amendment - Increases or decrease the total spending authority of an accounting fund or department (: Budget Transfer - Moves revenues or expenditures from one account to another or between budgets or funds. Department Head Authorization Division Director / Elected Official Authorization R. David Hays Digitally signed David Hays Date: 2021.08.04 14:06:57-04'00' Budget & Finance Director Approval County Administrator Approval County Commissioners Approval Expenditure / Fund Departm Account Number Number NumbE 496115 10 0000C 500000 10 1152C 500000 10 11525 500100 10 1152C 500100 10 11525 500120 10 1152C 500120 10 11525 500125 10 1152C 500125 10 11525 Explain Budget Adjustment Required Action by County Commissioners Print Form Transaction/Post -Finance Deputy Director - Finance Digitally signed by Sonja L.B. Preparer, if applicable Sonja L.B. Hoover Hoover Date: 2021.08.041053:06-04'00' Required approval with date If applicable with date Aug. 4, 2021 Required approval with date Required approval with date Required > $ 25,000 with date lepartment and Account Description SAFER EMS Operations - Wages - Full Tin Fire Operations - Wages - Full Tirr EMS Operations - FICA - Employe Fire Operations - FICA - Employe EMS Operations - Health Insuranc Fire Operations - Health Insuranc EMS Operations - Other Insuranc Fire Operations - Other Insuranc Increase (Decrease) 166,067.32 55,350 17,467.38 4,117.3 15,936.28 13,020.25 67,023.09 303.8 1,356.99 The SAFER Grant was approved by the BOCC on September 29, 2020. The budget transfer is for the payment request to FEMA for five pay periods in FY21. Payment received from FEMA is to reimburse the salary and benefit expenses for five captains and 24 firefighters. C No Approval Required Approval Required Approval Date if Known Fxnanrlitiin-/ Fiind nPnartmant lnrn-;;-P (DPrraa-a) Account Number Number Number 500130 10 11520 Project Number Grant Number Activity Code Account Description EMS Operations- Pension +� 13,478.4 500130 10 11525 11520 Fire Operations - Pension EMS Operations - Workers Compensation Fire Operations - Workers Compensation 54,496.19 4,771.83 18,745.81 500140 10 500140 10 11525 Open Session Item SUBJECT: Washington County Gaming Commission’s Annual Report and Fiscal Year 2021 Gaming Fund Allocation Announcement PRESENTATION DATE: August 10, 2021 PRESENTATION BY: Susan Buchanan, Director, Office of Grant Management; Kay Hoffman, Chair, Washington County Gaming Commission RECOMMENDED MOTION: This presentation is for informational purposes only. No motion or action is requested. REPORT-IN-BRIEF: The Washington County Gaming Commission wishes to present their annual report to the Board of County Commissioners and to announce the Commission’s fiscal year 2021 funding decisions. In fiscal year 2020, the Gaming Commission had available $2,461,676.25 for distribution to local charitable organizations and the Volunteer Fire & Rescue Association. This figure reflects an increase in revenues of $758,588.94 when compared to the previous fiscal year. In accordance with State Statute, 50% of the funding received is allocated to the Washington County Volunteer Fire & Rescue Association and the remaining has been allocated to charitable organizations in Washington County. DISCUSSION: In May of 2020, the Gaming Commission received 75 funding applications from 63 charitable organizations. The total amount of funding requested within those 75 applications was $1,710,980.34. The applications were reviewed and considered by each Commissioner. After review, group deliberations and a gaming hearing in June, the Gaming Commission determined appropriate funding allocations based on the published and approved “Guidelines for Distribution of Gaming Funds” which is consistent with the State Statute governing the distribution of such funds. FISCAL IMPACT: There is no fiscal impact to the Washington County general fund. CONCURRENCES: N/A ALTERNATIVES: N/A ATTACHMENTS: Funding Allocation Press Release (to be provided during presentation). AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form Open Session Item SUBJECT: Intergovernmental Cooperative Purchase (INTG-21-0061) – Industrial Equipment for the Washington County Highway Department. PRESENTATION DATE: August 10, 2021 PRESENTATION BY: Brandi Naugle, CPPB, Buyer, Purchasing Department, Zane Rowe, Deputy Director Public Works Highways, Jack Reynard, Manager – Fleet Administration, Division of Public Works. RECOMMENDED MOTION: Move to authorize by Resolution, for the Highway Department to purchase Industrial Equipment as indicated below and to utilize another jurisdictions contract. Equipment Vendor Item #1 Four (4) New Mack Baltimore Potomac Trucks (HWY) Dump Trucks Hagerstown, MD Sourcewell Contract (#060920-MAK) Bid Amount $219,494 TOTAL SUM $877,976 Item #2 Two (2) Interstater Flail Smith’s Implements $45,974 (HWY) Mowers Hagerstown, MD Sourcewell Contract TOTAL SUM (#52417-AGI) $ 91,948 Item #3 One (1) Weiler P65 Pavers Carter Machinery Co., Inc. $90,137 (HWY) Baltimore, MD Sourcewell Contract TOTAL SUM (#02417-WLR) $90,137 Price without Trade-In Item #4 One (1) Weiler P65 Pavers Carter Machinery Co., Inc. $80,637 (HWY) Baltimore, MD Sourcewell Contract TOTAL SUM (#02417-WLR) $80,637 Price with Trade-In Item #5 One (1) New 2021 Carter Machinery Co., Inc. $101,916 (HWY) Caterpillar 299D3 Baltimore, MD Track Loader Sourcewell Contract TOTAL SUM (#032119-CAT) $101,916 Price with Trade-In Board of County Commissioners of Washington County, Maryland Agenda Report Form Item #6 One (1) New 2021 Carter Machinery Co., Inc. $127,916 (HWY) Caterpillar 299D3 Baltimore, MD Track Loader Sourcewell Contract TOTAL SUM (#032119-CAT) $127,916 Price without Trade-in Item #7 Two (2) John Deere 5100M Smith Implements, Inc. $72,818.32 (HWY) Utility Tractors Hagerstown, MD Baltimore County Public Schools TOTAL SUM Contract (#LKO-402-20-001) $145,636.64 REPORT-IN-BRIEF: The Code of Public Laws of Washington County, Maryland (the Public Local Laws) §1-106.3 provides that the Board of County Commissioners may procure goods and services through a contract entered into by another governmental entity, in accordance with the terms of the contract, regardless of whether the County was a party to the original contract. If the Board of County Commissioners determines that participation by Washington County would result in cost benefits or administrative efficiencies, it could approve the purchase of this service in accordance with the Public Local Laws referenced above by resolving that participation would result in cost benefits or in administrative efficiencies. The County will benefit with direct cost savings in the purchase of this service because of the economies of scale this buying group leveraged. I am confident that any bid received as a result of an independent County solicitation would exceed the spend savings that these contracts provide through these agreements. Additionally, the County will realize savings through administrative efficiencies as a result of not preparing, soliciting and evaluating a bid. This savings/cost avoidance would, I believe, be significant. DISCUSSION: N/A FISCAL IMPACT: Funds are budgeted in the Washington County Highway Capital Improvement Plan (CIP) account 600300-30-11310-VEH006. CONCURRENCES: N/A ALTERNATIVES: 1. Process a formal bid and the County could possibly incur a higher cost for the purchase, or 2. Do not award the purchase of the equipment. ATTACHMENTS: Quotes from Baltimore Potomac Trucks, Carter Machinery and Smith’s Implements Inc. AUDIO/VISUAL NEEDS: N/A _____________________________________________________________________________________ 6/11/2020 CUSTOMER PURCHASE ORDER Washington County Maryland (Member ID #18599) 100 W. Washington St. Hagerstown, MD 21740 Baltimore Potomac Truck Centers provides the following vehicle(s) for your consideration. One (1) New/Unused Mack Granite 42FR, MP7 375 HP Engine, Allison 4500RDS Transmission with 10’ J&J Dump Body, Plow and Accessories provided by J&J Truck Bodies: Per One Unit (1) Sourcewell Discount Factor 62.80% of List Chassis Price $ 115,140 Sourced Goods $ 101,088 Added Protection Plans $ 3,266 Engine Plan 2 60/250 EATS 60/250 Starter/Alternator 60/300 Total $ 219,494 This vehicle(s) is available under the Sourcewell (Formerly known as NJPA) Contract Number 060920-MAK. Please reference this Contract Number on all Purchase Number. Thank you in advance for your consideration. Should you have any questions, please do not hesitate to call. Sincerely, Scott Parker Dir. Of Government Sales – Baltimore Potomac Truck Centers aJOHN DEERE Quote Summary Prepared For: Jack Reynard Washington County Highway Dept Jack Reynard 601 NORTHERN AVE HAGERSTOWN, MD 21742 Business: 240-313-2720 Mobile: 240-675-6013 PO #WASHCO26469 XAB (AI) - SOURCEWELL CONTRACT #052417 - AGI - NET 30 DAYS PURCHASE ORDER AND PAYMENT TO: SMITH'S IMPLEMENTS INC. 13115 CEARFOSS PIKE HAGERSTOWN, MD 21740 Equipment Summary 2020 ALAMO 74" RIGHT HAND INTERSTATER & SHD 88 FLAIL W/ COURSE CUT KNIVES Contract: Price Effective Date: 2020 ALAMO 74" RIGHT HAND INTERSTATER & SHD 88 FLAIL W/ COURSE CUT KNIVES Contract: Price Effective Date: Equipment Total * Includes Fees and Non -contract items Smith's Implements Inc. r 4fml_wwue9u8m 0.lereen:hurp, PA Carlisle. PA Ch.n,1mSbur0, PA Hagerstown, MD www.omllh.lmp.00m Prepared By: Smith's Implements, Inc. Rich Caldwell Smith's Implements, Inc. 13115 Cearfoss Pike Hagerstown, MD 21740 Phone: 301-733-1873 Caldwell@smithsimp.com Quote Id: 24612702 Created On: 07 June 2021 Last Modified On: 07 June 2021 Expiration Date: 30 September 2021 Suggested List Selling Price Qty Extended $ 52,772.00 $ 45,974.00 X 1 = $ 45,974.00 $ 52,772.00 $ 45,974.00 X 1 = $ 45,974.00 Quote Summary Equipment Total SubTotal Est. Service Agreement Tax Total Down Payment Rental Applied Balance Due $ 91,948.00 $ 91, 948.00 $ 91,948.00 $ 0.00 $ 91,948.00 (0.00) (0.00) $ 91,948.00 Salesperson : X Confidential Accepted By: X JOH Smith's Implements Inc. 4larrtirnrm�.ue MuBeHn Selling Equipment M`r`°R°u`9.PA Garfish.. DA Gham6ersburq, f'A Hagerstown, MO let www.fmllhrlmD�om Quote Id: 24612702 Customer Name: WASHINGTON COUNTY HIGHWAY DEPT 2020 ALAMO 74" RIGHT HAND INTERSTATER & SHD 88 FLAIL W/COURSE CUT KNIVES Equipment Notes: Suggested List Hours: 0 $ 52,772.00 Stock Number: Selling Price * Contract: $ 45,974.00 Price Effective Date * Price per item - includes Fees and Non -contract items Code Description Qty List Price Discount% Discount Contract Extended Amount Price Contract Price 029974 96 74" RIGHT HAND 1 $ 35,016.00 15.00 $ 5,252.40 $ 29,763.60 $ 29,763.60 INTERSTATER, COURSE CUT KNIVES 02972609 500# WHEEL WEIGHT 1 $ 1,540.00 15.00 $ 231.00 $ 1,309.00 $ 1,309.00 02998594 COMP CRATE Al VALVE & 1 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00 JS, CAB4WD 5090M 32121162 MAINFRAME 1 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00 32121113 CASE DRAIN HOSE KIT 1 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00 00888990 DEALER MOUNTING 1 $ 4,613.00 0.00 $ 0.00 $ 4,613.00 $ 4,613.00 CHARGES 00888190 FREIGHT ADD TO 1 $ 2,085.00 0.00 $ 0.00 $ 2,085.00 $ 2,085.00 INVOICE R/H FLAIL 888190 FREIGHT ADD TO 1 $ 754.00 0.00 $ 0.00 $ 754.00 $ 754.00 INVOICE REAR FLAIL 701150 LIFT CHAINS 1 $ 125.00 15.00 $ 18.75 $ 106.25 $ 106.25 5HD88205 SHD88 FLAIL WIHT 30Z 1 $ 8,639.00 15.00 $ 1,295.85 $ 7,343.15 $ 7,343.15 KNIVES Serial No.:210108 Stock Number:81425 Dealer Attachments Total $ 17,756.00 $ 1,545.60 $ 16,210.40 $ 16,210.40 2020 ALAMO 74" RIGHT HAND INTERSTATER & SHD 88 FLAIL W/COURSE CUT KNIVES Equipment Notes: Suggested List* Hours: 0 $ 52,772.00 Stock Number: Selling Price * Contract: $ 45,974.00 Price Effective Date * Price per item - includes Fees and Non -contract items Confidential J HN DEERE Smith's Implements Inc® Y q�ratir,��e�r�r Selling Equipment Mcrl-b.rg,, CPA ariis[n, PA Chambersbur0. PA Hagerstown, MD www.�mlthrlmy.eom Quote Id: 24612702 Customer Name: WASHINGTON COUNTY HIGHWAY DEPT Code Description Qty List Price Discount% Discount Contract Extended Amount Price Contract Price 029974 96 74" RIGHT HAND 1 $ 35,016.00 15.00 $ 5,252.40 $ 29,763.60 $ 29,763.60 INTERSTATER, COURSE CUT KNIVES 02972609 500# WHEEL WEIGHT 1 $ 1,540.00 15.00 $ 231.00 $ 1,309.00 $ 1,309.00 02998594 COMP CRATE Al VALVE & 1 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00 JS, CAB4WD 5090M 32121162 MAINFRAME 1 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00 32121113 CASE DRAIN HOSE KIT 1 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00 00888990 DEALER MOUNTING 1 $ 4,613.00 0.00 $ 0.00 $ 4,613.00 $ 4,613.00 CHARGES 00888190 FREIGHT ADD TO 1 $ 2,085.00 0.00 $ 0.00 $ 2,085.00 $ 2,085.00 INVOICE R/H FLAIL 888190 FREIGHT ADD TO 1 $ 754.00 0.00 $ 0.00 $ 754.00 $ 754.00 INVOICE REAR FLAIL 701150 LIFT CHAINS 1 $ 125.00 15.00 $ 18.75 $ 106.25 $ 106.25 SHD88205 SHD88 FLAIL WIHT 30Z 1 $ 8,639.00 15.00 $ 1,295.85 $ 7,343.15 $ 7,343.15 KNIVES Dealer Attachments Total $ 17,756.00 $ 1,545.60 $ 16,210.40 $ 16,210.40 Confidential Carter LETS GET MTO WORK. June 11, 2021 WASHINGTON COUNTY HIGHWAY DEPARTMENT 601 NORTHERN AVENUE HAGERSTOWN, MD 21742 ATTENTION: MR. JACK REYNARD Mr. Reynard, Quote WEILER - Carter Machinery would like to offer the same terms and conditions as the Sourcewell Contract #052417-WLR for the purchase of (1) 2021 WEILER P65 PAVER We believe the equipment as quoted will exceed your expectations. On behalf of Carter Machinery, thank you for your interest in our products for your business needs. This quotation is valid for 30 days, after which time we reserve the right to re -quote. If there are any questions, please do not hesitate to contact me. Regards, Brent D. Stewart Government Sales - North Carter Machinery Co. Inc. 410-733-2394 Brent_stewart@cartermachinery.com Page 1 of 2 P65 ASPHALT PAVER BASE MACHINE (P65-001) $70,227.00 - CAT 2.2 TIER IV 49 HP ENGINE - 125 MM TRACK GROUP W/12" STEEL PADS - PLANETARY DRIVE W/PARKING BRAKE - 2 SPEED MOTOR - PAVER PAUSE FUNCTION - SPRAY DOWN PUMP W/2 SPRAY HOSES - DUAL SIDE OPERATION FOR ALL FUNCTIONS - LEVER OPERATED W/MECHANICAL VALVES - 12 KW DRIVEN GENERATOR 7'8" TO 13' HYD EXTENDED SCREED W/ELECTRIC HEAT (P65-270) $29,652.00 - VIBRATOR - EXTENSION MOUNTED 9" AUGERS W/REVERSE US DECAL GROUP(P65-601) $286.00 LED STROBE LIGHT GROUP (P65-110) $729.00 7 GALLON SPRAY DOWN TANK GROUP (P65-112) $443.00 TOTAL LIST PRICE $101,337.00 SOURCEWELL DISCOUNT OF 15% OFF OF LIST PRICE-15,200.00 SALE PRICE $86,137.00 FREIGHT 2,500.00 PDI 1,500.00 TOTAL SALE PRICE $90,137.00 12 MONTH / 1500 HOUR PT/HYD/ELECTRICAL WARRANTY INCLUDED OPTIONAL ITEMS: HEATED END GATES (P65-260) $1,377.00 24 MONTH / 2000 HOUR PT/HYD/ELECTRIC WARRANTY $3,300.00 36 MONTH / 3000 HOUR PT/HYD/ELECTRIC WARRANTY $4,000.00 Page 2 of 2 CarterMTO LET'S GAT WORK. June 11, 2021 Quote WEILER - 2 WASHINGTON COUNTY HIGHWAY DEPARTMENT 601 NORTHERN AVENUE HAGERSTOWN, MD 21742 ATTENTION: MR. JACK REYNARD Mr. Reynard, Carter Machinery would like to offer the same terms and conditions as the Sourcewell Contract #052417-WLR for the purchase of (1) 2021 WEILER P65 PAVER We believe the equipment as quoted will exceed your expectations. On behalf of Carter Machinery, thank you for your interest in our products for your business needs. This quotation is valid for 30 days, after which time we reserve the right to re -quote. If there are any questions, please do not hesitate to contact me. Regards, Brent D. Stewart Government Sales - North Carter Machinery Co. Inc. 410-733-2394 Brent_stewart@cartermachinery.com Page 1 of 2 P65 ASPHALT PAVER BASE MACHINE (P65-001) $70,227.00 - CAT 2.2 TIER IV 49 HP ENGINE - 125 MM TRACK GROUP W/12" STEEL PADS - PLANETARY DRIVE W/PARKING BRAKE - 2 SPEED MOTOR - PAVER PAUSE FUNCTION - SPRAY DOWN PUMP W/2 SPRAY HOSES - DUAL SIDE OPERATION FOR ALL FUNCTIONS - LEVER OPERATED W/MECHANICAL VALVES - 12 KW DRIVEN GENERATOR 7'8" TO 13' HYD EXTENDED SCREED W/ELECTRIC HEAT (P65-270) $29,652.00 - VIBRATOR - EXTENSION MOUNTED 9" AUGERS W/REVERSE US DECAL GROUP(P65-601) $286.00 LED STROBE LIGHT GROUP (P65-110) $729.00 7 GALLON SPRAY DOWN TANK GROUP (P65-112) $443.00 TOTAL LIST PRICE $101,337.00 SOURCEWELL DISCOUNT OF 15% OFF OF LIST PRICE-15,200.00 SALE PRICE $86,137.00 FREIGHT 2,500.00 PDI 1,500.00 TOTAL SALE PRICE $90,137.00 12 MONTH / 1500 HOUR PT/HYD/ELECTRICAL WARRANTY INCLUDED TRADE VALUE FOR 2001 LEEBOY I000T (2584B) 9,500.00 OPTIONAL ITEMS: HEATED END GATES (P65-260) 24 MONTH / 2000 HOUR PT/HYD/ELECTRIC WARRANTY 36 MONTH / 3000 HOUR PT/HYD/ELECTRIC WARRANTY $1,377.00 $3,300.00 $4,000.00 Page 2 of 2 July 8, 2021 WASHINTON COUNTY HIGHWAY DEPARTMENT 601 NORTHERN AVENUE HAGERSTOWN, MARYLAND 21742 ATTENTION: MR. JACK REYNARD RE: Quote 162795-01 Mr. Reynard, We would like to offer the same terms and conditions as the Sourcewell Contract #032119-CAT for the purchase of (1) NEW 2021 CATERPILLAR 2991133 COMPACT TRACK LOADER Thank you for the opportunity to provide you a quote for your equipment needs. This quotation is valid for 30 days. If there are any questions, please do not hesitate to contact me. Regards, Brent D. Stewart Governmental Sales - North Carter Machinery Co. Inc. 410-733-2394 Brent—stewart@cartermachinery.com Page 1 of 3 MACHINE SPECIFICATIONS Description 299D3 COMPACT TRACK LOADER LANE 3 ORDER CAB PACKAGE, ULTRA DEBRIS MGMT PKG, NONE (DMO) TRACK, RUBBER,400MM(15.71N)BLCK BATTERY,EXTRA HD,DISC,1000 CCA REAR LIGHTS SEAT,AIR SUSPENSION,CLOTH,HEAT DOOR, CAB, GLASS SEAT BELT, 2" PRODUCT LINK, CELLULAR PL641 QUICK COUPLER, HYDRAULIC CERTIFICATION ARR, P65 INSTRUCTIONS, ANSI, USA SERIALIZED TECHNICAL MEDIA KIT FILM,TWO SPEED W/HIGH FLOWXPS FILM, RIDE CONTROL, ANSI FILM, SELF LEVEL, ANSI HEATER, ENGINE COOLANT, 120V COUNTERWEIGHT, MACH INE,EXTERNAL PACK, DOMESTIC TRUCK RIDE CONTROL BROOM, UTILITY, BU118, BOCE BUCKET -GP, 86", BOCE COLD PLANER, PC310 BUCKET-IND. GR, 80", BOCE 86 INCH TOOTH BAR CAB ULTRA PACKAGE INCLUDES: _ 512-4414 HYDRAULICS, PERFORMANCE, (H3) 512-4115 CONTROL, ISO, PROP, WT 495-1671 LIGHTS, LED 357-0240 RUBBER BELT, 2 SPD, TF IDLERS 512-3368 ROPS, ENCLOSED WITH A/C (0) 465-3705 DISPLAY, ADVANCED, LCD, CAMERA 579-8782 FAN, COOLING, DEMAND, REVERSING 536-9738 SEAT,AIR SUSPENSION,CLOTH,HEAT 568-4704 FILM,TWO SPEED,W/HIGH FLOW XPS 345-6180 RADIO, AM/FM, BLUETOOTH Reference No 512-4299 OP-9003 588-9140 512-4089 389-7673 568-5612 356-6082 536-9738 586-1307 542-6994 573-8121 512-3401 563-1163 512-4284 421-8926 568-4704 422-3445 435-9238 345-3556 345-5148 OP-0210 512-3491 493-2259 296-8192 529-5820 217-6230 275-5427 588-9140 CATERPILLAR LIST PRICE $163,222.00 SOURCEWELL DISCOUNT OF $25% OFF OF LIST PRICE-40,806.00 SALE PRICE $122,416.00 5 YEAR / 2000 HOUR TM WARRANTY W/TTM 5,500.00 Page 2 of 3 TOTAL SALE PRICE $127,916.00 TRADE IN VALUE FOR 2007 BOBCAT A300 (539912244)-22,000.00 TRADE IN VALUE FOR BOBCAT SWEEPER (44802)-1,500.00 TRADE IN VALUE FOR BOBCAT PLANER (00598)-2,500.00 ADJUSTED BALANCE AFTER TRADE $101,916.00 Page 3 of 3 June 14, 2021 WASHINTON COUNTY HIGHWAY DEPARTMENT 601 NORTHERN AVENUE HAGERSTOWN, MARYLAND 21742 ATTENTION: MR. JACK REYNARD RE: Quote 162795-01 Mr. Reynard, We would like to offer the same terms and conditions as the Sourcewell Contract #032119-CAT for the purchase of (1) NEW 2021 CATERPILLAR 299133 COMPACT TRACK LOADER Thank you for the opportunity to provide you a quote for your equipment needs. This quotation is valid for 30 days. If there are any questions, please do not hesitate to contact me. Regards, Brent D. Stewart Governmental Sales - North Carter Machinery Co. Inc. 410-733-2394 Brent_stewart@cartermachinery.com Page 1 of 3 MACHINE SPECIFICATIONS Description 299D3 COMPACT TRACK LOADER LANE 3 ORDER CAB PACKAGE, ULTRA DEBRIS MGMT PKG, NONE (DMO) TRACK, RUBBER,400MM(15.71N)BLCK BATTERY,EXTRA HD,DISC,1000 CCA REAR LIGHTS SEAT,AIR SUSPENSION,CLOTH,HEAT DOOR, CAB, GLASS SEAT BELT, 2" PRODUCT LINK, CELLULAR PL641 QUICK COUPLER, HYDRAULIC CERTIFICATION ARR, P65 INSTRUCTIONS, ANSI, USA SERIALIZED TECHNICAL MEDIA KIT FILM,TWO SPEED W/HIGH FLOW XPS FILM, RIDE CONTROL, ANSI FILM, SELF LEVEL, ANSI HEATER, ENGINE COOLANT, 120V COUNTERWEIGHT, MACH INE,EXTERNAL PACK, DOMESTIC TRUCK RIDE CONTROL BROOM, UTILITY, BU118, BOCE BUCKET -GP, 86", BOCE COLD PLANER, PC310 BUCKET-IND. GR, 80", BOCE 86 INCH TOOTH BAR CAB ULTRA PACKAGE INCLUDES: 512-4414 HYDRAULICS, PERFORMANCE, (H3) 512-4115 CONTROL, ISO, PROP, WT 495-1671 LIGHTS, LED 357-0240 RUBBER BELT, 2 SPD, TF IDLERS 512-3368 ROPS, ENCLOSED WITH A/C (C3) 465-3705 DISPLAY, ADVANCED, LCD, CAMERA 579-8782 FAN, COOLING, DEMAND, REVERSING 536-9738 SEAT,AIR SUSPENSION, CLOTH, HEAT 568-4704 FILM,TWO SPEED,W/HIGH FLOW XPS 345-6180 RADIO, AM/FM, BLUETOOTH Reference No 512-4299 OP-9003 588-9140 512-4089 389-7673 568-5612 356-6082 536-9738 586-1307 542-6994 573-8121 512-3401 563-1163 512-4284 421-8926 568-4704 422-3445 435-9238 345-3556 345-5148 OP-0210 512-3491 493-2259 296-8192 529-5820 217-6230 275-5427 588-9140 CATERPILLAR LIST PRICE $163,222.00 SOURCEWELL DISCOUNT OF $25% OFF OF LIST PRICE-40,806.00 SALE PRICE $122,416.00 5 YEAR / 2000 HOUR TM WARRANTY W/TTM 5,500.00 TOTAL SALE PRICE $127,916.00 Page 2 of 3 EPJOHNDEERIA ALL PURCHASE ORDERS MUST BE MADE OUT TO (VENDOR): Deere & Company 2000 John Deere Run Cary, NC 27513 FED ID: 36-2382580; DUNS#: 60-7690989 Prepared For: Jack Reynard Washington County Highway Dept Jack Reynard 601 NORTHERN AVE HAGERSTOWN, MD 21742 Mobile: 240-313-2720 JREYNARD@WASHCO-MD.NET Smith's Implements Inc. r 4lemtrxmr to54ue NxeB4k, Mcrcers6urg, PA c,rrnia. PA GhambersburD. PA Hag-M."., PAD .tmltbrlm D•Com ALL PURCHASE ORDERS MUST BE SENT TO DELIVERING DEALER: Smith's Implements, Inc. 13115 Cearfoss Pike Hagerstown, MD 21740 301-733-1873 dquirple@smithsimp.com Quote Summary Delivering Dealer: Smith's Implements, Inc. Rich Caldwell 13115 Cearfoss Pike Hagerstown, MD 21740 Phone: 301-733-1873 rcaldwell@smithsimp.com Quote ID: 24602303 Created On: 06 June 2021 Last Modified On: 08 June 2021 Expiration Date: 30 September 2021 Equipment Summary Suggested List Selling Price Qty Extended JOHN DEERE 5100M $ 94,484.68 $ 72,818.32 X 2 = $ 145,636.64 PowrReverserTM Utility Tractor Contract: MD Grounds Maint Equip TKO-402-20-001 (PG MP CG 22) Price Effective Date: June 6, 2021 Equipment Total $ 145,636.64 * Includes Fees and Non -contract items Quote Summary Equipment Total $ 145,636.64 Trade In SubTotal Est. Service Agreement Tax Total Down Payment Rental Applied Balance Due $ 146,636.64 $ 0.00 $ 145,636.64 (0.00) (0.00) $ 145,636.64 Salesperson : X Confidential Accepted By : X Selling Equipment Quote Id: 24602303 Customer Name: WASHINGTON COUNTY HIGHWAY DEPT ALL PURCHASE ORDERS MUST BE MADE OUT TO (VENDOR): Deere & Company 2000 John Deere Run Cary, NC 27513 FED ID: 36-2382580; DUNS#: 60-7690989 Smith's Implements Inc. r 4l fia W9a muawa Mer-mburg, PA Carlisle, PA Chamborsbur,7, PA Hagersfovm, MD www.�mlth�lmp.<om ALL PURCHASE ORDERS MUST BE SENT TO DELIVERING DEALER: Smith's Implements, Inc. 13115 Cearfoss Pike Hagerstown, MD 21740 301-733-1873 dquirple@smithsimp.com JOHN DEERE 5100M PowrReverserTM Utility Tractor Hours: Suggested List Stock Number: $ 94,484.68 Contract: MD Grounds Maint Equip LKO-402-20-001 (PG Selling Price * MP CG 22) $ 72,818.32 Price Effective Date: June 6, 2021 * Price per item - includes Fees and Non -contract items Code Description Qty List Price Discount% Discount Contract Extended Amount Price Contract Price 253FPY 5100M PowrReverserTM 2 $ 69,336.00 23.00 $ 15,947.28 $ 53,388.72 $ Utility Tractor 106,777.44 StandaCd Option*-, Per Unit 183A JDLinkTM Capable 2 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00 185A Less Subscription 2 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00 0202 United States 2 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00 0409 English Operators Manual 2 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00 1390 PowrReverserTm Hi-Lo 2 $ 1,872.00 23.00 $ 430.56 $ 1,441.44 $ 2,882.88 32F/16R 40 km/h 1725 Loader Prep Package 2 $ 1,906.00 23.00 $ 438.38 $ 1,467.62 $ 2,935.24 2055 Standard Cab 2 $ 13,259.00 23.00 $ 3,049.57 $ 10,209.43 $ 20,418.86 2100 Mechanical Suspension seat 2 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00 2410 Instructional Seat with Seat- 2 $ 617.00 23.00 $ 141.91 $ 475.09 $ 950.18 belt 3025 Corner Post Deluxe Exhaust 2 $ 666.00 23.00 $ 153.18 $ 512.82 $ 1,025.64 3325 2 Mechanical Stackable 2 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00 Rear SCV 3420 2 Stackable Mid SCVs with 2 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00' Mechanical Joystick control 3820 Two Speed PTO - 540/540E 2 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00' 4030 Electronic Hitch Control with 2 $ 524.00 23.00 $ 120.52 $ 403.48 $ 806.96 Remote Control on LH Fender 4110 Telescoping Draft Links with 2 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00 Ball End - Category 2 4160 LH Only Adjustment Lift Link 2 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00 4210 Mechanical Center Link with 2 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00 Ball Ends - Category 2 Confidential Smith's Implements Inc. .9lcmtkvu (o54ueH Morccrsturt,, PA Selling Equipment rt;ro"Zb-.A Cha 6orsbur0. NA H3gerstnwn, MU www.�mithelmp.eom Quote Id: 24602303 Customer Name: WASHINGTON COUNTY HIGHWAY DEPT ALL PURCHASE ORDERS MUST BE MADE OUT ALL PURCHASE ORDERS MUST BE SENT TO (VENDOR): TO DELIVERING DEALER: Deere & Company Smith's Implements, Inc. 2000 John Deere Run 13115 Cearfoss Pike Cary, NC 27513 Hagerstown, MD 21740 FED ID: 36-2382580; DUNS#: 60-7690989 301-733-1873 dquirple@smithsimp.com 4420 LH & RH Stabilizer Bar 2 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00 5133 460/85R30 (18.4R30) R1 W 2 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00 Radial 5999 No Rear Tire Brand 2 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00' Preference 6040 MFWD Front Axle 2 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00 6203 320/85R24 (12.4R24) R1W 2 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00'' Radial 6799 No Front Tire Brand 2 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00'. Preference 8015 Front Fenders - Turnable 2 $ 938.00 23.00 $ 215.74 $ 722.26 $ 1,444.52' 8020 Rear Fender Extensions 2 $ 266.00 23.00 $ 61.18 $ 204.82 $ 409.64' 8280 Rear Window Wiper 2 $ 314.00 23.00 $ 72.22 $ 241.78 $ 483.56 8300 Cold Weather package - 2 $ 98.00 23.00 $ 22.54 $ 75.46 $ 150.92 Coolant heater 8386 PTO Remote Control and 2 $ 68.00 23.00 $ 15.64 $ 52.36 $ 104.72 LH and RH Fenders 8458 70 mm Hitch Lift Cylinder 2 $ 377.00 23.00 $ 86.71 $ 290.29 $ 580.58 Standard Options Total $ 20,905.00 $ 4,808.15 $ 16,096.85 $ 32,193.70 Dealec Attachm+er>wto/Nan-CoritractiC3pen > larket ' SHL10CA AMBER MIN LED IGHT 2 $ 600.00 0.00 $ 0.00 $ 600.00 $ 1,200.00 BAR PM191-05 DUAL USB CHARGER 2 $ 15.52 25.00 $ 3.88 $ 11.64 $ 23.28 2901 AT162291 Extension - EXTENSION, 2 $ 262.83 25.00 $ 65.71 $ 197.12 $ 394.25' BACKREST,CLOTH BSJ10325 Headlight - HEADLIGHT, 2 $ 311.30 25.00 $ 77.83 $ 233.48 $ 466.95' LED, FIELD INSTALLATION BRE10152 Holder Kit - HOLDER KIT, 2 $ 68.20 25.00 $ 17.05 $ 51.15 $ 102.30' SELF LEVELING CUP HOLDE PC13353 Paper Parts Catalog - PRTS 2 $ 184.00 25.00 $ 46.00 $ 138.00 $ 276.00 CTLG-5100MH TRACTOR (N.AMERICA) AL232067 Radio - RADIO, BASE 4 2 $ 631.63 25.00 $ 157.91 $ 473.72 $ 947.44 RADIO ORDERING NUMBER SJ15783 Rim - RIM, RIM, W/ 2 $ 868.57 25.00 $ 217.14 $ 651.43 $ 1,302.86 FLANGE, TW15-30 Confidential J Smith's Implements Inc. r 4facSt'. 16u8wt Selling Equipment M°r`«htrr°,PA PA CarHsie, Chambershurg. Ph Nayorstovin, h40 wwwnmltholmp.eom Quote Id: 24602303 Customer Name: WASHINGTON COUNTY HIGHWAY DEPT ALL PURCHASE ORDERS MUST BE MADE OUT ALL PURCHASE ORDERS MUST BE SENT TO (VENDOR): TO DELIVERING DEALER: Deere & Company Smith's Implements, Inc. 2000 John Deere Run 13115 Cearfoss Pike Cary, NC 27513 Hagerstown, MD 21740 FED ID: 36-2382580; DUNS#: 60-7690989 301-733-1873 dquirple@smithsimp.com RE252996 Rim And Wheel Center - 2 $ 875.48 25.00 $ 218.87 $ 656.61 $ 1,313.22 RIM AND WHEEL CENTER, RIM AND WHEEL TM143719 Technical Manual - 2 $ 195.00 25.00 $ 48.75 $ 146.25 $ 292.50 5075M,5090M, 5100M,5100 MH,5115M R283516 Wheel Center - WHEEL 2 $ 231.15 25.00 $ 57.79 $ 173.36 $ 346.73 CENTER, WHEEL CENTER, DISK, W Dealer Attachments Total $ 4,243.68 $ 910.92 $ 3,332.76 $ 6,665.53 Confidential Open Session Item SUBJECT: Intergovernmental Cooperative Purchase (INTG-21-0065) via Utilizing the Maryland State Highway Administration (SHA) Contract Line Striping Contract. PRESENTATION DATE: August 10, 2021 PRESENTATION BY: Brandi Naugle, CPPB, Buyer, Purchasing Department; Zane Rowe, Deputy Director Public Works Highway and Doug Levine, Traffic Supervisor, Highway Department. RECOMMENDED MOTION: To authorize by Resolution, for the Highway Department to utilize the Maryland State Highway Administration (SHA) contract with Alpha Space Control Co., Inc. of Chambersburg, PA for line striping of 1,647,655 linear feet at $.0789 a linear foot on various roads within the County in the amount of $130,000. REPORT-IN-BRIEF: The Code of Public Laws of Washington County, Maryland (the Public Local Laws) 1-106.3 provides that the Board of County Commissioners may procure goods and services through a contract entered into by another governmental entity, in accordance with the terms of the contract, regardless of whether the County was a part to the original contract. The Maryland State Highway Administration (SHA) solicited the resulting agreement. If the Board of County Commissioners determines that participation by Washington County would result in cost benefits or administrative efficiencies, it could approve the purchase of this service in accordance with the Public Local Laws referenced above by resolving that participation would result in cost benefits or in administrative efficiencies. The County will benefit with the direct cost savings in the purchase of this service because of economies of scale this contract has leveraged. Additionally, the County will realize savings through administrative efficiencies as a result of not preparing, soliciting and evaluating a bid. Acquisition of this service by utilizing the Maryland State Highway Administration (SHA) contract and eliminating our county’s bid process would result in an administrative and cost savings for the Highway Department in preparing specifications and the Purchasing Department. DISCUSSION: N/A FISCAL IMPACT: Funds are budgeted in the department’s account 515000-20-20050 for these services. CONCURRENCES: N/A ALTERNATIVES: N/A ATTACHMENTS: Maryland State Highway Administration’s Pricing Sheet AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form W New Vendor? Register Now Vendor Search Public Solicitations Public Contracts O Accessibility L Er.dish Public Contract: CTR001617 - 492D21423 New and Retracing of Existing Waterborne... Contract Title Effective Date Contract ID Alternate ID 492D21423 New and Retracing of Existing Waterborne Roadway Lines at Various Locations in Caroline, Cecil, Kent, Queen 7/22/2020 CTR001617 Anne's and Talbot Counties Vendor Expiration Alpha Space Control Date 6/29/2023 Contract Type Master With Secondary Competition ContractAmount 2,039,610.00 Procurement Officer / Buyer Leslie CLARK Linked Solicitation BPM018658: 492D21423 New and Retracing of Existing Waterborne Roadway Lines at Various Locations in Caroline, Cecil, Kent, Queen Anne's and Talbot Counties Statewide Contract Yes Federal Funding No Green Contract No VSBE Goal BPW Date 7/1/2020 BPW Item 5•M USD Email LClark2@mdotstate.m... 0 ........ .......... . _ ~ Letting: 200402 Maryland Department of Transportation Contract ID: 492D21423 04/02/2020 12:00:00 PM State Highway Administration Call: 403 PROPOSAL FORM PACKET - STATE State of Maryland Department of Transportation State Highway .Administration Proposal Form Packet - State Letting ID: 200402 04/02/2020 12:00:00 PM Contract ID: 492D21423 Call: 403 Submitted by Alpha Space Control Co., Inc. Errors: No Page 1 Alpha Space Control Co., Inc. Check: 9F84717FE8 Addenda Count: 0 Revised Date: 30 May 2017 Open Session Item SUBJECT: Intergovernmental Cooperative Purchase (INTG-21-0062) - One (1) Bobcat T76 T4 Compact Track Loader PRESENTATION DATE: August 10, 2021 PRESENTATION BY: Brandi Naugle, CPPB, Buyer, Purchasing Department and Dave Mason, P. E., Deputy Director, Solid Waste Department. RECOMMENDED MOTION: Move to authorize by Resolution, for the Department of Solid Waste to lease/purchase one (1) Bobcat T76 T4 Compact Track Loader for a total cost of $73,988.71 and to utilize another jurisdiction’s contract that was awarded by Sourcewell, (Contract 040319-CEC) to Bobcat of Hagerstown, MD. REPORT-IN-BRIEF: The Code of Public Laws of Washington County, Maryland (the Public Local Laws) 1-106.3 provides that the Board of County Commissioners may procure goods and services through a contract entered into by another governmental entity, in accordance with the terms of the contract, regardless of whether the County was a part to the original contract. If the Board of County Commissioners determines that participation by Washington County would result in cost benefits or administrative efficiencies, it could approve the procurement of the equipment in accordance with the Public Local Laws referenced above that participation would result in cost benefits or in administrative efficiencies. The County will benefit with the direct cost savings in the purchase of this equipment because of economies of scale this contract has leveraged. Additionally, the County will realize savings through administrative efficiencies as a result of not preparing, soliciting and evaluating a bid. Acquisition of the equipment by utilizing the Sourcewell contract and eliminating our County’s bid process would result in an administrative and cost savings for the Department of Solid Waste and Purchasing Department in preparing specifications. DISCUSSION: N/A FISCAL IMPACT: Funds are budgeted in the Department of Solid Waste operating budget account 535055-21-21020 CONCURRENCES: N/A ALTERNATIVES: N/A ATTACHMENTS: Bobcat of Hagerstown Quote: JLK-07170 dated M/D/2021 AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form ,j Product Quotation Bobcat Quotation Number: JLK-07170 Date: 2021-03-08 08:32:26 Customer Name/Address: Bobcat Delivering Dealer ORDER TO BE PLACED WITH: Contract Holder/Manufacturer WASHINGTON COUNTY Bobcat of Hagerstown, Clark Equipment Co dba Bobcat LANDFILL Hagerstown, MD Company Attn: DONALD MORGAN 18213 Maugans Ave 250 E Beaton Dr, PO Box 6000 12630 EARTH CARE ROAD Hagerstown MD 21740 West Fargo, ND 58078 HAGERSTOWN, MD 21740 Phone: 301-634-2558 Phone: 701-241-8719 Fax: Fax:855-608-0681 Contact: Heather Messmer Heather. Messmer@doosan.com Description T76 T4 Bobcat Compact Track Loader 36 Month Protection Plus (2000 Hours) P69 Performance Package Power Bob-Tach 7-Pin Attachment Control High Flow Two -Speed Part No Qty Price Ea. Total M0371 1 $49,230.72 $49,230.72 9974406 1 $1,000.00 $1,000.00 M0371-P06-P69 1 $5,845.68 $5,845.68 Dual Direction Bucket Positioning Automatic Ride Control Reversing Fan C77 Comfort Package M0371-P07-C77 1 $4,929.84 $4,929.84 Clear Sides Enclosed Cab with AC/Heat Radio Ready Sound Reduction heated cloth air ride suspension seat 17.7" Multi Bar Track M0371-R09-005 1 $514.08 $514.08 Strobe M0371-Ao1-C39 1 $220.00 $220.00 Special Applications Polycarbonate Door Kit 7376911 1 $2,143.97 $2,143.97 Rear View Camera 7384581 1 $587.54 $587.54 Radio Completion Kit 7384580 1 $280.20 $280.20 Sweeper Bucket 72" 7405171 1 $3,708.04 $3,708.04 48" Hydraulic Pallet Fork 6905426 1 $2,290.64 $2,290.64 80" Heavy Duty Bucket 7272681 1 $931.00 $931.00 --- Bolt -On Cutting Edge, 80" 6718008 1 $268.00 $268.00 Total of Items Quoted Freight Charges Dealer Assembly Charges Quote Total - US dollars Notes: $71,949.71 $1,517.00 $522.00 $73,988.71 *Prices per the Sourcewell Contract-040319-CEC *Terms Net 30 Days. Credit cards accepted. *FOB Origin within the 48 Contiguous States. *Delivery: 60 to 90 days from ARO. .,. .• .... .ri! k� a ..I I I I/ �. .. W: *TID# 38-0425350 *Orders Must be Placed With: Clark Equipment dba Bobcat Company, Govt Sales, 250 E Beaton Drive, West Fargo, ND 58078. ORDER ACCEPTED BY: SIGNATURE PRINT NAME AND TITLE SHIP TO BILL TO ADDRESS (if different than Ship To):, DATED PURCHASE ORDER # NCLA Government Capital March 25, 2021 Washington County Landfill 12630 Earth Care Road Hagerstown, Maryland 21740 Re: Fair Market Value Lease Proposal Dear Sir or Madam Lease Servicing Center, Inc. dba NCL Government Capital ("NCL") is pleased to propose to Washington County Landfill the following Fair Market Value Lease transaction as outlined below. Under this transaction, Washington County Landfill would enter into a Fair Market Value Lease agreement with NCL for the purpose of acquiring T76 Bobcat. This transaction is subject to formal review and approval by both the Lessor and Lessee. LESSEE: LESSOR: EQUIPMENT: EQUIPMENT COST: DOWN PAYMENT/TRADE-IN: AMOUNT FINANCED: FUNDING DATE: DEFERRAL DAYS: FIRST PAYMENT DUE: TERM: MONTHLY LEASE PAYMENTS: ALTERNATIVE LEASE OPTIONS: Washington County Landfill Lease Servicing Center, Inc. dba NCL Government Capital T76 Bobcat $73,988.71 $0.00 $73,988.71 June 18, 2021 0 June 18, 2021 3 Years $1,780.35 4 years $1,440.08 5 years $1,234.22 MAX USAGE: 501-1000 hours per year 220 22nd Ave. E Suite 106 * Alexandria, MN 56308 * Telephone 320 763 7600 * Fax 320 763 9600 www.nclgovcap.com END OF LEASE OPTIONS: 1. Return equipment to Lessor 2. Renew Lease 3. Purchase equipment for its fair market value PRICING: The Payments outlined above are locked, provided this proposal is accepted by the Lessee by April 24, 2021 and the transaction closes/funds prior to May 24, 2021. After these days, the final Payments shall be adjusted commensurately with market rates in effect at the time of funding and shall be fixed for the entire lease term. DOCUMENTATION FEE: $500 paid to Lessor at closing DOCUMENTATION: Lessor shall provide all of the documentation necessary to close this transaction. This documentation shall be governed by the laws of the State of Lessee. TITLE / INSURANCE: Lessor shall retain title to the equipment during the lease term. Lessor shall be granted a perfected security interest in the equipment and the Lessee shall keep the equipment free from any/all liens or encumbrances during the term. Lessee shall provide adequate loss and liability insurance coverage, naming Lessor as additional insured and loss -payee, SOURCEWELL NCL has been competitively bid and awarded a contract through Sourcewell (Formerly CONTRACT: 4011620-NCL NJPA), NCL's Sourcewell Contract N is 011620-NCL. We appreciate this opportunity to offer an NCL Financing Solution. Please do not hesitate to contact me if you have any questions at (320) 763-7600. Acceptance of this proposal is required prior to credit underwriting by NCL. Upon acceptance of this proposal, please scan and e-mail to my attention. Thank you again. Sincerely, Jacob Ost - (320) 763-7600 jakeo@nclgovcap.com ACCEPTANCE As a duly authorized agent of Washington County Landfill, I hereby accept the proposal as outlined above and intend to close this financing with NCL, subject to final approval. ACCEPTED: NAME: PHONE: DATE: TITLE: RECOMMFNDING\NATYOUiPYEAN.1. TOM RSSPECE TO TIE INFOMIAYOUCONTAIN ED HOUR. BEFORE ATTEND ON INIS INIORMATION,YOYSNOYLYYISCUES TBVIM YOUR OWN UUAM.1ANOIOR MUNICIPAI, YOU DLEM AT,.F IAR,.IEYOU\VOB. R1 AMUNICITAIRMU R THAT NA LEGAL EIDVOARY DVN[STO YOU, MEN YOU ARE FREE IO ENOAOE A MUNICIPAL AM SOR TO SERVE III BEAT(AVACOY. 220 22nd Ave. E Suite 106 * Alexandria, MN 56308 * Telephone 320 763 7600 * Fax 320 763 9600 www.nclgovcap.com Open Session Item SUBJECT: Intergovernmental Cooperative Purchase (INTG-21-0064) - One (1) New/Unused 2022 Ford Super Duty F-550 PRESENTATION DATE: August 10, 2021 PRESENTATION BY: Brandi Naugle, CPPB, Buyer, Purchasing Department and Mark Bradshaw, P. E., Division Director of Environmental Management. RECOMMENDED MOTION: Move to authorize by Resolution, for the Department of Water Quality to purchase one (1) New/Unused 2022 Ford Super Duty F-550 (DRW (X5H) XL 4WD Super Cab 168” WB 60” CA, Redding Body) for a total cost of $66,248.12 and to utilize another jurisdiction’s contract that was awarded by Sourcewell, (Contract 120716-NAF) to National Auto Fleet Group of Watsonville, CA. REPORT-IN-BRIEF: The Code of Public Laws of Washington County, Maryland (the Public Local Laws) 1-106.3 provides that the Board of County Commissioners may procure goods and services through a contract entered into by another governmental entity, in accordance with the terms of the contract, regardless of whether the County was a part to the original contract. If the Board of County Commissioners determines that participation by Washington County would result in cost benefits or administrative efficiencies, it could approve the procurement of the equipment in accordance with the Public Local Laws referenced above that participation would result in cost benefits or in administrative efficiencies. The County will benefit with the direct cost savings in the purchase of this equipment because of economies of scale this contract has leveraged. Additionally, the County will realize savings through administrative efficiencies as a result of not preparing, soliciting and evaluating a bid. Acquisition of the equipment by utilizing the Sourcewell contract and eliminating our county’s bid process would result in an administrative and cost savings for the Water Quality Department and Purchasing Department in preparing specifications. DISCUSSION: N/A FISCAL IMPACT: Funds are budgeted in the Department of Water Quality’s Capital Improvement Plan (CIP) budget account 600300-37-40010-VEH007 CONCURRENCES: N/A ALTERNATIVES: N/A ATTACHMENTS: National Auto Fleet Group Quote: 16943 R2, dated 5/24/2021 AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form 5/24/2021 Sell, service, and deliver letter National Auto Fleet Group A ❑.viulan of Ch.v Icc of VV.L.onvlll. 490 Auto Conter Drive. Watsonville, CA 95076 (855) 289-6572 - (831) 480-8497 Fax Fleet'4NatfonalAutoFleetGroup.com 5/10/2021 5/24/2021 Re -Configured Mr Mark Bradshaw Washington County 16232 Elliott Parkway Williamsport, Maryland, 21795 Dear Mark Bradshaw, Quote ID: 16943 R2 Order Cut Off Date: TBA National Auto Fleet Group is pleased to quote the following vehicle(s) for your consideration. One (1) New/Unused (2022 Ford Super Duty F-550 DRW (X5H) XL 4WD SuperCab 168" WB 60" CA, Redding Body ) and delivered to your specified location, each for One Unit One Unit Total % Total Savings (MSRP) Savings Contract Price $52,765.00 $46,836.12 11.236 % $5,928.88 Redding Body $18,812.00 2 additional $600.00 key(s) Tax (0.0000 %) $0.00 Tire fee $0.00 Total $66,248.12 - per the attached specifications. This vehicle(s) is available under the Sourcewell (Formerly Known as NJPA) Contract 120716-NAF . Please reference this Contract number on all purchase orders to National Auto Fleet Group. Payment terms are Net 20 days after receipt of vehicle. Thank you in advance for your consideration. Should you have any questions, please do not hesitate to call. Sincerely, Jesse Cooper Account Manager Email: Fleet@NationalAutoFleetGroup.com Office: (855) 289-6572 Fax: (831) 480-8497 CHEVROLEr Quoting Department Account Manager Fleet@NationalAutoFleetGroup.com (855) 289-6572 TOYOTA y - L3S1i71'l https://nationalautofleetgroup.com/OrderRequesUSSDPrinUl6943?ws=true&se=true&ssdType=QuickQuote 3/11 5/24/2021 Sell, service, and deliver letter Purchase Order Instructions & Resources In order to finalize your purchase please submit this purchase packet to your governing body for a purchase order approval and submit your purchase order in the following way: Email: Fleet@NationalAutoFleetGroup.com Fax: (831) 480-8497 Mail: National Auto Fleet Group 490 Auto Center Drive Watsonville, CA 95076 We will send a courtesy confirmation for your order and a W-9 if needed. Learn how to track your vehicle: Use the upfitter of your choice: Vehicle Status: General Inquiries: Additional Resources www.NAFGETA.com www.NAFGpartner.com ETA@NationalAutoFleetGroup.com Fleet a�NationalAutoFleetGroup.com For general questions or assistance please contact our main office at: 1-855-289-6572 https://nationalautofleetgroup.com/OrderRequesUSSDPrint/l 6943?ws=true&se=true&ssdType=QuickQuote 4111 READING TRUCK EQUIPMENT Bill To: NATIONAL AUTO FLEET GROUP Customer #: 81763 490 AUTO CENTER DRIVE WATSONVILLE, CA 95076 Contact: Phone: 855-289-6572 Fax: 562-684-0642 Email: Terms: N30 RFQ/Spec#: SAM TOZOUR STozour@readingequipment.com QUOTATION ID: DJM07421-1 445-444-5211 DATE: 5/24/2021 Page 1 of 5 End User: Washington County, MD Description: CLA108ADW, 9' CLASSIC II ALUMINUM Ship To: Washington County. 16232 Elliot Parkway Williamsport, MD 21795 Contact: MARK BRADSHAW Phone: 240-313-2615 Ship Via: DELIVER - LOCAL Total Units: 1 Quote valid until: 6/23/2021 Entered By: DAVE MCGLYNN Upfit Branch: CLINTON, MD Lead Time: 14-15 WEEKS Customer PO: Chassis Location: CUSTOMER SUPPLIED Dealer Code: CHASSIS NOTE: This quote is based on the following chassis information to ensure fitment and safety. changes will require an updated quote. Make: FORD Vehicle Code: X5H-F550-23 CA: 60.0 Engine Type: GAS Model: F-550 Cab Type: EXTENDED WEI: 168.0 Engine Model: Year. 2022 Single/Dual RW: DRW Drive: 4X4 Fuel Tanks: GVWR: 18000 Paint Code/Color: Desc: CHASSIS CAB VIN: FO: ITEM QUANTWOM DESCRIPTION PRICE EACH AMOUNT 1 1 EA FURNISH AND INSTALL $18,812.00 $18,812.00 1 1 EA PRICES & EQUIPMENT QUOTED ARE SUBJECT TO CHANGE BASED ON OEM MODEL YEAR VEHICLE MODIFICATIONS, EQUIPMENT AVAILABILITY, PRODUCT FITMENT AND ANY COMMODITY SURCHARGES IN EFFECT AT TIME OF ORDER 1 1 EA QUOTE IS BASED ON CHASSIS HAVING A CLEAR FRAME AND EQUIPPED WITH (1) OEM STANDARD REAR MOUNT FUEL TANK (GAS OR DIESEL), UNLESS OTHERWISE NOTED. 1 1 EA READING CLA108ADW, 9' CLASSIC Il, ALL ALUMINUM SERVICE BODY. 108" L X 91 1/2" W X 40" H, 48 1/2" W FLOOR. "A" COMPARTMENT LAYOUT- R/S & C/S. PATENTED HIDDEN HINGES. STAINLESS STEEL ROTARY PADDLE LATCHES. NITROGEN STRUT DOOR HOLDERS. ALUM TP FLOOR, SLAM ACTION TAILGATE. 6"UNDERSTRUCTURE. LED COMBO REAR LIGHTS. ONE (1) FUEL FILL - R/S REAR. SPRING MOUNTING KIT. PC WHITE FINISH. 10 YEAR LIMITED WARRANTY. 1 1 EA INSTALL FORD PROVIDED LOCKOUT KIT TO REDUCE DOOR OPENING ANGLE FROM 180 TO 90 DEGREES. 1 1 EA PROVIDE EXHAUST EXTENSION. READING TRUCK EQUIPMENT SAM TOZOUR STozour@readingequipment.com QUOTATION ID: DJM07421-1 445-444-5211 DATE: 5/24/2021 Page 2 of 5 ITEM QUANTIUOM DESCRIPTION PRICE EACH AMOUNT 1 1 PR BODY TO INCLUDE INTEGRATED ALUMINUM FLIP -UP SPACEMAKER LIDS ON COMPARTMENT TOPS - ROADSIDE & CURBSIDE. 1 1 EA C2-60 CLASSIC PACKAGE UPGRADE, INCLUDING: LATCHMATIC LOCKING SYSTEM WITH AUTOMATIC LED DOME LIGHTS & ALARM. ERGO GLIDE DRAWER UNIT, C/S FRT VERT COMPT. FLOOR AREA AUTOMATIC LED DOME LIGHT. BRIGHT ALUMINUM TAILGATE EDGE COVER AND GRAVEL GUARDS. (Not to be included in any body that has a bottle rack or vented compartment for carrying a volatile fuel source.) 1 1 EA RECESSED POOCHED BUMPER - PC WHITE. 1 1 EA CURT #15445, CLASS V FRAME MOUNT HITCH W/2" RECEIVER. 17,000# WC, 2550# TW. (NOT TO EXCEED VEHICLE MANUFACTURER'S LIMITS) 1 1 EA HOPPY #40959, 7/4 WAY TRAILER RECEPTACLE. 1 1 EA INSTALL BACK UP CAMERA IF PROVIDED BY OEM. TEST TO FMVSS111 REQUIREMENTS. 1 1 EA READING REMOVABLE SIDE -MOUNTED LADDER RACK WITH ANGLED LADDER SUPPORTS - POWDER COAT WHITE. 1 4 EA 1/4' SPACER PLATES - POWDER COAT WHITE - REQUIRED FOR LADDER RACK INSTALLATION ON SPACEMAKER BODY. 1 1 EA FOUR (4) BUYERS #8891130 - 4.75" AMBER LED SURFACE MOUNTED STROBE LIGHTS. TWO (2) INSTALLED ON FRONT GRILL & TWO (2) INSTALLED AT REAR OF BODY, ONE EACH SIDE ABOVE TAILLIGHTS. 1 1 EA THOR THPW2000, 2000 WATT PURE SINE WAVE INVERTER, 16.92" L X 8.5" W X 3.34" H - 20 AMP OUTPUT. INCLUDES GFCI OUTLET, ON/OFF REMOTE PORT, DIGITAL VOLT METER AND BATTERY ISOLATOR. WEIGHT - 8.3# - 2 YR LIMITED WARRANTY. AUXILIARY BATTERY REQUIRED. INVERTER AND BATTERY INSTALLED IN C/S FRONT COMPARTMENT 1 1 EA AUXILIARY BATTERY - ONE (1) GROUP 31 DEEP CYCLE MARINE BATTERY, BATTERY BOX, BATTERY ISOLATOR/SEPARATOR & VENT ASSEMBLY. 1 1 EA THOR TH-EXT - WEATHER PROOF POWER EXTENSION AND DUPLEX RECEPTACLE - INSTALLED C/S REAR BODY PANEL. 1 1 EA THOR TH0002, PUSH BUTTON REMOTE CONTROL WITH RED LED FAULT INDICATOR, GREEN LED POWER ON. MOUNTED ON DASH UNLESS OTHERWISE NOTED. 1 1 EA ONE (1) PR READING LOGO MUDFLAPS. 1 1 EA PRE -DELIVERY INSPECTION - FOR COMPLETED FORD UNIT. 1 1 EA GENERATE CERTIFICATION/ALTERATION LABEL AND/OR COMPLETE THE MSO WHEN APPLICABLE. 1 1 EA GENERATE A WEIGHT SLIP FOR COMPLETED UNIT. 1 1 EA ALL REQUIRED DOCUMENTATION FOR THE FINISHED UNIT i READINGi TRUCK EQUIPMENT SAM TOZOUR STozour@readingequipment.com QUOTATION ID: DJM07421-1 445-444-5211 DATE: 5/24/2021 Page 3 of 5 ITEM QUANTIUOM DESCRIPTION PRICE EACH AMOUNT 1 1 EA IS TO BE SHIPPED TO CUSTOMER VIA SECOND DAY AIR. (ADDRESS. CONTACT NAME & PHONE NUMBER REQUIRED) DELIVER COMPLETED UNIT VIA LOCAL TRANSPORT. Quote Total does not include any applicable taxes or transportation charges unless specifically noted herein: Quote Total: Sales Tax: Total Due: $18,812.00 $0.00 $18,812.00 The following items are optional: Be sure to check the options desired when signing the quotation to include them with the order. ITEM QUANTWOM DESCRIPTION PRICE EACH AMOUNT Add to Order 2 1 EA ECCO #510 BACK-UP ALARM. $46 00 $46.00 ❑ Notes SAM TOZOUR READING STozour@readingequipment.com QUOTATION ID: DJM07421-1 445-444-5211 DATE: 5/24/2021 TRUCK EQUIPMENT Page 4of5 READING TRUCK EQUIPMENT TERMS AND CONDITIONS • Prices quoted herein will be in effect for thirty (30) days (unless specifically noted on the quotation). However, during this time, prices may be increased according to, but not to exceed, the producer's price index (PPI) change for steel and/or aluminum between the date of the quotation and the date of the shipment. Commodity data may be used in conjunction with industry data to determine the increase. • Reading Truck Equipment ("RTE") ensures all completed vehicles conform to applicable U.S. Federal Motor Vehicle Safety Standards (FMVSS) in effect at time of manufacture. Customer/end-user is responsible for ensuring this vehicle, when operated, meets all applicable federal, state and local rules, regulations and statutes, including, but not limited to, those governing safety equipment, cargo securement, and accessories. • RTE will not be held financially liable for delay in delivery resulting from supply constraints from the chassis and/or equipment manufacturer. labor strikes, carrier delays, or any delays in RTE's performance due to acts of public enemies, industrial, or civil disturbances, orders of any governmental or military entity, or natural disaster. • RTE will provide Customer a notice of release ("Release Notice") of Customer's unit(s) ("Vehicle(s)") and Customer will remove, or authorize RTE to remove, the Vehicle(s) from RTE's lot within five (5) calendar days of the date thereof. After which time, RTE will not be responsible for any loss or damage thereto, for any reason including, but not limited to, such loss or damage caused by fire, flood. storm, act of God, rodent damage, vandalism, accident, explosion, war, strike, civil or military authority, or any other similar causes. • Upon the earlier of (i) five (5) days following a Release Notice or (ii) Customer's receipt of the Vehicle(s), RTE will be entitled to issue an invoice to Customer. • Delivery to and acceptance by Customer shall be F.O.B. RTE's final assembly location. Customer is responsible for any freight, shipping, insurance and handling charges for such Vehide(s) unless otherwise specified in the RTE quotation. RTE shall have no liability whatsoever for damage, loss or deterioration of the Products after delivery of the units to a common carrier, regardless of whether RTE charges Customer for freight. Customer acknowledges that all claims for losses caused by the carrier, including those for inconvenience, delay or expense, shall only be made against the carrier. In no event shall Customer deduct any amount for damage in transit from the amount due hereunder. • Any Customer modifications to the order that vary from the original specifications and/or drawings approved by the Customer and requested after the scheduled production date ("Production Start Date") may be billed on a separate invoice after the original order has been completed and invoiced in accordance with the process described above. • Approved Changes to an Order will be subject to any charges related to the price of goods or additional labor required to implement the change. Additionally any delivery timing implications that occur for such change will be estimated by RTE at the time of the change. Customer may be subject to any costs or fees related to any product or material rendered unnecessary after the change. • Cancelled orders regardless of reason are subject to a charge for time and material incurred by RTE plus any costs or fees related to returning or disposing of product acquired for the order. • In addition. Customer agrees to reimburse RTE's current lot lease expenses for every month past fourteen (14) calendar days of the date of the Release Notice that the Vehicle(s) remain on RTE's lot. Customer also agrees to pay RTE for all costs incurred after fourteen (14) calendar days of the date of the Release Notice, to maintain the Vehicles in satisfactory (road -worthy) working condition. • See quote for payment terms. COD customers require a 25% deposit at time of order and balance due upon completion. Payment arrangements regarding the balance shall be: ACH, wire transfer, certified check, or money order. Balance must be paid in full prior to release of product to Customer. A 5% surcharge shall apply to any credit card payment. • All balances over 30 days old are subject to a 1%% monthly service charge (18% per annum) Remit Deposits to: Reading Truck Equipment, LLC (Please label envelope - Deposit) PO Box 21051 New York, NY 10087-1051 By signing and accepting this quotation. Customer agrees to accept Reading Truck Equipment terms and conditions as stated above and as stated on the website https://www.readingequipment.com/terms-and-conditions/ Customer Signature Print Name Title PO# Date Customer must fill out the information below before the order can be processed: VIN and/or FO #: Chassis ETA: REMIT ALL PURCHASE ORDERS TO: nassd readingbody.com See our website for drop ship/ship thru codes: littp://www2.i-eadingt)odZcom/img/PDFs/Pool and Drop Ship Codes.pdf READING SAM TOZOUR STozour@readingequipment.com QUOTATION ID: DJM07421-1 445-444-5211 DATE: 5/24/2021 TRUCK EQUIPMENT Page 5of5 FORD CHEVY GMC RAM NAVISTAR POOL/DROP CHEVY BAC GMC BAC RAM NISSAN ISUZU INT'L DROP SHIP POOL (DROP POOL (DROP POOL SHIP DROP DROP DROP SHIP CODE CODE SHIP CODE SHIP CODE SHIP SHIP CODE CODE CODE)CODE 860440 Bowmansville PA 88DW02 for Transit 59626 132042 56243 132042 16541 T7582 X3698 2165S B02363 Connect Claremore OK 860800 59363 311241 56363 311241 16334 T9489 X3296 X10094 B04354 Columbus OH 860914 59424 145084 56949 145084 16544 T9163 N/A R0005 B04352 Clinton MD 860915 59594 132036 56232 132036 N/A T8696 N/A 2273S B04349 Council Bluffs IA 860242 59104 235571 56125 235571 16326 T8460 N/A X10219 B02361 IndianapolisIN 860442 59362 311240 56232 311240 16325 T6201 N/A X10220 B01077 CODE CODE Kansas City MO 860441 N/A 68096 BAC N/4 68096 BAC N/A N/A X3284 X10221 604356 293844 293844 Nashville TN 860385 59910 158619 56153 158619 16324 T6080 N/A X10223 B04357 Oklahoma City OK 860801 59364 311242 56364 311242 16335 T1693 X3295 S10224 B04355 Louisville KY- Fern Valley Rd 860504 59984 213444 56319 213444 N/A T3688 N/A X10222 B04350 Pontiac MI 860309 59994 226217 56336 226217 N/A T8568 N/A 1884S B04351 Reading PA 860448 59686 132053 56141 132053 N/A T5306 X3294 R0009 B03108 DROP SHIP Wentzville MO ONLY 59110 257624 56428 257624 N/A T2849 N/A N/A B04353 88Q449 Chesapeake VA 860267 59981 211728 56317 211728 16540 T8840 N/A X10218 B02366 5/24/2021 Sell, service, and deliver letter Vehicle Configuration Options ENGINE 'Code IDescription 99N ENGINE: 7.3L 2V DEVCT NA PFI V8 GAS, (STD) TRANSMISSION i Code Description 44G TRANSMISSION: TORQSHIFT 10-SPEED AUTOMATIC, -inc: 1OR140 w/neutral idle and selectable drive modes: normal, tow/haul, eco, deep sand/snow and slippery (STD) TIRES Code Description TGJ TIRES: 225/70RX19.5G BSW A/P, (STD) PRIMARY PAINT Code Description Z1 OXFORD WHITE PAINT SCHEME Code IDescription STANDARD PAINT SEAT TYPE Code Description AS MEDIUM EARTH GRAY, HD VINYL 40/20/40 SPLIT BENCH SEAT, -inc: center armrest, cupholder, storage and driver's side manual lumbar AXLE RATIO Code Description X8L LIMITED SLIP W/4.88 AXLE RATIO ADDITIONAL EQUIPMENT Code Description 90L POWER EQUIPMENT GROUP, -inc: Deletes passenger side lock cylinder, upgraded door - trim panel, Accessory Delay, Advanced Security Pack, SecuriLock Passive Anti -Theft System (PATS) and inclination/intrusion sensors, MyKey, owner controls feature, Power Locks, Remote Keyless Entry, Folding Trailer Tow Mirrors w/Power Heated Glass, manual telescoping, heated convex spotter mirror and integrated clearance lamps/turn signals, Power Front & Rear Side Windows, 1-touch up/down driver/passenger window 67B 397 AMP ALTERNATORS 86M DUAL 78 AH BATTERY https://nationalautofleetgroup.com/OrderRequesUSSDPrint/l6943?ws=true&se=true&ssdType=QuickQuote 5/11 5/24/2021 Sell, service, and deliver letter 531 TRAILER TOW PACKAGE, -inc: aftermarket trailer brake wiring kit, Trailer brake controller not included, Note: Salespersons source book or Ford RV trailer towing guide should be consulted for specific trailer towing or camper limits and corresponding required equipment, axle ratios and model availability 41 P TRANSFER CASE SKID PLATES GVWR: 19,500 LB PAYLOAD PLUS UPGRADE PACKAGE, -inc: upgraded frame, rear- 68M axle and low deflection/high capacity springs, Increases max RGAWR to 14, 706, Note: See Order Guide Supplemental Reference for further details on GVWR 63A UTILITY LIGHTING SYSTEM, -inc: LED side -mirror spotlights 18B PLATFORM RUNNING BOARDS REAR VIEW CAMERA & PREP KIT, -inc: Pre -installed content includes cab wiring and 872 frame wiring to the rear most cross member, Upfitters kit includes camera w/mounting bracket, 20' jumper wire and camera mounting/aiming instructions OPTION PACKAGE Code Description 660A IORDER CODE 660A https://nationalautofleetgroup.com/OrderRequesUSSDPrint/16943?ws=true&se=true&ssdType=QuickQuote 6/11 5/24/2021 Sell. service, and deliver letter 2022 Fleet/Non-Retail Ford Super Duty F-550 DRW XL 4WD SuperCab 168" WB 60" CA WINDOW STICKER 2022 Ford Super Duty F-550 DRW XL 4WD SuperCab 168" WB 60" CA CODE MODEL MSRP X5H 2O22 Ford Super Duty F-550 DRW XL 4WD SuperCab 168" WB 60" CA $47,150.00 OPTIONS 99N ENGINE: 7.3L 2V DEVCT NA PFI V8 GAS, (STD) $0.00 44G TRANSMISSION: TORQSHIFT 10-SPEED AUTOMATIC, -inc: 1OR140 w/neutral idle and $0.00 selectable drive modes: normal, tow/haul, eco, deep sand/snow and slippery (STD) TGJ TIRES: 225/70RX19.5G BSW A/P, (STD) $0.00 Z1 OXFORD WHITE $0.00 STANDARD PAINT $0.00 AS MEDIUM EARTH GRAY, HD VINYL 40/20/40 SPLIT BENCH SEAT, -inc: center armrest, $0.00 cupholder, storage and driver's side manual lumbar X8L LIMITED SLIP W/4.88 AXLE RATIO $360.00 90L POWER EQUIPMENT GROUP, -inc: Deletes passenger side lock cylinder, upgraded door -trim $915.00 panel, Accessory Delay, Advanced Security Pack, SecuriLock Passive Anti -Theft System (PATS) and inclination/intrusion sensors, MyKey, owner controls feature, Power Locks, Remote Keyless Entry, Folding Trailer Tow Mirrors w/Power Heated Glass, manual telescoping, heated convex spotter mirror and integrated clearance lamps/turn signals, Power Front & Rear Side Windows, 1- touch up/down driver/passenger window 67B 397 AMP ALTERNATORS $115.00 86M DUAL 78 AH BATTERY $210.00 531 TRAILER TOW PACKAGE, -inc:: aftermarket trailer brake wirng kit, Trailer brake controller not $45.00 included, Note: Salespersons source book or Ford RV trailer towing guide should be consulted for specific trailer towing or camper limits and corresponding required equipment, axle ratios and model availability 41 P TRANSFER CASE SKID PLATES $100.00 68M GVWR: 19,500 LB PAYLOAD PLUS UPGRADE PACKAGE, -inc: upgraded frame, rear -axle and $1,155.00 low deflection/high capacity springs, Increases max RGAWR to 14, 706, Note: See Order Guide Supplemental Reference for further details on GVWR 63A UTILITY LIGHTING SYSTEM, -inc: LED side -mirror spotlights $160.00 18B PLATFORM RUNNING BOARDS $445.00 872 REAR VIEW CAMERA & PREP KIT, -inc: Pre -installed content includes cab wiring and frame $415.00 wiring to the rear most cross member, Upfitters kit includes camera w/mounting bracket, 20' jumper wire and camera mounting/aiming instructions 660A ORDER CODE 660A $0.00 Please note selected options override standard equipment https://nationalautofleetgroup.cem/OrderRequesUSSDPrinUl6P 13?ws=true&se=true&ssdTvpe=QuickQuote 7/11 5/24/2021 Sell, service, and deliver letter SUBTOTAL $51,070.00 Advert/ Adjustments $0.00 Manufacturer Destination Charge $1,695.00 TOTAL PRICE $52,765.00 Est City: 19 MPG Est Highway: 22 MPG Est Highway Cruising Range: 506.00 mi Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. https://nationalautofleetgroup.com/OrderRequest/SSDPrint/l 6943?ws=true&se=true&ssdType=QuickQuote 8/11 5/24/2021 Standard Equipment Sell, service, and deliver letter MECHANICAL Engine: 7.3L 2V DEVCT NA PFI V8 Gas Transmission: TorgShift 10-Speed Automatic -inc: 1 OR140 w/neutral idle and selectable drive modes: normal, tow/haul, eco, deep sand/snow and slippery 4.88 Axle Ratio GVWR: 18,000 Ibs Payload Package 50-State Emissions System Transmission w/Oil Cooler Electronic Transfer Case Part -Time Four -Wheel Drive 78-Amp/Hr 75OCCA Maintenance -Free Battery w/Run Down Protection HD 240 Amp Alternator Towing Equipment -inc: Trailer Sway Control Trailer Wiring Harness 10690# Maximum Payload HD Shock Absorbers Front And Rear Anti -Roll Bars Firm Suspension Hydraulic Power -Assist Steering 40 Gal. Fuel Tank Single Stainless Steel Exhaust Dual Rear Wheels Auto Locking Hubs Front Suspension w/Coil Springs Leaf Rear Suspension w/Leaf Springs 4-Wheel Disc Brakes w/4-Wheel ABS, Front And Rear Vented Discs and Brake Assist Upfitter Switches EXTERIOR Wheels: 19.5" x 6" Argent Painted Steel -inc: Hub covers/center ornaments not included Tires: 225/70Rx19.5G BSW A/P Clearcoat Paint Black Front Bumper w/Black Rub Strip/Fascia Accent and 2 Tow Hooks Black Fender Flares Black Side Windows Trim and Black Front Windshield Trim Black Door Handles Black Manual Side Mirrors w/Manual Folding https:/i'nationalautofleetgroup.com/OrderRequesUSSDPrinUl6943?ws=true&se=true&ssdType=QuickQuote 9/11 5/24/2021 Sell, service. and deliver letter Manual Extendable Trailer Style Mirrors Fixed Rear Window Light Tinted Glass Variable Intermittent Wipers Aluminum Panels Front Splash Guards Black Grille Reverse Opening Rear Doors Autolamp Auto On/Off Aero-Composite Halogen Daytime Running Lights Preference Setting Headlamps w/Delay-Off Cab Clearance Lights ENTERTAINMENT Radio: AM/FM Stereo w/MP3 Player -inc: 6 speakers Radio w/Seek-Scan and Clock Fixed Antenna SYNC Communications & Entertainment System -inc: enhanced voice recognition, 911 Assist, 4.2" LCD center stack screen, AppLink, 1 smart -charging USB port and steering wheel audio controls 2 LCD Monitors In The Front INTERIOR 4-Way Driver Seat -inc: Manual Recline and Fore/Aft Movement 4-Way Passenger Seat -inc: Manual Recline and Fore/Aft Movement 60-40 Folding Split -Bench Front Facing Fold -Up Cushion Rear Seat Manual Tilt/Telescoping Steering Column Gauges -inc: Speedometer, Odometer, Oil Pressure, Engine Coolant Temp, Tachometer, Transmission Fluid Temp, Engine Hour Meter, Trip Odometer and Trip Computer Fixed Rear Windows FordPass Connect 4G Mobile Hotspot Internet Access Rear Cupholder Manual Air Conditioning HVAC -inc: Underseat Ducts Illuminated Locking Glove Box Interior Trim -inc: Chrome Interior Accents Full Cloth Headliner Urethane Gear Shifter Material~ HD Vinyl 40/20/40 Split Bench Seat -inc: center armrest, cupholder, storage and driver's side manual lumbar Day -Night Rearview Mirror Passenger Visor Vanity Mirror https://nationalautofleetgroup.com/OrderRequesUSSDPrinUl6943?ws=true&se=true&ssdType=QuickQuote 10/11 5/24/2021 Sell, service, and deliver letter 3 12V DC Power Outlets Full Overhead Console w/Storage and 3 12V DC Power Outlets Front Map Lights Fade -To -Off Interior Lighting Full Vinyl/Rubber Floor Covering Smart Device Remote Engine Start Instrument Panel Covered Bin and Dashboard Storage Manual 1 st Row Windows Systems Monitor Trip Computer Outside Temp Gauge Analog Appearance Seats wNinyl Back Material Manual Adjustable Front Head Restraints and Manual Adjustable Rear Head Restraints Air Filtration SAFETY Driveline Traction Control Side Impact Beams Dual Stage Driver And Passenger Seat -Mounted Side Airbags Dual Stage Driver And Passenger Front Airbags w/Passenger Off Switch Outboard Front Lap And Shoulder Safety Belts -inc: Height Adjusters Safety Canopy System Curtain 1 st And 2nd Row Airbags https://nationalautofleetgroup.com/OrderRequest/SSDPrint/l 6943?ws=true&se=true&ssdType=QuickQuote 11 /11 Open Session Item SUBJECT: Contract Award (PUR-1507) – Treatment for Substance Use Disorders at the Washington County Sheriff’s Office - Day Reporting Center PRESENTATION DATE: August 10, 2021 PRESENTATION BY: Rick Curry, CPPO, Director of Purchasing Department and Megan Willis, Program Director, Day Reporting Center RECOMMENDED MOTION: Move to award the contract for the Treatment for Substance Use Disorders at the Washington County Sherriff’s Office, Day Reporting Center (DRC) in Washington County, Maryland to the responsible, responsive proposer. REPORT-IN-BRIEF: Attached is an excerpt from the Request for Proposal (RFP) outlining the Overview of the Washington County DRC minimum requirements under the resulting contract. The contract is for the initial term that commenced on September 1, 2021 and end June 30, 2022 with an option to renew the awarded contract for up to four (4) additional one (1) periods. If the Contractor wishes to renew the Contract, he/she shall submit a letter of intent to the County Purchasing Director at least ninety (90) calendar days prior to the expiration of each contract period. The County reserves right to accept or reject any request for the renewal any increase in cost. All other terms and conditions shall remain unchanged. Renewal of this agreement is at the discretion of the Washington County Sheriff’s Office and is also contingent upon the following: 1) the performance of the Contractor and 2) the goals/outcomes desired by the Washington County Sheriff’s Office. The Coordinating Committee was comprised of the following members: Day Reporting Center Director (Chairman Designee), Washington County Sheriff, Warden for Washington County Detention Center, Program Director for DRC and Purchasing Director. The RFP was advertised locally in the newspaper and on the County’s web site, as well as on the State’s “eMaryland Marketplace Advantage” web site. Twenty-four (24) persons/firms accessed the RFP document from the County’s web site. One (1) provider was represented at the pre-proposal teleconference. One (1) proposal was received DISCUSSION: N/A FISCAL IMPACT: Funds in the amount of $92,500 are available for these services. CONCURRENCES: Award as recommended by the Coordinating Committee. ALTERNATIVES: N/A ATTACHMENT: (1) Minimum Requirements Excerpt from the RFP document. AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form SCOPE OF WORK The Washington County Sheriff’s Office Day Reporting Center (DRC) is alternative to incarceration. The program is a highly structured, non-residential program that offers a comprehensive range of services to non-violent adult male and female offenders with substance related disorders that are sentenced to the DRC and meet eligibility criteria for admission. Offenders live at home and report to the center on a frequently basis. While attending the program, the offender receives various services including intensive treatment for substance use disorders, individual and group counseling, intensive case management, community supervision, reentry coordination, health and wellness, vocational, life skills, soft skills, peer support, financial management and mentoring services. The program spans over approximately six (6) months encompassing five (5) phases, see outline of Phases One through Five. A. Overview of the Washington County DRC 1. Minimum Requirements: a. The treatment for substance use disorders will target criminogenic needs, such as antisocial thought, cognitive restructuring, and provide medication assisted treatment, using Vivitrol. b. All services must be provided at the DRC facility. c. Clinician(s) will work at the DRC facility for a minimum of 40 hours a week at the DRC. Clinicians will be required to work some evenings and some Saturdays to cover DRC hours of operation Monday through Friday, 8:00 a.m. to 8:00 p.m., Saturday, 8:00 a.m. to 4:00 p.m., The DRC will be closed on Sundays and holidays observed by the County. (Attachment No. 6) d. Clinicians must open and secure DRC facility when scheduled. 2. Program Design: a. The DRC will provide: 1) Assessment and referral 2) Individual case management 3) Reentry Services 4) Soft and life skills training 5) Peer support services 6) Mentoring services 7) Treatment for substance use disorders 8) Medication Assisted Treatment, using Vivitrol 9) Job training, job search and job placement skills 10) Parenting coaching 11) Anger management 12) Referrals to specialized services 13) Financial Management 14) Health Visits 15) Random drug and alcohol testing b. The Independent Treatment Service Provider will: 1) In jail assessments, to include substance use disorder and trauma screenings, medication assisted treatment and risk assessments for Day Reporting Center candidates and medication assisted treatment using Vivitrol candidates. 2) Provide ASAM, Levels of Care I and II. 1 treatment at the DRC facility, individual and group counseling. 3) Coordinate referrals to higher ASAM Levels of Care. 4) Coordinate service delivery as it relates to treatment for substance use disorders with other DRC team members and community service providers. 5) Coordinate medication assisted treatment services with prescribing provider. 6) Screen and assist program participants in applying for Maryland Medical Assistance. 7) Seek reimbursement for service provision. 8) Participant in monthly Community Service Provider conference calls. 9) Attend weekly Service Delivery Team meetings. 10) Collect urine specimens, under direct observation for drug and alcohol testing, based on Drug & Alcohol Testing Industry Association standards. 11) Open and secure DRC facility as scheduled. 12) Collect and report demographics and indicator data for performance measures and outcomes tracking. 13) Coordinate insurance authorizations for medication assisted treatment using Vivitrol. 14) Coordinate medication delivery to maintain 28-day schedule for all participants receiving Vivitrol 15) Collaborate with Washington County Health Department to provide Hepatitis A vaccines to DRC participants. 16) Coordinate medication assisted treatment prescribing with program’s certified registered nurse practitioner. 17) Provide a registered nurse to coordinate and conduct medication assisted treatment clinic, using Vivitrol, provide medication assisted treatment using Vivitrol education, collect and interpret urine specimens prior to injections, provide injections. 18) Coordinate and obtain medication assisted treatment prescription insurance authorization. 3. Service Quality and Clinician Accountability: a. The Independent Service Provider will: 1) Comply with all Washington County Sheriff’s Office, Detention Center and Day Reporting Center policies and procedures. 2) Clinician(s) will work at the DRC facility for a minimum of 40 hours a week. 3) Ensure coverage for services when primarily clinician is off due to sickness, vacation or training. 4) Function as a member of the DRC service delivery team. 5) Agree to conditions of Qualified Service Organization Agreement as it relates to sharing of confidential information. 6) Applies cognitive restructuring and moral reconation strategies and technics during treatment for substance use disorders. Board of County Commissioners of Washington County, Maryland Agenda Report Form Open Session Item SUBJECT: Application for Zoning Text Amendment RZ-21-001, Calvert Energy PRESENTATION DATE: August 10, 2021 PRESENTATION BY: Travis Allen, Comprehensive Planner, Department of Planning and Zoning RECOMMENDED MOTION: I move to approve/disapprove Zoning Text Amend RZ-21-001, Calvert Energy [and if approve: and to adopt the Ordinance amending the text of Section 4.26 of the Zoning Ordinance]. REPORT-IN-BRIEF: Application is being made to amend text in section 4.26 of the Zoning Ordinance pertaining to the regulation of SEGS on properties located in Priority Preservation Areas (PPAs) that also have an Industrial Mineral (IM) zoning district overlay. DISCUSSION: The proposed amendment would permit, as a special exception, the location of SEGS on lands that fall within both a PPA and an IM Zoning District. This item was presented to the Washington County Planning Commission at a Public Information Meeting held during their regular meeting on May 3, 2021. It was then brought back for recommendation at the June 7, 2021 meeting, where the members recommended against the approval of the proposed amendments in a 4-1 vote. A Public Hearing before the Board of County Commissioners of Washington County was held on July 20th, 2021. FISCAL IMPACT: N/A CONCURRENCES: Washington County Planning Commission ALTERNATIVES: N/A ATTACHMENTS: Approving Ordinance AUDIO/VISUAL NEEDS: none 1 ORDINANCE NO. ORD-2021-___ AN ORDINANCE TO AMEND CERTAIN PROVISIONS OF THE ZONING ORDINANCE FOR WASHINGTON COUNTY, MARYLAND (RZ-21-001 ) RECITALS The Board of County Commissioners of Washington County, Maryland (the “Board”) adopted the Zoning Ordinance for Washington County, Maryland (the “Ordinance”) on January 23, 1973, and it became effective on April 2, 1973. Calvert Energy, LLC filed an application requesting that amendments be made to the text of the Ordinance. The amendments proposed would amend the second paragraph of Section 4.26, Solar Energy Generating Systems. The Board believes it to be in the best interests of the citizens of Washington County for the amendments to be enacted. The Washington County Planning Commission (the "Planning Commission") held a public meeting for the purpose of taking comments on the proposed amendments on May 3, 2021, pursuant to public notice duly given. The Board held a public hearing for the purpose of taking testimony on the proposed amendments on July 20, 2021, pursuant to notice duly given. The Board has considered the recommendations of the Planning Commission and the Planning Department staff, and testimony and materials received at the public hearing. The Board conducted this review in a public session. N OW , T HEREFORE , B E I T O RDAINED AND E NACTED , that certain provisions of the Zoning Ordinance, as amended, be further amended and restated as follows: Section 4.26 Solar Energy Generating Systems SEGS shall be permitted as a land use as specified in Sections 3.3 and 21.42 of this Ordinance. However, SEGS shall be prohibited as a use in defined Priority Preservation Areas (except if the Priority Preservation Areas are in Mineral Overlay areas identified on the zoning map in which case SEGS shall be permitted), Rural Legacy Areas, and Antietam Overlay Zones. Adopted and effective this _____ day of __________________, 2021. 2 ATTEST: B OARD OF C OUNTY C OMMISSIONERS OF WASHINGTON C OUNTY, M ARYLAND ___________________________ _____________________________________ Krista L. Hart, Clerk Jeffrey A. Cline, President Approved as to legal sufficiency: Mail to: ___________________________ Office of the County Attorney Kirk C. Downey 100 W. Washington St., Suite 1101 County Attorney Hagerstown, MD 21740