Loading...
HomeMy WebLinkAbout190917a 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. BOARD OF COUNTY COMMISSIONERS September 17, 2019 OPEN SESSION AGENDA 10:00 A.M. MOMENT OF SILENCE AND PLEDGE OF ALLEGIANCE CALL TO ORDER, President Jeffrey A. Cline APPROVAL OF MINUTES – September 10, 2019 10:05 A.M. COMMISSIONERS’ REPORTS AND COMMENTS 10:15 A.M. REPORTS FROM COUNTY STAFF 10:25 A.M. CITIZENS PARTICIPATION 10:30 A.M. INTERGOVERNMENTAL COOPERATIVE PURCHASE (INTG-19-0019) MARYLAND STATE HIGHWAY ADMINISTRATION CONTRACT FOR LINE STRIPING AT VARIOUS LOCATIONS IN WASHINGTON COUNTY - Brandi Naugle, CPPB, Buyer, Purchasing Department and Doug Levine, Traffic Supervisor, Highway Department 10:35 A.M. BID AWARD (PUR-1438) LIQUID ROOF COATING SYSTEM AT THE HAGERSTOWN REGIONAL AIRPORT - Brandi Naugle, CPPB, Buyer, Purchasing Department and Garrison Plessinger, Director, Hagerstown Regional Airport 10:40 A.M. BUDGET TRANSFER FOR TERMINAL EXPANSION - Garrison Plessinger, Director, Hagerstown Regional Airport 10:45 A.M. BID AWARD (PUR-1436) AIRPORT TERMINAL BUILDING EXPANSION PROJECT - Rick Curry, CPPO, Director, Purchasing Department, Garrison Plessinger, Director, Hagerstown Regional Airport and Mahesh Kukata, P.E., Airport Design Consultants Inc. (ADCI) 10:50 A.M. SOLE SOURCE PROCUREMENT AWARD FOR SCHOOL BASED HEALTH CENTERS IN WASHINGTON COUNTY, MARYLAND - Rick F. Curry, Director, Purchasing Department and Allison Hartshorn, Grant Manager, Office of Grant Management 10:55 A.M. CONSTRUCTION BID AWARD – UNDERPASS WAY SIDEWALK EXTENSION - Scott Hobbs, P.E., Director, Division of Engineering 11:00 A.M. WASHINGTON GOES PURPLE CAMPAIGN - Council Woman Emily Keller, City of Hagerstown and Sheriff Douglas Mullendore, Washington County Sheriff’s Office 11:10 A.M. RECRUITMENT INCENTIVE PAY AND ACADEMY CONTRACTS - Sheriff Douglas Mullendore, Washington County Sheriff’s Office President Terry L. Baker, Vice President Krista L. Hart, Clerk Cort F. Meinelschmidt Randall E. Wagner 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 A.M REDLINE REVISION POLICY AND MINOR SITE PLANS WITHIN THE DIVISION OF PLAN REVIEW & PERMITTING -Ashley R. Holloway, Director, Division of Plan Review & Permitting 11:30 A.M. CLOSED SESSION (To discuss the appointment, employment, assignment, promotion, discipline, demotion, compensation, removal, resignation, or performance evaluation of appointees, employees, or officials over whom this public body has jurisdiction; or any other personnel matter that affects one or more specific individuals; To consider a matter that concerns the proposal for a business or industrial organization to locate, expand, or remain in the State.) 04:00 P.M. RECESS EVENING MEETING AT THE TOWN OF SMITHSBURG Location: 21 West Water Street, Smithsburg, MD 06:00 P.M. MOMENT OF SILENCE AND PLEDGE OF ALLEGIANCE CALL TO ORDER, President Jeffrey A. Cline 06:05 P.M. TOWN OF SMITHSBURG LEADERS’ REPORTS AND COMMENTS 06:10 P.M. COMMISSIONERS’ REPORTS AND COMMENTS 06:15 P.M. CITIZENS AWARD RECIPIENT – Kevin Jeter, Jeter Paving Company, Inc. 06:25 P.M. REPORTS FROM COUNTY STAFF 06:35 P.M. CITIZENS PARTICIPATION 06:40 P.M. ADJOURNMENT Open Session Item SUBJECT: Intergovernmental Cooperative Purchase (INTG-19-0019) Maryland State Highway Administration Contract for Line Striping at Various Locations in Washington County. PRESENTATION DATE: September 17, 2019 PRESENTATION BY: Brandi Naugle, CPPB, Buyer, Purchasing Department and Doug Levine, Traffic Supervisor, Highway Department RECOMMENDED MOTION: To authorize by Resolution, for the Highway Department to utilize the Maryland State Highway Administration contract with Alpha Space Control Co., Inc. of Chambersburg, PA for line striping of 1,309,520 linear feet at $.074 a linear foot on various roads within the County in the amount of $96,904.48. 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 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 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 Contract. AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form MDSHA: Contracts Information Center Page 1 of 1 If You would like to download a copy of this file click Isere For additional information on Contract Number (4:'I u11 _ 1) click here MARYLAND STATE HIGHWAY ADMINISTRATION TABULATION OF BIDS Proposal IT,: 492D61421 Call order: 400 Counties: DISTRICT 6 Letting Date:. 02/26/2019 12:00 PM District: 6 Contract Time : 12/31/2021 Completion Date Projects: II/A Proposal Description: LIME STRIPING AT VARIOUS LOCATIONS IN ALLEGANY AND WASHINGTON COUNTIES Rank Name Total Bid Ov- L.w Bid I ALPHA SPACE CONTROL CO., INC.. 1, 071250.00000 1011.0U 2 PARKING LOT PAINTING COMPANY 1, 160: 570. 00000 I0v.34 DENVILLE LIME PAINTING, INC. 1,277,500.00000 11q ^5 4 OGLESBY CONSTRUCTION, INC. 1,369,250.00000 I27.7$ 5 MIDLAIITIC MARKIIIG, INC. 1, 505, 000. 00000 141,77 ----------------------- LINE IIO ------------------------------------------------------------------------------------------------------------------------------------- ______.____ ____.__,____ ITEM CODE ITE14 DESCRIPTION __________________________>_____ I UOM j QUANTITY I ______ ALPHA SPACE CONTROL CO., ______ INC. UNIT PRICE AMOUNT PRELIMINARY i003 100000-EA . ALLOWANCE FOR OUT OF DISTRICT MOB I EA I 2.00000 1 500.00000 1 1 r PRELIMIIIARY ITEMS TOTAL : 1 1, rr1p_ii PAV I III 5001 500000-UD . MECHANICAL BROOI4 i402 549001 5 INCH WHITE PAVE14EIlT ITARKING PAINT 8rL-i 549003 5 INCH YELLOW PAVEMENT MARKING PAIN 5004 549005 10 INCH WHITE PAVE14ETIT MARKIIIG PAIN 5Y)05 549007 10 YELLOW PAVEMENT MARKING PAINT LI 51d06 549500 REMOVAL OF EXISTING PAVEMENT 14ARKIII PAVING ITEMS TOTAL : ------------------------------------------------------- Vendor Total Bid : ------------------------------------------------------- ___.________________________ _________________ LIME 110 ITEM CODE ITEM DESCRIPTION ------------------------------------------------------- PRELIMINARY 1001 100000-EA . ALLOWANCE FOR OUT OF DISTRICT MOB PRELIMIIIARY ITEMS TOTAL : PAVING I UD 1 75.00000 1 I LF 1 6, 000, 00. 00000. 1 I LF 1 61 rjrj(jl 000. 00000 :1 I LF 1 1, 000, 000. 00000 1 I. LF 1 400, 000. 00000 4 I LF 1 ----------------------------------- 10, 000. 00000 } I ----------------------------------- I UOM I ----------------------------------- QUANTITY I I EA I 2,D0000 I D001 500000-UD . MECHANICAL BROOM UD 1 75.00000 1 50fJ2 549001 5 INCH WHITE PAVEMENT MARKING PAINT I LF 1 6, Ofje, p00. 000 Of) I 5003 549003 5 INCH YELLOW PAVEMENT MARKING PAIN I LF 1 6, 000, 000. 00000 1 5O09 549005 10 INCH WHITE PAVEMENT MARKING PATH I. LF 1 11 000, 000. 00000 1 L1)05 549007 10 YELLOW PAVE14EIlT MARKING PAINT LI I LF 1 400,000.00000 1 5006 549900 PE140VAL OF EXISTING PAVEMENT MARKIN 1 LF lri, 000. OOOflO PAVING ITEMS TOTAL : i ------------------------------------------------------------------------------------------- ------------------------------------------------------------------------------------------- ------------------------------------------------------------------------------------------- Vendor Total Bid : 150. 0006'0 I II,;.50.6 . 0�41-10 444,+I nn,ri . 074 00 1 .t 14, .14elou 1 141, .OS000 _r, qun.ii .3D000 I 0U.0 ------------------------------------ ______ -- ___--- OGLESBY CONSTRUCTION, INC. ------------------------------------ UNIT PRICE IA1OUNr 500.0009n 1 1,. T'00,0 1,non. i � 150.00000 I 11 ,.-"::i.h ,0c"D0, I 54 09100 I 54 E, 0'vi"� , 0 .17400 1 174,D00.i] . 15000 I 76, 000.G ?.000Q0 lien Sl I,367.=5r}..i ----------------------------- ---I'3F,R,_5i.A http://apps.roads.maryIand.gov/businesswithsha/contBidProp/ohd/constructContracts/CICt... 6/10/2019 Open Session Item SUBJECT: Bid Award (PUR-1438) – Liquid Roof Coating System at the Hagerstown Regional Airport. PRESENTATION DATE: September 17, 2019 PRESENTATION BY: Brandi Naugle, CPPB, Buyer, Purchasing Department and Garrison Plessinger, Director, Hagerstown Regional Airport. RECOMMENDED MOTION: Move to award the contract for the Liquid Roof Coating System at the Hagerstown Regional Airport to the responsive, responsible bidder, Jake’s Roof Restorations of Greencastle, PA for the total sum price of $58,950.00 REPORT-IN-BRIEF: On July 24, 2019 the County issued an Invitation to Bid (ITB) for the subject services. The bid was advertised in the local newspaper, listed on the State’s eMaryland Marketplace website and on the County’s website. Thirteen (13) persons/companies registered and downloaded the bid document on-line. Three (3) bids were received as indicated on the bid tabulation matrix. These services will provide the application of a liquid rood coating system on an existing 170’ x 145’, metal roof over a general aviation aircraft storage facility (T-Hangar No. 18) located at 18635 Jarkey Drive, Hagerstown, MD. DISCUSSION: N/A FISCAL IMPACT: Funds are budgeted in account 600200-35-45010-BLD088 for these services. CONCURRENCES: N/A ALTERNATIVES: N/A ATTACHMENTS: Bid Tabulation Matrix AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form Quotes Opened: 8-23-2019 PUR-1438 LIQUID ROOF COATING SYSTEM AT HAGERSTOWN REGIONAL AIRPORT (T-Hanger No. 18) Jakulie LLC dba Jake’s Roofing Restorations Greencastle, PA CV Roofing Systems, LLC Shippensburg, PA ACE Roof Coatings, Inc. dba ARC Rowlett, TX Liquid Roof Coating System $58,950.00 $78,657.00 $258,500.00 TOTAL PRICE: $58,950.00 $78,657.00* $258,500.00 Warranty - Alternate No. 1: (Add or Deduct) Jakulie LLC dba Jake’s Roofing Restorations Greencastle, PA CV Roofing Systems, LLC Shippensburg, PA ACE Roof Coatings, Inc. dba ARC Rowlett, TX Alternate No. 1 $11,917.44 $76,107.00* $18,500.00 Remarks/Exceptions: Jakulie LLC dba Jake’s Roofing Restorations 15-year System CV Roofing Systems, LLC. *Price of $78,657.00 to include Met-A-Guard 15 Year Warranty *Price $78,657.00 with the deduction of $2,550.00 Met-A-Guard 10 Year Warranty ($76,107.00) ACE Roof Coatings, Inc. dba ARC 15-Year Factory Labor Open Session Item SUBJECT: Budget transfer for terminal expansion PRESENTATION DATE: September 17, 2019 PRESENTATION BY: Garrison Plessinger, Director, Hagerstown Regional Airport RECOMMENDED MOTION: To approve the budget transfer for terminal expansion REPORT-IN-BRIEF: Budget transfer will provide funding for local portion of project funding DISCUSSION: There were two main factors causing the local share portion of the budget to increase. 1. Increased project cost from $5.5m to $6.5m. 2. Under estimate FAA ineligible costs Availability of contractors and temporary facilities to house the passengers are the biggest factors for the additional project cost. Some portions of the café, airport offices, conference room and TSA area were deemed ineligible by the FAA (per FAA Order 5100.38D, Change 1 – Airport Improvement Program Handbook). FISCAL IMPACT: $207,000 increase CONCURRENCES: NA ALTERNATIVES: NA ATTACHMENTS: Budget Adjustment Form, HGR Grant 61 Costs AUDIO/VISUAL NEEDS: NA Board of County Commissioners of Washington County, Maryland Agenda Report Form 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. Transaction/Post -Finance Deputy Director - Finance Preparer, if applicable Rosenberry Date: 2019.09.06 11:28:30 -04'00' Date: 2019.09.09 10:22:17 -04'00' Washington County, Maryland Budget Adjustment Form Department Head Authorization Required approval with date Division Director / Elected Official Authorization If applicable with date Budget & Finance Director Approval Required approval with date County Administrator Approval Required approval with date County Commissioners Approval Required > $ 25,000 with date Expenditure / Account Number Fund Number Department Number Project Number Grant Number Activity Code Department and Account Description Increase (Decrease) + / - 498710 35 45010 BLD082 OTHR Capital Transfer - General 207,000 599999 35 45010 BLD082 CNST Passenger Terminal Hold Room Expansion 207,000 Explain Amount needed for local portion of grant approved by the FAA. Additional local money is needed due to non FAA eligible items in the bid. This additional Budget Adjustment amount will be taken out of capital reserves. Required Action by County Commissioners No Approval Required Approval Required Approval Date if Known Open Session Item SUBJECT: Bid Award (PUR-1436) Airport Terminal Building Expansion Project PRESENTATION DATE: September 17, 2019 PRESENTATION BY: Rick Curry, CPPO, Director, Purchasing Department, Garrison Plessinger, Director, Hagerstown Regional Airport and Mahesh Kukata, P.E., Airport Design Consultants Inc. (ADCI) RECOMMENDED MOTION: Move to award the project to the responsive, responsible bidder, Callas Contractors, LLC of Hagerstown, MD for the lowest Total Base Bid amount of $6,050,000.00, Alternate No. 2 in the amount of $156,500.00, Alternate No. 3 in the amount of $90,000.00, Alternate No. 4 in the amount of $32,500.00 and Alternate No. 5 in the amount of $62,000.00 for a Total Sum Bid of $6,391,000.00 and contingent upon approval of the final contract by the County Attorney’s Office. REPORT-IN-BRIEF: Attached is the Bid Tabulation Sheet. The bid was advertised in the local newspaper, on the of the State of Maryland’s eMMA (eMaryland Marketplace Advantage) web site and the County’s web site. Eighty-six (86) persons/companies registered/downloaded the bid document on-line. Two (2) bids were received on August 13, 2019 as indicated on the attached Bid Tabulation Matrix. The work is to be completed within three hundred and sixty-five (365) consecutive calendar days from Notice to Proceed. If the work is not completed within the time period specified, the Contractor will be liable for liquidated damages of one thousand five hundred (1,500.00) dollars per consecutive calendar day will be applied. It is anticipated that the department will be submitting a budget transfer request to cover the additional monies needed for the project. The passenger terminal at HGR currently has a hold room with a capacity of 100 passengers and is inadequate to support the current commercial service operations. These facilities were designed and built based on smaller regional aircraft and they have worked relatively well until the airline service has changed at HGR. In the recent years HGR’s air service is primarily provided by leisure carrier Allegiant Air with service to Orlando, FL St. Pete – Clearwater, FL, Myrtle Beach, SC on larger A-319 and A-320 aircraft. Due to the use of larger aircraft with approximately 166 – 180 passengers, it has become very difficult to accommodate the arriving and departing passengers with the current facilities. The proposed project includes an addition of approximately 3,500 square foot to create additional holding room space to serve two commercial service aircraft at the same time. HGR currently has a ticket counter line set up with (6) 2 position counters and scales; a concession space in the public part of the main terminal and a small hold room with vending machines and limited seating and a single men’s and women’s restroom. Proposed project includes new IT infrastructure, new ticket counters, expanded hold room, relocated checkpoint, expanded restrooms on the secure side, rework of the outbound baggage system, expanded restrooms on Board of County Commissioners of Washington County, Maryland Agenda Report Form the secure side, a canopy for the ground support equipment, renovation of the existing terminal space with new flooring, wall finishes and HVAC systems DISCUSSION: N/A FISCAL IMPACT: The project is in the Airport’s CIP budget (BLD082) with funding from the Federal Aviation Administration (FAA) and Maryland Aviation Administration (MAA), and Local, the budget balance as of September 2019 is $3,530,000.00. The funding amounts are as follows: CONCURRENCES: Federal Aviation Administration (FAA) and Maryland Aviation Administration (MAA) ALTERNATIVES: N/A ATTACHMENTS: Bid Tabulation Matrix AUDIO/VISUAL NEEDS: N/A PUR-1436 HAGERSTOWN REGIONAL AIRPORT TERMINAL BUILDING EXPANSION The Matthews Group, Inc. t/a TMG Construction Corporation Purcellville, Base Bid $7,146,074.00 Boarding Bridge and Interior $935,458.00 Add Alternate No. 2 - Main Terminal Flooring Replacement $203,697.00 Airline/Concession/Rental Car $96,848.00 Add Alternate No. 4 - Main Terminal Paint and Wall Finishes $36,401.00 Add Alternate No. 5 - Exterior Canopies $110,249.00 Add Alternate No. 6 - New Generator $336,890.00 $980,000.00 $156,500.00 $90,000.00 $32,500.00 $62,000.00 $240,000.00 $6,050,000.00 Callas Contractors, LLC Hagerstown, MD Page 1 of 1 Bids Opened: August 13, 2019 Open Session Item SUBJECT: Sole Source Procurement Award for School Based Health Centers in Washington County, Maryland PRESENTATION DATE: September 17, 2019 PRESENTATION BY: Rick F. Curry, Director, Purchasing Department and Allison Hartshorn, Grant Manager, Office of Grant Management RECOMMENDED MOTION: Move to award a Sole Source procurement to the Meritus Medical Center, Inc. in the amount of $190,365 for Operating expenses of School Based Health Centers operated at Western Heights Middle School and South Hagerstown High School. REPORT-IN-BRIEF: The purpose of the services to be provided is included in the attached “Scope of Work”. The contract is for a one-year period commencing July 1, 2019 and ending June 30, 2020, with an option by the Board to renew for three (3) additional consecutive one (1) year periods through fiscal year 2023. It is the intent of the Local Management Board supported by the award from the Maryland State Department of Education to support the operations of the School Based Health Centers which is operated by Meritus Medical Center, Inc. DISCUSSION: The OGM wishes to apply Section 1-106.2(a)(1) of the Code of Local Public Laws of Washington County, Maryland, to the procurement requested. This section states that sole source procurements are authorized and permissible when: (1) Only one source exists that meets the County’s requirements. This request requires the approval of four (4) of the five (5) Commissioners in order to proceed with a sole source procurement. If approved, the following remaining steps of the process will occur as outlined by the law: 1) Not more than ten (10) days after the execution and approval of a contract under this section, the procurement agency shall publish notice of the award in a newspaper of general circulation in the County, and 2) An appropriate record of the sole source procurement shall be maintained as required. FISCAL IMPACT: The total funding allocated is $190,365. No county funds are requested. CONCURRENCES: The Local Management Board recommends this award. ALTERNATIVES: N/A ATTACHMENTS: School Based Health Centers Scope of Work AUDIO/VISUAL TO BE USED: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form School Based ealth Centers Meritus Medical Center, Inc. Scope of Work for services provided July 1, 2019 thru June 30, 2020 The purpose of this contract is to provide somatic healthcare services by a licensed medical clinician at two School Based ea lth Centers in Washington County. Services shall be delivered in accordance with the Washington County, Maryland School Based ealth Center Memorandum of Understanding, dated November 27 2012, between Washington County Board of Education, Meritus Medical Center, Inc., and Washington County Office of Community Grant Management, an administrative agent of the Board of County Commissioners of Washington County, Maryland and the Washington County Local Management Board (“LMB”). Clinic healthcare services will be at South agerstown igh School and Western eights Middle School with the possibility of expanding to future schools after a review is completed by representatives of Meritus Medical Center, Inc. and the OCGM in collaboration with Washington County Board of Education staff to determine the most appropriate sites. In addition, Contractor shall comply with the provisions delineated in the Maryland School Based ealth Center Standards document, dated April 2006 and any future amendments or revisions. Open Session Item SUBJECT: Construction Bid Award – Underpass Way Sidewalk Extension PRESENTATION DATE: September 17, 2019 PRESENTATION BY: Scott Hobbs, P.E., Director, Division of Engineering RECOMMENDED MOTION: Move to award the Underpass Way Sidewalk Extension contract to the lowest responsive, responsible bidder, MIM Construction Inc. of Frederick, Maryland, in the amount of $122,036.00. REPORT-IN-BRIEF: The project was advertised in the Herald Mail, on the County’s website, and on the State of Maryland’s website, “eMaryland Marketplace Advantage (eMMA).” Six (6) bids were received and opened on Wednesday, September 4, 2019, as listed below and further detailed on the attached Bid Tabulation. Contractor: Bid: MIM Construction Inc. $122,036.00 ECM Corporation $172,517.50 Advantage Landscape & Construction $197,192.44 Huntzberry Brothers, Inc. $199,785.00 Outdoor Contractors, Inc. $212,846.00 Priority Construction Corp. $267,777.85 The bids have been evaluated and the low bid from MIM Construction Inc. is in order. The bid from Advantage Landscape & Construction is non-responsive. The engineer’s estimate for this work is $150,000. DISCUSSION: The project involves installation of 650 linear feet of sidewalk along Underpass Way between the Halfway Boulevard Bridge over Underpass Way and the existing sidewalk installed as part of the Underpass Way at Railway Lane traffic signal project. The work includes grading, curb ramps, signage, pavement markings, and construction of a retaining wall. The project was designed to comply with American with Disabilities Act (ADA) standards. This is a 60 consecutive calendar day contract. The anticipated Notice to Proceed is in early October 2019, with an anticipated completion date in December 2019. Work performed for this project will require shoulder or lane closures. The bid documents include liquidated damages in the amount of $500.00 per calendar day for work beyond the completion date. Board of County Commissioners of Washington County, Maryland Agenda Report Form FISCAL IMPACT: This is a budgeted Capital Improvement Plan (CIP) project (RDI062). Total expenses are estimated at $142,036.00, which includes $122,036.00 for the proposed bid award, $10,000 for inspection/testing, and $10,000 for construction contingency. CONCURRENCES: N/A ALTERNATIVES: N/A ATTACHMENTS: Bid Tabulation, Aerial Map AUDIO/VISUAL TO BE USED: Yes (Aerial Map) DIVISION OF ENGINEERING TABULATION WAY SIDEWALK No. MS-UW-271-28 SEPTEMBER 4, 2019 AT 2:00PM Clearing and Grubbing 101 1 L.S.1,500.00 1,500.00 3,500.00 3,500.00 14,400.00 14,400.00 9,776.00 9,776.00 4,000.00 4,000.00 12,275.70 12,275.70 102 1 L.S.16,475.00 16,475.00 5,000.00 5,000.00 27,775.00 27,775.00 8,500.00 8,500.00 14,000.00 14,000.00 41,422.95 41,422.95 103 1 L.S.5,000.00 5,000.00 12,500.00 12,500.00 35,000.00 35,000.00 47,539.00 47,539.00 28,000.00 28,000.00 34,330.50 34,330.50 104 100 S.F.25.00 2,500.00 18.00 1,800.00 30.00 3,000.00 0.00 0.00 14.00 1,400.00 14.70 1,470.00 105 25 EA.65.00 1,625.00 65.00 1,625.00 120.00 3,000.00 0.00 0.00 75.00 1,875.00 109.55 2,738.75 106 1 L.S.4,000.00 4,000.00 4,500.00 4,500.00 4,000.00 4,000.00 4,500.00 4,500.00 1,800.00 1,800.00 6,944.15 6,944.15 107 600 L.F.1.75 1,050.00 5.00 3,000.00 3.00 1,800.00 4.82 2,892.00 4.00 2,400.00 3.65 2,190.00 201 150 C.Y.45.00 6,750.00 65.00 9,750.00 25.00 3,750.00 3.86 579.00 85.00 12,750.00 75.60 11,340.00 202 100 C.Y.67.00 6,700.00 80.00 8,000.00 50.00 5,000.00 34.86 3,486.00 30.00 3,000.00 94.50 9,450.00 203 65 C.Y.50.00 3,250.00 80.00 5,200.00 50.00 3,250.00 8.90 578.50 160.00 10,400.00 144.95 9,421.75 204 150 L.F.7.50 1,125.00 15.00 2,250.00 12.00 1,800.00 15.00 2,250.00 30.00 4,500.00 21.40 3,210.00 205 225 L.F.4.50 1,012.50 5.00 1,125.00 4.00 900.00 4.50 1,012.50 7.00 1,575.00 4.40 990.00 301 600 L.F.10.50 6,300.00 4.00 2,400.00 4.50 2,700.00 8.25 4,950.00 3.00 1,800.00 12.55 7,530.00 302 3 EA 325.00 975.00 250.00 750.00 400.00 1,200.00 500.00 1,500.00 300.00 900.00 472.60 1,417.80 401 825 S.F.28.50 23,512.50 45.00 37,125.00 45.00 37,125.00 44.65 36,840.00 51.25 42,281.25 35.40 29,205.00 501 175 S.Y.10.00 1,750.00 20.00 3,500.00 9.00 1,575.00 9.50 1,662.50 11.88 2,079.00 28.80 5,040.00 502 20 TON 175.00 3,500.00 200.00 4,000.00 110.00 2,200.00 99.00 1,980.00 137.50 2,750.00 223.70 4,474.00 503 35 TON 150.00 5,250.00 150.00 5,250.00 100.00 3,500.00 86.00 3,010.00 116.25 4,068.75 207.95 7,278.25 504 500 L.F.1.65 825.00 1.00 500.00 1.65 825.00 6.00 3,000.00 1.75 875.00 4.55 2,275.00 505 200 S.F.2.75 550.00 10.00 2,000.00 2.75 550.00 6.00 1,200.00 3.00 600.00 11.65 2,330.00 506 32 S.F.5.50 176.00 25.00 800.00 5.00 160.00 9.37 299.84 6.00 192.00 23.30 745.60 601 2950 S.F.4.00 11,800.00 8.65 25,517.50 7.00 20,650.00 9.00 26,550.00 12.00 35,400.00 10.75 31,712.50 602 525 L.F.14.00 7,350.00 35.00 18,375.00 33.00 17,325.00 30.00 15,750.00 46.00 24,150.00 38.90 20,422.50 603 60 S.F.30.00 1,800.00 40.00 2,400.00 27.50 1,650.00 18.00 1,080.00 60.00 3,600.00 43.55 2,613.00 701 450 S.Y.5.50 2,475.00 10.00 4,500.00 5.00 2,250.00 21.72 9,774.00 5.00 2,250.00 16.40 7,380.00 702 450 S.Y.2.00 900.00 5.00 2,250.00 1.00 450.00 3.74 1,683.00 5.00 2,250.00 5.05 2,272.50 801 30 SF 55.00 1,650.00 50.00 1,500.00 55.00 1,650.00 126.67 3,800.10 55.00 1,650.00 70.60 2,118.00 802 4 EA 270.00 1,080.00 250.00 1,000.00 275.00 1,100.00 150.00 600.00 275.00 1,100.00 567.10 2,268.40 803 30 LF 38.50 1,155.00 80.00 2,400.00 40.00 1,200.00 80.00 2,400.00 40.00 1,200.00 97.05 2,911.50 Total 122,036.00$ 172,517.50$ 199,785.00$ 197,192.44$ 212,846.00$ 267,777.85$ *denotes mathematical error ECM Corporation Jessup, MD MIM Construction, Inc WASHINGTON COUNTY BID UNDERPASS Contract Bid Opening: Huntzberry Brothers, Inc Smithsburg, MD Priority Construction Corp Baltimore, MD Advantage Landscape & Hagerstown, MD Outdoor Contractors, Inc Hancock, MD U n d e r p a s s W a y S i d e walk Extension U n d e r p a s s Wa y H a l f w a y B o u l e v a r d MasseyBoulevard Railway Lane Railway Lane V a l l e y M a l l R o a d 5' Sidewalk 0 50 100 150 200Feet ¯ Retaining Wall Open Session Item SUBJECT: Washington Goes Purple Campaign PRESENTATION DATE: September 17, 2019 PRESENTATION BY: Council Woman Emily Keller, City of Hagerstown and Sheriff Douglas Mullendore, Washington County Sheriff’s Office RECOMMENDED MOTION: For Informational Purposes REPORT-IN-BRIEF: Washington Goes Purple Campaign is an awareness and prevention program to educate on pain medications being synthetic opioids. DISCUSSION: Washington Goes Purple is focused on preventing addiction and spreading awareness in our community. We have partnered with Washington County Public Schools to provide weekly messaging for all ages to take a stand against substance abuse and promote positive mental health practices. In addition to educating our kids, we have done multiple drug take back events and are dedicated to encouraging our adult population to lock up and properly dispose of their medication. This is a partnership with our schools, government, the business community, the faith based community and every single citizen to provide hope, educate our youth, and prove that together we can heal our community and combat addiction. The opioid epidemic is growing across the quad state region and Washington County is severely impacted by this epidemic. Many of the people who become addicted to heroin start out with the misuse of pain killer medications that are nothing but synthetic opiates. We need to educate our youth and others on how to prevent becoming addicted by refusing to take prescribed pain killers unless absolutely needed and then only for a very short period of time. Our only way out of this epidemic is to prevent the misuse of synthetic opiates and thus prevent addiction. FISCAL IMPACT: N/A CONCURRENCES: None ALTERNATIVES: None ATTACHMENTS: None AUDIO/VISUAL NEEDS: None Board of County Commissioners of Washington County, Maryland Agenda Report Form Open Session Item SUBJECT: Recruitment Incentive Pay and Academy Contracts PRESENTATION DATE: September 17, 2019 PRESENTATION BY: Sheriff Douglas Mullendore, Washington County Sheriff’s Office RECOMMENDED MOTION: Move to accept the proposal and contracts REPORT-IN-BRIEF: The Sheriff’s Office is experiencing difficulty in attracting new recruits for sworn deputies. The Recruitment Incentive Pay is designed to assist in attracting applicants for sworn deputies when positions are open. DISCUSSION: Law Enforcement agencies across the State are experiencing difficulty in recruiting applicants to be certified police officers. Public scrutiny, low pay, and other things have been dwindling the pool of applicants for several years now. The Sheriff’s Office is competing with other law enforcement agencies that are paying higher salaries and also paying recruitment incentive pay in most cases. The Sheriff’s Office needs to remain competitive in order to be a player in the market for new recruits. Therefore, we are asking the Commissioners to approve contracts for new recruits and lateral transfer certified officers that will pay them $2,500.00 per year for two years upon acceptance of employment with the Sheriff’s Office. They would be required by contract to reimburse the recruitment incentive pay if they leave employment with the Sheriff’s Office within 3 years of their hire date. These funds will come from the savings in salaries based on the open positions we have at the time so there is no increase in the budget to implement the recruitment incentive pay. At the same time, we are implementing a contract that would require a new recruit going through a police academy to be responsible for the cost of the police academy training ($2,500.00) should they leave employment before they have been employed for three years. FISCAL IMPACT: No fiscal impact as the funds will come from salaries of open positions. CONCURRENCES: County Attorney’s Office has reviewed the contracts for legal sufficiency. ALTERNATIVES: Leave things the way they are. ATTACHMENTS: Two contracts for new hires and for lateral transfers. AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form RECRUITMENT INCENTIVE PAY AGREEMENT This Incentive Pay Agreement (“Agreement”) is entered into this ______ day of ____________, 20____ by and between the Washington County Sheriff’s Office, (“WCSO”) and ____________________, (“Trainee”), provides as follows. WHEREAS, the WCSO has offered the Trainee the opportunity for employment as a Sworn Deputy Sheriff, who is already certified as a Police Officer by the State of Maryland Police and Standards Training Commission, and WHEREAS, the WCSO is providing a Recruitment Incentive Pay of $5,000.00 over two (2) years ($2,500 each year), and WHEREAS, the WCSO is desirous of entering into an agreement to require reimbursement of this Recruitment Incentive Pay by the Trainee under certain circumstances as hereinafter set forth. NOW THEREFORE and in consideration and in consideration of the mutual promises hereinafter contained between the WCSO and the Trainee the parties agree as follows: 1. In consideration of the Trainee accepting employment as a sworn deputy sheriff, the WCSO agrees to pay to the Trainee the Recruitment Incentive Pay over a two-year period, $2,500.00 per year,for a total of $5,000.00. 2. If the Trainee serves in the capacity of a sworn deputy sheriff for three (3) full years of employment, the Trainee is then under no obligation to repay the WCSO the Recruitment Incentive Pay. 3. If the Trainee leaves the WCSO, whether through resignation or dismissal prior to the end of three (3) years of employment with the WCSO, the Trainee shall reimburse the WCSO for any Recruitment Incentive Pay paid to the Trainee to that point, no later than thirty (30) days after the severance from employment. 4. This Agreement shall not be construed as a Contract of employment or a guaranty of employment for any fixed term with the Washington County Sheriff’s Office, either as a Sworn Deputy, or in any other position or capacity. 5. This Agreement shall be governed exclusively by the laws of the State of Maryland. The WCSO shall have the right to assign its rights and obligations pursuant to this Agreement to any affiliated entity or successor. The Trainee shall not assign this Agreement or any of his/her rights or responsibilities hereunder, and any attempt to make such assignment shall be void and unenforceable. This Agreement may only be modified by a subsequent document in writing signed by both parties. IN WITNESS WHEREOF the parties hereunto set their hands the day and year first above written. WITNESS: WASHINGTON COUNTY SHERIFF’S OFFICE TRAINEE ________________________ _______________________ Signature Signature ________________________ _______________________ Print Name Print name SHERIFF, WASHINGTON COUNTY _______________________ Signature _______________________ Print name POLICE ACADEMY TRAINING AND RECRUITMENT INCENTIVE PAY AGREEMENT This Police Academy Training and Recruitment Incentive Pay Agreement (“Agreement”) is entered into this ______ day of ____________, 20____ by and between the Washington County Sheriff’s Office, (“WCSO”) and ____________________, (“Trainee”), provides as follows. WHEREAS, the WCSO has offered the Trainee the opportunity of attending a State of Maryland Police and Standards Training Commissions approved Police Academy, (“Academy”), at the WCSO’s expense and on the conditions set forth below, to prepare him/her for potential employment with the Washington County Sheriff’s Office, (“WCSO”), and WHEREAS, the cost to the WCSO of providing this training to the Trainee is in excess of $2,500.00, and WHEREAS, the WCSO is providing a Recruitment Incentive Pay of $5,000.00 over two (2) years ($2,500.00 each year), and WHEREAS, the WCSO is desirous of entering into an agreement to require reimbursement of thes e expenses by the Trainee under certain circumstances as hereinafter set forth. NOW THEREFORE and in consideration and in consideration of the mutual promises hereinafter contained between the WCSO and the Trainee the parties agree as follows: 1. Upon acceptance by the Trainee of this Agreement and enrollment in the Academy, the WCSO agrees to pay the total training expenses of up to $2,500.00 (“Training Expense”) for the Trainee’s attendance at the Academy. The Training Expense includes: • Academy tuition • Field officer training • Ammunition used for training purposes 2. In consideration of the Trainee’s acceptance of this agreement, enrollment in the Academy, and acceptance of employment with the WCSO, the WCSO agrees to pay to the Trainee the Recruitment Incentive Pay over a two-year period, $2,500.00 per year, for a total of $5,000.00. 3. Upon successful completion of the Academy, if the Trainee is certified by the Maryland Police and Standards Training Commission to the position of police officer with the Washington County Sheriff’s Office and serves in that capacity for three (3) full years immediately following graduation from the Academy, the Trainee shall then be under no obligation to repay the WCSO the Training Expense or Recruitment Incentive Pay. 4. If the Trainee voluntarily withdraws or resigns from the Academy or is involuntarily terminated or dismissed from the Academy before graduation due to performance, misconduct, or any other reason the WCSO finds unsatisfactory, the Trainee shall reimburse the WCSO the Training Expense and the Recruitment Incentive Pay paid by the WCSO to the Trainee to that point. This reimbursement shall be paid by the Trainee no later than thirty (30) days following the Trainee’s departure from the Academy or termination from the WCSO. 5. If, after successfully completing and graduating from the Academy, the Trainee’s employment with the WCSO is terminated, either by resignation or involuntary termination, less than three (3) full years after the Trainee’s hire date , the Trainee shall reimburse the WCSO any Recruitment Incentive Pay which has been paid to the Trainee as of the time of termination and the cost of the Academy Training ($2,500.00). . 6. This Agreement shall not be construed as a Contract of employment or a guaranty of employment with the Washington County Sheriff’s Office as a Sworn Deputy or any other position. 7. This Agreement shall be governed by the laws of the State of Maryland, exclusive of its conflict of laws, provisions or that of any other State. The WCSO has the right to assign this Agreement to any affiliated entity or successor. The trainee is not permitted to assign this Agreement or any of his/her rights or responsibilities hereunder. This Agreement may only be modified by a subsequent document in writing signed by both parties. IN WITNESS WHEREOF the parties hereunto set their hands the day and year first above written. WITNESS: WASHINGTON COUNTY SHERIFF’S OFFICE TRAINEE ________________________ _______________________ Signature Signature ________________________ _______________________ Print Name Print name SHERIFF, WASHINGTON COUNTY _______________________ Signature _______________________ Print name Open Session Item SUBJECT: Redline Revision Policy and Minor Site Plans within the Division of Plan Review & Permitting PRESENTATION DATE: September 17, 2019 PRESENTATION BY: Ashley R. Holloway, Director, Division of Plan Review & Permitting RECOMMENDED MOTION: For Informational Purposes Only REPORT-IN-BRIEF: Brief the Board of County Commissioners on the Redline Revision policy and what submissions are deemed minor site plans. DISCUSSION: The purpose of a Redline Revision is to allow for proposed minor changes of a previously approved site plan to be reviewed and approved in an expedited manner. Redline Revisions are only reviewed and approved by the Division of Plan Review and Permitting. Site plans are deemed “minor” based on the amount of constructional or functional changes being proposed to the property. FISCAL IMPACT: None CONCURRENCES: Chief of Plan Review ATTACHMENTS: Redline Revision Policy Board of County Commissioners of Washington County, Maryland Agenda Report Form DIVISION OF PLAN REIVEW & PERMITTING MEMORANDUM TO: Staff, Customers, and Consultants FROM: Ashley R. Holloway, Director of Plan Review & Permitting DATE: August 29, 2019 SUBJECT: Redline Revision Policy COPY: Robert Slocum, County Administrator Please be advised of the Redline Revision Policy that is in effect: The purpose of a Redline Revision is to allow for proposed minor changes of a previously approved plan to be reviewed and approved in an expedited manner. Below is the criteria for a Redline Revision: • Plans can only be approved to be submitted as a Redline Revision by the Director of Plan Review & Permitting. • Minor changes and explanation must be done in red ink. • Minor changes can only be reviewed and approved by Division of Plan Review & Permitting. Minor changes requiring approval from an outside agency will not be accepted as a Redline Revision. • Up to three (3) Redline Revision submission for the same plan will be accepted. Any additional minor changes thereafter will not be accepted as a Redline Revision. Questions pertaining to Redline Revisions contact Director Holloway at (240) 313-2443 or aholloway@washco-md.net. MAYOR AND COUNCIL 21 W. Water Street, P.O. Box 237, Smithsburg, MD 21783 Town Office; 301-824-7234 Fax: 301-824.6219 M, ,b www.townofsmithsburg.org Stephen Goodrich, Director Washington County Department of Planning and Zoning 100 W. Washington Street, Suite 2600 Hagerstown, MD 21740 Mr. Goodrich, The Mayor and Council of the Town of Smithsburg along with the Town Planning Commission have been working with the developer of land recently annexed Into the Town at the northeast quadrant of Leitersburg-Smithsburg Road (MD 64) and Wolfsvllle Road (MD 77). As part of these discussions with the developer, the location of the public sewer service area delineated In the 2009 Sewerage Plan for these properties appears inconsistent with the more recently adopted Plans by the County and the Town. We acknowledge that this boundary was adopted to correlate with the adopted Town Growth Area in place at the time, However, since the adoption of the 2009 Sewerage Plan both the Town (in 2012) and the County (in 2015) have reviewed the growth area boundary in this location and expanded those boundaries to include all Cleverly properties. With these changes to the Town Growth Area Boundary in both the Town and County Comprehensive Plans, the effect Is that growth is, projected to these areas and that they should be served by public sewer facilities. However, the County has not yet updated the public sewer service area boundaries in the Sewerage Plan to align with these decisions. As such the service areas bisect two of the Cioverly properties designating them with a portion as S5 and a portion as S7. This split designation is causing hindrances to the progress of the Cleverly project. For this reason, the Mayor and Council are hereby respectfully asking the County to amend the sewer service area boundaries to match those of the growth area boundary and revise the designation to S1, since the development plans are underway, The Mayor and Council of the Town of Smithsburg thank you in advance for your prompt attention to this matter. if you have any questions please feel free to contact our Development Coordinator Randy Dick at 301-991-3502 or by emall at rdick@townofsmitiisbura.ors. Respectfully Jack Kesse mg Mayor of Smithsburg