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