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