Loading...
HomeMy WebLinkAbout191029aIndividuals 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 October 29, 2019 OPEN SESSION AGENDA 08:00 A.M. MOMENT OF SILENCE AND PLEDGE OF ALLEGIANCE CALL TO ORDER, President Jeffrey A. Cline APPROVAL OF MINUTES – October 22, 2019 08:05 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; To consult with counsel to obtain legal advice on a legal matter; & To consult with staff, consultants, or other individuals about pending or potential litigation; To discuss public security, if the public body determines that public discussion would constitute a risk to the public or to public security, including: (i) the development of fire and police services and staff; and (ii) the development and implementation of emergency plans.) 10:00 A.M. RECONVENE IN OPEN SESSION 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. PRESENTATION OF FARM OF THE YEAR 2019-2020 – Leslie Hart, Agricultural Business Specialist, Department of Business Development, Susan Small, Director, Department of Business Development and Jill Miller, President of the AG Marketing Advisory Committee 10:40 A.M. INTERGOVERNMENTAL COOPERATIVE PURCHASE (INTG-19-0024) ONE (1) NEW 2020 FORD SUPER DUTY F-550 REGULAR CAB TRUCK WITH SUMMIT JOURNEYMAN ELECTRIC CRANE – Brandi Naugle, CPPB, Buyer, Purchasing Department and Mark Bradshaw, PE, Deputy Director, Engineering Services, Department of Water Quality 10:45 A.M. CONTRACT AWARD (PUR-1444) FOR GASOLINE AND DIESEL FUEL DELIVERIES – Brandi Naugle, CPPB, Buyer, Purchasing Department 10:50 A.M. BID AWARD (PUR-1445) – SWIMMING POOL AND WATER/WASTEWATER TREATMENT CHEMICALS – Brand Naugle, CPPB, Buyer, Purchasing Department and Jeremy Mose, Deputy Director, Water Quality Jeffrey A. Cline, 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. 10:55 A.M. CONTRACT AWARD (PUR-1446) – FINANCIAL ADVISOR SERVICES – Rick Curry, CPPO, Director, Purchasing Department and Kelcee Mace, Deputy Director, Division of Budget and Finance 11:00 A.M. CONTRACT AWARD (PUR-1447) – EMERGENCY SERVICES SPECIAL PROCEDURES AND AUDITING SERVICES – Rick Curry, CPPO, Director, Purchasing Department, Sara Greaves, Chief Financial Officer and R. David Hays, Director, Division of Emergency Services 11:15 A.M. ALTERNATE MITIGATION CONTRIBURTION FORMULA CHANGES – Kirk C. Downey, County Attorney and Stephen T. Goodrich, Director, Department of Planning and Zoning 11:25 A.M. SOLID WASTE SUPERVISOR CONSOLIDATION PLAN – David A. Mason, P.E., Deputy Director, Division of Environmental Management 11:45 A.M. BRUCE BEREANO LETTER OF SERVICE – Robert Slocum, County Administrator 11:50 P.M. RECESS EVENING MEETING AT THE MAUGANSVILLE RURITAN Location: 18007 Maugans Avenue, Hagerstown, 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 MAUGANSVILLE LEADERS’ REPORTS AND COMMENTS 06:10 P.M. COMMISSIONERS’ REPORTS AND COMMENTS 06:20 P.M. REPORTS FROM COUNTY STAFF 06:30 P.M. CITIZENS PARTICIPATION 06:40 P.M. ADJOURNMENT Open Session Item SUBJECT: Presentation of Farm of the Year 2019-2020 PRESENTATION DATE: October 29, 2019 PRESENTATION BY: Leslie Hart, Agricultural Business Specialist, Department of Business Development, Susan Small, Director, Department of Business Development and Jill Miller, President of the AG Marketing Advisory Committee RECOMMENDED MOTION: N/A REPORT-IN-BRIEF: The 2019-2020 Farm of the Year has been selected. Members from the Farm of the Year will be in attendance at the BOCC meeting. Presentation of plaque and certificate to the owners by the BOCC. DISCUSSION: N/A FISCAL IMPACT: N/A CONCURRENCES: Susan Small, Director, Business Development ALTERNATIVES: N/A ATTACHMENTS: N/A AUDIO/VISUAL NEEDS: Photo will be taken with Farm of the Year and BOCC Leslie Hart will bring wooden Proclamation and outdoor Plaque Board of County Commissioners of Washington County, Maryland Agenda Report Form Open Session Item SUBJECT: Intergovernmental Cooperative Purchase (INTG -19-0024) One (1) New 2020 Ford Super Duty F-550 Regular Cab Truck with Summit Journeyman Electric Crane PRESENTATION DATE: October 29, 2019 PRESENTATION BY: Brandi Naugle, CPPB, Buyer, Purchasing Department and Mark Bradshaw, PE, Deputy Director, Engineering Services, Department of Water Quality RECOMMENDED MOTION: Move to authorize by Resolution, the Washington County Department of Water Quality to purchase one (1) new 2020 Ford Super Duty F-550 DRW XL 4WD Regular Cab Truck with a Summit Journeyman Electric Crane from 72 Hour LLC, dba National Auto Fleet Group of Watsonville, CA; at a cost of $92,678.00 and to utilize another jurisdiction’s contract, Sourcewell contract number 120716-NAF (Formally known as NJPA, National Joint Powers Association) that was awarded by Sourcewell for the period of January 17, 2017 through January 17, 2021 with an option to renew up to one additional one year term. REPORT-IN-BRIEF: On July 3, 2019 the county advertised an Invitation to Bid for one (1) New Pickup truck with the same specifications as the above listed vehicle and received no bids. The Code of the Public Laws of Washington County, Maryland (the Code) §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 vehicles in accordance with the Code 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 vehicle because of the economies of scale this contract has leveraged. Acquisition of this vehicle by utilizing the Sourcewell contract and eliminating our County’s bid process would result in administrative efficiencies and cost savings for the Washington County Department of Water Quality and Purchasing Department. I am confident that any bid received as a result of an independent County solicitation would exceed the spend savings that Sourcewell’s contract provides through this agreement. DISCUSSION: N/A FISCAL IMPACT: Funds are budgeted in the Department of Water Quality’s Capital Improvement Plan (CIP) account (VEH010). CONCURRENCES: Dan Divito, Director of Water Quality. ALTERNATIVES: 1. Re-Advertise a formal bid and the County could possibly incur a higher cost for the purchase, or 2. Do not award the purchase of the truck. ATTACHMENTS: 72 Hour LLC dba National Auto Fleet Group quote, October 14, 2019. AUDIO/VISUAL NEEDS: N/A Board of County Commissioners of Washington County, Maryland Agenda Report Form National Auto Fleet Group A U, v, n 1 o r1 u t c h e v- o l c t u I W J t b U n V' l l e 490 Auto Center Drive, Watsonville, CA 95076 (855) 289-6572 • (831) 480.8497 Fax Fleet `L( tNationalAutoFleetGroup.com 9/13/2019 10/14/2019 Re -Configured Mr Mark Bradshaw Washington County Dept of Water Quality 16232 Elliott Parkway Williamsport, Maryland, 21795 Dear Mark Bradshaw, Quote ID: 11465 R1 Order Cut Off Date: TBA National Auto Fleet Group is pleased to quote the following vehicle(s) for your consideration. One (1) New/Unused (2020 Ford Super Duty F-550 DRW (F5H) XL 4WD Reg Cab 169" WB 84" CA, Summit Truck Equipment Quote ) and delivered to your specified location, each for One Unit Contract Price $42,435.00 Summit Truck Equipment Quote $50,243.00 Tax (0.0000 %) $0.00 Tire fee $0.00 Total $92,678.00 - 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 CIEMAS Quoting Department Account Manager Fleet@NationalAutoFleetGroup.com (855) 289-6572 TOYOTA L3 M In order to Finalize your Quote,_please submit this purchase packet to your governing body for Purchase Order Approval. Once you issue a Purchase Order please send by_ Fax: (831) 480-8497 Mail: National Auto Fleet Group 490 Auto Center Drive Watsonville, CA 95076 Email: Fleet@nationalautofleetgroup.com We will then send a W-9 if you need one Please contact our main office with any questions: 1-855-289-6572 To: Ben Rodriguez National Auto Fleet Group 490 Auto Center Drive, Watsonville, CA 95076 855.289-6572 Again, I want to thank you for the opportunity to serve your needs. Feel free to contact me directly with any questions at (740) 516.7371 FITS TRUCK TYPE SERVICE BODY TYPE PAYMENT TERMS STE / VIN 2020 Gas Ford F550 4X4 Summit Series 7 132" Body Due on receipt TBD QTY P, r.' ee11%, DESCRIPTION Summit 7 Series 11 Foot Body, Summit Journeyman 622E Electric Crane - Rated at 36,000 ft-lbs, Summit Aluminum Drawer Package, Welder Riser, Standard Headboard with LED Stop, Turn and Tail Lights. LED Compartment and Body Lights. Standard Line-X areas: Cargo Area, Bumper Work Surface and step, Wheel well reinforcement, Lower edge of body, Top of sidepacks. Fronts of sidepacks. Standard Rubberized body undercoat. Installed On: Customer Supplied - 2020 Ford F550 04. 19,500 GVW, Low Deflection Package, 7.3L 2V DEVCT NA PFI V8 Gas, TorgShift 10-Speed Automatic Customer to ship chassis to 990 Vernon Rd., Wathena, KS 66090 for upfitting. Chassis assumed to be upfit ready. Any additional chassis modification will be added to cost. Freight quoted using a drive -away company for delivery ' .1 1. Please sign below or list PO number(sI to place order for this Equipment ;-If i Accepted By: Date XA - 1 Please e-mail to: dthornberry(;Dsummitbodies.com r •� f UNIT PRICE 50,243.00 TOTAL PRICE DOC CHARGE DELIVERY TOTAL INVESTMENT LINE TOTAL 50.243-00 50,243.00 Inctuded to Hagerstown, MD 50, 243.00 "Price does not include any applicable taxes 01 .4t'v 1 Body Construction as follows: 12ga Galvannealed Steel American Mill - 132" long 1/8" Aluminum Doors with Full Length Aluminum Piano Style Hinges Automotive Style Weather Stripping Around all Compartment Doors o Gas Strut Door Closers Compression Latches with Three Point Contact 0 22" Deep Side -packs o Grab Handles Installed on Rear of Body a 50" Wide Cargo Floor 0 6000# flush mount swivel D-rings installed in cargo area (three per side) o 12" High Aluminum Tailgate Driver Side: o Side -pack - All Compartments 50" High DI-D2 Combined: 58.5" Wide Compartment • Summit Aluminum Drawer Pack with Three(3) 3". Three(3) 5", and One(l) 7" Drawers 38" Wide x 18" Deep - All drawers rated @ 500# and mounted on roller slides. Includes Full Compartment Width Shelf (58.5") with Adjustable Dividers mounted on top of Drawer Pack. • Two(2) Adjustable Aluminum Shelves with Dividers, Located under Full Width Shelf in Rear Section of Split Compartment D - 3: 43" Wide Compartment - Over Wheel Well o One(1) Adjustable Aluminum Shelf with Dividers D - 4: 30.5" Wide Compartment o Two(2) Adjustable Aluminum Shelves with Dividers Passenger Side: o Side -pack - 62" High First Compartment, Remainder of Compartments 50" High P - 1: 36" Wide Compartment o Combination Compartment with Front Section Reinforced and Vented for Torch Bottles - Includes Bolt -in Tank Retainer and Ratchet Strap • Three(3) Adjustable Aluminum Shelves with Dividers, Located in Rear of Partitioned Compartment P - 2: 22.5" Wide Compartment o Two(2) Adjustable Aluminum Shelves with Dividers P - 3: 43" Wide Compartment - Over Wheel Well o One(l) Adjustable Aluminum Shelf with Dividers P - 4: 30.5" Wide Compartment o Crane Pedestal, Crane Controls, and Body Control Panel Electrical Features: 0 12v LED Light Fixture in Each Compartment with Switches Installed in Crane Pedestal Compartment • Compartment Lights Automatically Turn On When Park Brake Is Set • Two(2) Six -Position Switch Panels Installed One(I) in Cab and One(1) in Passenger Side Rear Compartment for Controlling Work and Compartment Lights • Four(4) Rectangular LED Work Lights ■ Two(2) Installed on Headache Rack Rear Facing • Two(2) Installed on Rear of Body Rear Facing • Backup alarm installed under bumper Additional Features: o Rear Outrigger - Full Manual (Manual In/Out - Manual Up/Down) 0 24" Tool Bumper with Door Each Side and Divider in Compartment - Standard Automotive Style 2" Receiver Hitch 10,000# Maximum • Grip Strut on Bumper Step o Seven way RV style trailer plug o Mount for Wilton 1765 Vise (Shipped Loose) o One(1) Hose Retainer (Shipped Loose) • Installation of Chassis Supplied Backup Camera Crane Electric Summit Journeyman 622E Rated at 36,000 ft-lbs o Capacity Rating 3600# @ 10' - 2250# @ 16' - 16404 @ 22' • Maximum Vertical Lift From Crane Base: 22'-2" o Maximum Horizontal Lift From Centerline of Crane: 21'-10" • Winch Specification: Rope Diameter 5/16" - Line pull speed 30 ft/min - Rotation (worm gear) Continuous 360 degree power o Boom Elevation: -10 to + 75 degrees • 2 Stage Boom: I st Stage: Hydraulic 71 3/4", 2nd Stage Hydraulic 72" , Standard Boom Length 9' 10" from Centerline of Crane • 12V Electric over Hydraulic Power Supply (1.3 gpm @ 2800 psi) Welder and Welder Accessories: o Welder Riser (Welder Not Included) Paint and Placards: o Paint Body Single Stage White • Epoxy Primer Seal for Adhesion • Rubberized Undercoat Applied to Underside of Body o Safety Placards and Decals o Parts and Operations Manuals for All Furnished Equipment Bed -Liner Applied To: • Cargo Area • Bumper Top and Step o Lower Edge of Side -packs (Full Length) • Front of Side -packs (Full Length) • Top of Side -packs (Full Length) • Wheel Wells Pictures of a Similar Unit (May Not Reflect Actual) 9 41 ohm— n r DRAWER PACKS FEATURES New and improved drawer systems design! Attractive and corrosion free lightweight .125 aluminum construction Single action extruded aluminum handle assembly for ease of use Lockable drawers with replaceable key cylinders to help protect your tools & parts. Fully extendable heavy-duty 600 Ibs` ball bearing slides for durability Lock -in & lock -out slides: Allow technicians the ability to lock -out drawers when parked on uneven surfaces. Removable drawer makes it easy to bring the tools to the job. Telescoping integrated top shelf with divider to make the most use out of your valuable space. Optional egg -crating is available to organize small tools & parts. Optional work tray to increase work surface. Powder coat options add color & durability Cycle, load, shock, impact damage, incline & vibration tested. SPECIFICATIONS 600lbs. rated drawer slides Drawer combinations in 3", 5", 7" depths Custom widths from 12% 50" in 2" increments Custom depths from 12" to 24" in 2" increments Overall drawer depth = drawer depth + 1" for the latch assembly Custom riser heights starting from .5" 7 to ;11 PARTS BIN FEATURES J M y on Attractive and corrosion free lightweight .125 aluminum construction. Weld -free design improves surfaces edges and finishes. Pull style handles for easy access. Effortlessly remove drawers as needed. Removable door enclosure with a carabiner to hold doors closed and prevent the drawers from shifting. You can easily Find compatible paddle locks to replace the carabiner. Telescoping integrated top shelf is adjustable to Fit your compartment. Each bin drawer includes removable aluminum dividers to help organize small parts. Custom design to make the most of your storage space. SPECIFICATIONS Overall Parts Bin Depth: 18.25" Drawer Size: 6" width by 3" Height Standard Riser: 3.25" CRATING AVAILABLE! (BRING STYLE AND COLOR TO YOUR DRAWER PACKS AND HAVE THEM WRAPPED TO MATCH YOUR SERVICE TRUCK GRAPHICS. SUMMIT DRAWER SYSTEMS LIMITED LIFETIME WARRANTY Summit Drawer Systems stands behind our product value, quality and reliability. Our limited warranty covers the materials and workmanship of our products. Visit our website to view the complete warranty. • • • • ELECTRIC CRANE MODEL 622E SPECIFICATIONS ► Max Lifting Capacity ► Crane Rating ► Standard Boom Length ► Boom Extension ► Max. Horizontal Reach ► Boom Elevation ► Rope Diameter ► Max. Winch Line Pull Speed ► Max. Single Part Line 3: 145 I 6,000 lbs. (2721.5 kg) 36,000 ft-lbs. (48.8 kN-m) 9' 10" (2.9 m) from CL of Crane 1st Stage Hydraulic 71 3/4" (1.8 m) 2nd Stage Hydraulic 72" (1.8 m) 21' 10" (6.6 m) from CL of Crane -100 to +750 5/16" (0.79 cm) 30 ft/min (9.1 m/min) 3,000 lbs. (1360 kg) I 3. 622E o • ♦ 4�j � ► Max. Double Part line ► Rotation ► Lifting Capacities ► Mounting Space Req'd ► Approx. Ship Weight ► Controls ► Power Supply Req'd 6,000 lbs. (2720 kg) 360' Continuous 3,600 lbs. @ 10' (1632 kg @ 3.0 m) 2,250 lbs. @ 16' (1020 kg @ 4.8 m) 1,640 lbs. @ 22' 2" (743 kg @ 6.7 m) 18"x 18" (45.7 cm x 45.7 cm) 1,817 lbs. (825 kg) Wireless Control System Standard 12VDC Hydraulic Power Unit 1.3 gpm (4.9 Ipm) @ 2800 psi CRANE MODEL 622E w N M I M M ]"Il' 16'0• 1 L [ WEIGHT OF LOAD HANDLING DEVICES ARE PART OF THE LOAD LIFTED AND MUST BE DEDUCTED FROM THE CAPACITY. MAXIMUM 1-PART LINE CAPACITY IS 2000LBS (907KG), FOR GREATER LOADS, USE 2-PART LINE. FRIES For lighter applications, we offer the 7-Series service body which is designed for a 19,500 GVW chassis. It can accept any crane up to a 6,000 lb. capacity and is constructed of 12 ga. galvannealed steel and aluminum doors. It is an ideal option for those who require the additional maneuverability that a srnaller truck provides. Ease of use and flexibility make it an excellent choice for many fleets. L � t yb?Q � � ♦ • u READY FOR ANYTHING • Three step paint process - phosphate wash, PPG epoxy primer and PPG Delfleet top coat • Single stage finish coat on all external areas of body and accessories carries 5 year PPG warranty against rust and corrosion • Endless color options (base / clear also available upon request) • Line-X coating on bed, bumper, side pack top, side pack front, and full length of bottom edge of sidepack • Rubberized undercoating applied to entire underside of body to optimize longevity • ' FEATURES • Golvannealed steel body construction (10 and 12 Ga.) • 1 /8" aluminum bolt on doors with internal frame Full length piano style stainless steel hinges 5000 hours of salt testing done by PPG • Automotive style bulb seal weather stripping around all compartment doors • Three point compression style compartment latches keyed alike • Extruded aluminum drip rail installed above compartment doors • 3/16" tread plate cargo area floor • Fully integrated crane structure • 6000 Ib flush mount swivel D-rings installed in cargo area (three per side) • 24" deep storage compartment rear bumper • Bumper step with integrated grip -strut incorporated in rear bumper • Standard automotive style receiver hitch 0 2.5" 18,000 16. on 8-10 series bodies 0 2" 10,000 Ib. on 7 series bodies • Infinitely adiusta6le shelves in compartments 14 Go aluminum or galvanized adjustable shelves with center dividers • Knurled grab handles on rear of body • 12" aluminum slam style tail gate • Torch bottle compartment • Reinforced flush mounting blocks • Safety plocard and decals 1 ;T4:' . 0 P. Yfmwjl�Ai INN N PROGRAMTEA M VP Tr lasuc Wen b n. wen n.e. M...., (� lliiiT(t71t� Summit Warranty Body Structure ......................................... 5 year limited Paint ...................................................... 5 year PPG warranty Crane Structure ......................................... 5 year limited Crane remote ............................................ 1 year ASE Control Panel and Components ............................. 1 year Summit Drawer Pack(s) .......................... Limited lifetime Hydraulic System ..................................... 1 year Includes PTO, Pump. Hoses. Valves Etc. Misc. Parts .... 12 months Individual components or options will carry their own manufacturer's warranty All warranties are subject to terms and conditions Please see full warranty disclosures Summit Warranty Contact Information 866-985-3100 Parts and Service EXT 7726 NOTE: IN THE INTEREST OF CONTINUING PRODUCT IMPROVEMENT DIMENSIONS AND EQUIPMENT POSITION SUBJECT TO CHANGE. Summit makes adjustments to the chassis suspension to keep it level It is the customer's responsibility to make final adjustments after the truck is loaded Any additional suspension modifications needed are the sole responsibility of the end user. Now=low r- :t .r � Thank You For Your -,1'r:111 tiummit- MMIT Busin.a.S.S.1 ($U_MMITIJ Vehicle Configuration Options ENGINE Code Description 99N ENGINE: 7.3L 2V DEVCT NA PFI V8 GAS, (STD) TRANSMISSION Code Description 44G TRANSMISSION: TORQSHIFT 10-SPEED AUTOMATIC, -inc: selectable drive modes: normal, tow/haul, eco and deep sand/snow (STD) TIRES Code Description TGM TIRES: 225/70RX19.5G BSW TRACTION, -inc: 4 traction tires on the rear and 2 A/P tires on the front, Optional spare is 225/70Rx19.5G BSW AIP PRIMARY PAINT Code IDescription Z1 OXFORD WHITE PAINT SCHEME Code Description 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, Trailer Tow Mirrors w/Power Heated Glass. manual telescoping, heated convex spotter mirror and integrated clearance lamps/turn signals, Power Front Side Windows, 1-touch up/down driver/passenger window 67B 397 AMP ALTERNATORS 52B TRAILER BRAKE CONTROLLER, -inc: smart trailer tow connector, Verified to be compatible w/electronic actuated drum brakes only 86S LOW DEFLECTION PACKAGE, -inc: 2-inch spacer blocks, Recommended for rear -biased loading, such as wrecker/retriever applications SNOW PLOW PREP PACKAGE, -inc: pre -selected springs (see Order Guide Supplemental 473 Reference for springs/FGAWR of specific vehicle configurations), Note 1: Restrictions apply; see Supplemental Reference or Body Builders Layout Book for details, Note 2: Also allows for the attachment of a winch GVWR: 19,500 LB PAYLOAD PLUS UPGRADE PACKAGE, -inc: upgraded frame, rear -axle 68M and low deflection/high capacity springs, Increases max RGAWR to 14, 706, Note: See Order Guide Supplemental Reference for further details on GVWR 18B PLATFORM RUNNING BOARDS 942 DAYTIME RUNNING LAMPS (DRL), -inc: The non -controllable 942 Daytime Running Lamps (DRL) replace the standard Daytime Running Lamps (DRL) on/off cluster controllable 872 REAR VIEW CAMERA & PREP KIT, -inc: loose camera and wiring bundle OPTION PACKAGE Code Description 660A ORDER CODE 660A 2020 Fleet/Non-Retail Ford Super Duty F-550 DRW XL 4WD Reg Cab 169" WB 84" CA WINDOW STICKER 2020 Ford Super Duty F-550 DRW XL 4WD Reg Cab 169" WB 84" CA CODE MODEL MSRP F5H 2O20 Ford Super Duty F-550 DRW XL 4WD Reg Cab 169" WB 84" CA $43,440.00 OPTIONS 99N ENGINE: 7.3L 2V DEVCT NA PFI V8 GAS. (STD) $0.00 44G TRANSMISSION: TOROSHIFT 10-SPEED AUTOMATIC, -inc: selectable drive modes: normal, $0.00 tow/haul, eco and deep sand/snow (STD) TGM TIRES: 225/70RX19.5G BSW TRACTION, -inc: 4 traction tires on the rear and 2 A/P tires on the front, $190.00 Optional spare is 225/70Rx19.5G BSW A/P Z1 OXFORD WHITE $0.00 STANDARD PAINT $0.00 AS MEDIUM EARTH GRAY, HD VINYL 40/20/40 SPLIT BENCH SEAT, -inc: center armrest, cupholder, $0.00 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 panel, $915.00 Accessory Delay, Advanced Security Pack, SecuriLock Passive Anti -Theft System (PATS) and inclination/intrusion sensors, MyKey, owner controls feature, Power Locks, Remote Keyless Entry, Trailer Tow Mirrors w/Power Heated Glass, manual telescoping, heated convex spotter mirror and integrated clearance lamps/turn signals, Power Front Side Windows, 1-touch up/down driver/passenger window 67B 397 AMP ALTERNATORS $115.00 52B TRAILER BRAKE CONTROLLER, -inc: smart trailer tow connector. Verified to be compatible $270.00 w/electronic actuated drum brakes only 86S LOW DEFLECTION PACKAGE, -inc: 2-inch spacer blocks, Recommended for rear -biased loading, $110.00 such as wrecker/retriever applications 473 SNOW PLOW PREP PACKAGE. -inc: pre -selected springs (see Order Guide Supplemental Reference $250.00 for springs/FGAWR of specific vehicle configurations), Note 1: Restrictions apply: see Supplemental Reference or Body Builders Layout Book for details, Note 2: Also allows for the attachment of a winch 68M GVWR: 19,500 LB PAYLOAD PLUS UPGRADE PACKAGE, -inc: upgraded frame, rear -axle and low $1,155.00 deflection/high capacity springs, Increases max RGAWR to 14, 706, Note: See Order Guide Supplemental Reference for further details on GVWR 18B PLATFORM RUNNING BOARDS $320.00 942 DAYTIME RUNNING LAMPS (DRL), -inc: The non -controllable 942 Daytime Running Lamps (DRL) $45.00 replace the standard Daytime Running Lamps (DRL) on/off cluster controllable 872 REAR VIEW CAMERA & PREP KIT, -inc: loose camera and wiring bundle $415.00 660A ORDER CODE 660A $0.00 Please note selected options override standard equipment SUBTOTAL $47,585.00 Advert/ Adjustments $0.00 Manufacturer Destination Charge $1,595.00 TOTAL PRICE $49,180.00 Est City: N/A MPG Est Highway: N/A MPG Est Highway Cruising Range: N/A mi Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. Standard Equipment MECHANICAL Engine: 7.3L 2V DEVCT NA PFI V8 Gas Transmission: TorgShift 10-Speed Automatic -inc: selectable drive modes. normal, tow/haul, eco and deep sand/snow 4.88 Axle Ratio GVWR: 18,000 lbs 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 10950lbs. 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" Argent Painted Steel -inc: Hub covers/center ornaments not included Tires: 225/70Rx19.5G BSW A/P -inc: Optional spare is 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 Manual Extendable Trailer Style Mirrors Fixed Rear Window Light Tinted Glass Variable Intermittent Wipers Aluminum Panels Front Splash Guards Black Grille Front License Plate Bracket Fully Automatic Aero-Composite Halogen Auto High -Beam Daytime Running Lights Preference Setting Headlamps w/Delay-Off Cab Clearance Lights ENTERTAINMENT Radio: AM/FM Stereo w/MP3 Player -inc: 4 speakers Radio w/Seek-Scan Fixed Antenna SYNC Communications & Entertainment System -inc: enhanced voice recognition, 911 Assist, 4.2" LCD center stack screen, AppLink, 1 smart -charging USB-C port and steering wheel audio controls INTERIOR 4-Way Driver Seat -inc: Manual Recline and Fore/Aft Movement 4-Way Passenger Seat -inc: Manual Recline and Fore/Aft Movement 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 FordPass Connect 4G LTE WiFi Mobile Hotspot Internet Access Manual Air Conditioning Illuminated Locking Glove Box Interior Trim -inc: Chrome Interior Accents Full Cloth Headliner Urethane Gear Shift Knob 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 2 12V DC Power Outlets Front Map Lights Fade -To -Off Interior Lighting Full Vinyl/Rubber Floor Covering Underhood Lights 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 Display Manual Adjustable Front 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 Safety Canopy System Curtain 1st Row Airbags Outboard Front Lap And Shoulder Safety Belts -inc: Height Adjusters Open Session Item SUBJECT: Contract Award (PUR-1444) for Gasoline and Diesel Fuel Deliveries PRESENTATION DATE: October 29, 2019 PRESENTATION BY: Brandi Naugle, CPPB, Buyer, Purchasing Department RECOMMENDED MOTION: Move to award the bids for gasoline and diesel fuel transport deliveries and gasoline and diesel fuel tank-wagon deliveries under Option No. 1, Four (4) separate contracts to the responsive, responsible bidders who submitted the lowest bids. 1.Contract for gasoline tank-wagon deliveries to A. C. & T. Company, Inc of Hagerstown, MD at the unit prices stated in its bid dated October 8, 2019. 2.Contract for gasoline transport deliveries to Petroleum Traders Corporation of Fort Wayne, IN. at the unit prices stated in its bid dated October 7, 2019. 3.Contract for diesel tank-wagon deliveries to A. C. & T. Company, Inc of Hagerstown, MD at the unit prices stated in its bid dated October 8, 2019. 4.Contract for diesel transport deliveries to Petroleum Traders Corporation of Fort Wayne, IN. at the unit prices stated in its bid dated October 7, 2019. REPORT-IN-BRIEF: The following tabulations listed below were made from the bids received on October 9, 2019 based on estimated quantities for the contract period that is tentatively to begin on December 1, 2019 and end November 30, 2020. The contracts are for a one (1) year term with no option to renew. These are requirements contracts and the County guarantees neither a maximum nor a minimum quantity. The bid was advertised on the State of Maryland’s eMMA “eMaryland Marketplace Advantage” web site, on the County’s web site, and in the local newspaper. Twenty-Four (24) persons/companies registered/downloaded the bid document on-line and six (6) bids were received, one (1) of which was deemed non-responsive. The bids were evaluated based on the Oil Price Information Service (OPIS) pricing index publication and the bidder’s bid factor; bids were submitted as follows: GASOLINE: OPTION NO. 1 (multiple contract award) Vendor Transport Loads Total Bid Tank-wagon Loads Total Bid A, C & T Co., Inc. Hagerstown, MD $708,324.34 $137,859.74 Board of County Commissioners of Washington County, Maryland Agenda Report Form Colonial Oíl Industries, Inc. Savannah, GA $708,963.99 NO BID $710,276.66 NO BID $695,929.92 NO BID $678,927.66 NO BID Petroleum Traders Corporation Fort Wayne, IN $678,077.24 DIESEL: OPTION 1 (multiple contract award) Vendor Transport Loads Total Bid Tank-wagon Loads Total Bid A, C & T Co., Inc. Hagerstown, MD $1,275,110.00 $134,341.17 Colonial Oíl Industries, Inc. Savannah, GA $1,277,010.14 NO BID $1,267,189.19 NO BID $1,276,813.57 NO BID $1,256,510.91 NO BID Petroleum Traders Corporation Fort Wayne, IN $1,256,436.45 GASOLINE & DIESEL: OPTION II (single contract award) Vendor Transport/Tankwagon LoadsTotal Bid A, C & T Co., Inc. $2,252,684.44 Colonial Oíl Industries, Inc. Savannah, GA NO BID NO BID *NON-RESPONSIVE – PROPOSAL INCOMPLETE NO BID DISCUSSION: The contract requirements for the City of Hagerstown, Washington County Public Schools and Hagerstown Community College are also included in the above recommendations. Those entities will also make their own formal contract awards. FISCAL IMPACT: Funds are available in various departmental operating budgets for fuels. CONCURRENCES: N/A ALTERNATIVES: N/A ATTACHMENTS: The complete Bid Tabulation may be viewed on-line at: https://www.washco-md.net/wp-content/uploads/purch-pur-1444-bidtab.pdf AUDIO/VISUAL NEEDS: N/A PUR-1444 Bulk Gasoline and Diesel Fuel OPIS Newsletter Price as of 09-02-19 Bidder +/- Factor + Bidder Factor (A + B) Approx. Gallon Usage Net Delivered (C X D) Bidder +/- Factor + Bidder Factor (A + B) Approx. Gallon Usage Gasoline Unleaded 87 Octane CBOB Ethanol (10%) Tank-wagon $1.6727 $0.2265 $1.8992 63,387 $120,384.59 No Bid No Bid 63,387 No Bid Sec. I Gasoline Unleaded 89 Octane CBOB Ethanol (10%) Tank-wagon $1.8294 $0.2265 $2.0559 8,500 $17,475.15 No Bid No Bid 8,500 No Bid Gasoline Unleaded 87 Octane CBOB Ethanol (10%) Transport $1.6727 $0.0700 $1.7427 194,000 $338,083.80 $0.0739 $1.7466 194,000 $338,840.40 Gasoline Unleaded 89 Octane CBOB Ethanol (10%) $1.8294 $0.0700 $1.8994 194,925 $370,240.54 $0.0694 $1.8988 194,925 $370,123.59 Sec. III Total Sum Diesel Tank-wagon Deliveries as Described in Section III No. 2-D Diesel $1.8736 $0.2165 $2.0901 64,275 $134,341.17 No Bid No Bid 64,275 No Bid Sec. III Total Sum Gasoline Tank-wagon Deliveries as Described in Section I Total Sum Gasoline Transport as Described in Section II Sec. IV Sec. I Sec. II Sec. II No Bid$137,859.74 Sec. IV 655,213$1.9490$0.0754 $708,963.99 Item $1,277,010.14 Colonial Oil Industries, Inc. Savannah, GA Net Delivered (C X D) A.C. & T. Co., Inc. Hagerstown, MDOPTION 1 $708,324.34 $1,275,110.00655,213$1.9461$0.0725$1.8736 Total Sum Diesel Transport Deliveries as Described in Section IV No. 2-D Diesel Ultra Low Sulfur 1 Bids Opened: October 9, 2019 PUR-1444 Bulk Gasoline and Diesel Fuel Tank-wagon at Rack: $.0300/gal. Transport: $.0500/gal. Manufacturer’s Name: Winter Chemical Additive Protection Product Name: A.C. & T. Co., Inc. Hagerstown, MDOPTION 1 Winter Chemical Additive Protection (cost per gallon): Power Service Tank-wagon at Rack: CFI 1902 Transport: 137 ULSW Diesel Treat 2000 $0.0235 Diesel Fuel Supplement + Cetane Boost Tank-wagon at Rack: Innospec Transport: Schaeffer Manufacturing Colonial Oil Industries, Inc. Savannah, GA 2 Bids Opened: October 9, 2019 PUR-1444 Bulk Gasoline and Diesel Fuel B C D OPIS Newsletter Price as of 09-02-19 Bidder +/- Factor + Bidder Factor (A + B) Approx. Gallon Usage Net Delivered (C X D) Bidder +/- Factor + Bidder Factor (A + B) Approx. Gallon Usage CBOB Ethanol (10%) $1.6727 $0.2240 $1.8967 63,387 $120,226.12 No Bid No Bid 63,387 No Bid CBOB Ethanol (10%) Tank-wagon $1.8294 $0.2240 $2.0534 8,500 $17,453.90 No Bid No Bid 8,500 No Bid CBOB Ethanol (10%) $1.6727 $0.0675 $1.7402 194,000 $337,598.80 No Bid No Bid 194,000 No Bid CBOB Ethanol (10%) Transport $1.8294 $0.0675 $1.8969 194,925 $369,753.23 No Bid No Bid 194,925 No Bid Sec. III Total Sum Diesel Tank-wagon Deliveries as Described in Section III No. 2-D Diesel $1.8736 $0.2140 $2.0876 64,275 $134,180.49 No Bid No Bid 64,275 No Bid Sec. III Sec. IV Total Sum Diesel Transport Deliveries as Described in Section IV No. 2-D Diesel $1.8736 $0.0700 $1.9436 655,213 $1,273,471.90 No Bid No Bid 655,213 No Bid Sec. IV Total Sum Gasoline Transport as Described in Section II Net Delivered (C X D) OPTION 2 Item Sec. I $2,252,684.44 A.C. & T. Co., Inc. Hagerstown, MD No Bid No Bid Sec. II Colonial Oil Industries, Inc. Savannah, GA E Total Sum Bid of All Section Totals (Sections I-IV) Total Sum Gasoline Tank-wagon Deliveries as Described in Section I No Bid Sec. I Sec. II $137,680.02 $707,352.03 3 Bids Opened: October 9, 2019 PUR-1444 Bulk Gasoline and Diesel Fuel Option 2 Total Sum Bid of All Section Totals = $2,252,684.44 A.C.&T. Co. Inc. total $2,252,684.30 Winter Chemical Additive Protection Product Name: Manufacturer’s Name: Tank-wagon at Rack: CFI 1902 Transport: 137ULSW Diesel Treat 2000 Tank-wagon at Rack: Innospec Transport: Schaeffer Manufacturing No Bid No Bid No Bid OPTION 2 Colonial Oil Industries, Inc. Savannah, GA A.C. & T. Co., Inc. Hagerstown, MD Winter Chemical Additive Protection (cost per gallon): Tank-wagon at Rack: $.0300/gal. Transport: $.0500/gal. 4 Bids Opened: October 9, 2019 PUR-1444 Bulk Gasoline and Diesel Fuel OPIS Newsletter Price as of 09-02-19 Bidder +/- Factor + Bidder Factor (A + B) Approx. Gallon Usage Net Delivered (C X D) Bidder +/- Factor + Bidder Factor (A + B) Approx. Gallon Usage Net Delivered (C X D) Gasoline Unleaded 87 Octane CBOB Ethanol (10%) Tank-wagon $1.6727 No Bid No Bid 63,387 No Bid No Bid No Bid 63,387 No Bid Gasoline Unleaded 89 Octane CBOB Ethanol (10%) Tank-wagon $1.8294 No Bid No Bid 8,500 No Bid No Bid No Bid 8,500 No Bid Gasoline Unleaded 87 Octane CBOB Ethanol (10%) Transport $1.6727 $0.0653 $1.7380 194,000 $337,169.22 $0.0459 $1.7186 194,000 $333,408.40 Gasoline Unleaded 89 Octane CBOB Ethanol (10%) $1.8294 $0.0847 $1.9141 194,925 $373,107.44 $0.0304 $1.8598 194,925 $362,521.52 Total Sum Diesel Tank-wagon Deliveries as Described in Section III No. 2-D Diesel $1.8736 No Bid No Bid 64,275 No Bid No Bid No Bid 64,275 No Bid 655,213$1,267,189.19655,213$0.0604 Total Sum Gasoline Transport as Described in Section II $1.8736 Total Sum Diesel Transport Deliveries as Described in Section IV No. 2-D Diesel Ultra Low Sulfur $1.9340 Mansfield Oil Company of Gainesville, Inc. Gainesville, GA Total Sum Gasoline Tank-wagon Deliveries as Described in Section I OPTION 1 No Bid No Bid $695,929.92 $0.0751 $1.9487 $1,276,813.57 $710,276.66 East River Energy, Inc. Guilford, CT Item 5 Bids Opened: October 9, 2019 PUR-1444 Bulk Gasoline and Diesel Fuel East River Energy, Inc. Guilford, CT Innospec Winter Chemical Additive Protection (cost per gallon): Winter Chemical Additive Protection Product Name: $0.0450 OPTION 1 Manufacturer’s Name:Innospec Schaeffer Manufacturing Company $.02/gal. 300 ULSW ArticShield Mansfield Oil Company of Gainesville, Inc. Gainesville, GA 6 Bids Opened: October 9, 2019 PUR-1444 Bulk Gasoline and Diesel Fuel OPIS Newsletter Price as of 09-02-19 Bidder +/- Factor + Bidder Factor (A + B) Approx. Gallon Usage Net Delivered (C X D) Bidder +/- Factor + Bidder Factor (A + B) Approx. Gallon Usage Net Delivered (C X D) Gasoline Unleaded 87 Octane CBOB Ethanol (10%) $1.6727 No Bid No Bid 63,387 No Bid No Bid No Bid 63,387 No Bid Gasoline Unleaded 89 Octane CBOB Ethanol (10%) Tank-wagon $1.8294 No Bid No Bid 8,500 No Bid No Bid No Bid 8,500 No Bid Gasoline Unleaded 87 Octane CBOB Ethanol (10%) $1.6727 No Bid No Bid 194,000 No Bid No Bid No Bid 194,000 No Bid Gasoline Unleaded 89 Octane CBOB Ethanol (10%) Transport $1.8294 No Bid No Bid 194,925 No Bid No Bid No Bid 194,925 No Bid Total Sum Diesel Tank-wagon Deliveries as Described in Section III No. 2-D Diesel $1.8736 No Bid No Bid 64,275 No Bid No Bid No Bid 64,275 No Bid Total Sum Diesel Transport Deliveries as Described in Section IV No. 2-D Diesel $1.8736 No Bid No Bid 655,213 No Bid No Bid No Bid 655,213 No Bid No Bid East River Energy, Inc. Guilford, CT Mansfield Oil Company of Gainesville, Inc. Gainesville, GAOPTION 2 Total Sum Gasoline Transport as Described in Section II No Bid Total Sum Gasoline Tank-wagon Deliveries as Described in Section I No Bid Item No BidTotal Sum Bid of All Section Totals (Sections I-IV)$1,972,743.49 No Bid 7 Bids Opened: October 9, 2019 PUR-1444 Bulk Gasoline and Diesel Fuel Non-Responsive due to Proposal incomplete Manufacturer’s Name: Winter Chemical Additive Protection (cost per gallon): Winter Chemical Additive Protection Product Name: OPTION 2 East River Energy, Inc. Guilford, CT N/A N/A N/A $.02/gal. 300 ULSW ArticShield Schaeffer Manugacturing Company Mansfield Oil Company of Gainesville, Inc. Gainesville, GA 8 Bids Opened: October 9, 2019 PUR-1444 Bulk Gasoline and Diesel Fuel OPIS Newsletter Price as of 09-02-19 Bidder +/- Factor + Bidder Factor (A + B) Approx. Gallon Usage Net Delivered (C X D) Bidder +/- Factor + Bidder Factor (A + B) Approx. Gallon Usage Net Delivered (C X D) Sec. I Gasoline Unleaded 87 Octane CBOB Ethanol (10%) Tank-wagon $1.6727 No Bid No Bid 63,387 No Bid No Bid No Bid 63,387 No Bid Gasoline Unleaded 89 Octane CBOB Ethanol (10%) Tank-wagon $1.8294 No Bid No Bid 8,500 No Bid No Bid No Bid 8,500 No Bid Gasoline Unleaded 87 Octane CBOB Ethanol (10%) Transport $1.6727 -$0.0067 $1.6794 194,000 $325,807.56 $0.0011 $1.6738 194,000 $324,717.20 Gasoline Unleaded 89 Octane CBOB Ethanol (10%) $1.8294 -$0.0178 $1.8116 194,925 $353,120.10 -$0.0166 $1.8128 194,925 $353,360.04 Sec. III Total Sum Diesel Tank-wagon Deliveries as Described in Section III No. 2-D Diesel $1.8736 No Bid No Bid 64,275 No Bid No Bid No Bid 64,275 No Bid Petroleum Traders Corporation Fort Wayne, IN No Bid $678,077.24 $0.0440 $1.9176 655,213 $1,256,436.45$1.8736 Total Sum Diesel Transport Deliveries as Described in Section IV No. 2-D Diesel Ultra Low Sulfur Sec. IV $678,927.66 OPTION 1 Item Total Sum Gasoline Tank-wagon Deliveries as Described in Section I No Bid Sec. II Total Sum Gasoline Transport as Described in Section II PAPCO, Inc. Aston, PA $1,256,510.91655,213$1.9177$0.0441 9 Bids Opened: October 9, 2019 PUR-1444 Bulk Gasoline and Diesel Fuel Petroleum Traders Corporation Fort Wayne, IN $0.0300 Diesel Treat 2000 Ultra Low Sulfur Winter Premium (#13ULSSW) Schaeffer Manufacturing Company Antigel - 3000 CFWinter Chemical Additive Protection Product Name: $0.0250 Manufacturer’s Name:C&S Scientific OPTION 1 Winter Chemical Additive Protection (cost per gallon): PAPCO, Inc. Aston, PA 10 Bids Opened: October 9, 2019 PUR-1444 Bulk Gasoline and Diesel Fuel OPIS Newsletter Price as of 09-02-19 Bidder +/- Factor + Bidder Factor (A + B) Approx. Gallon Usage Net Delivered (C X D) Bidder +/- Factor + Bidder Factor (A + B) Approx. Gallon Usage Net Delivered (C X D) Gasoline Unleaded 87 Octane CBOB Ethanol (10%) $1.6727 No Bid No Bid 63,387 No Bid $0.2000 $1.8727 63,387 $118,704.83 Gasoline Unleaded 89 Octane CBOB Ethanol (10%) Tank-wagon $1.8294 No Bid No Bid 8,500 No Bid $0.2000 $2.0294 8,500 $17,249.90 Gasoline Unleaded 87 Octane CBOB Ethanol (10%) $1.6727 No Bid No Bid 194,000 No Bid $0.0241 $1.6968 194,000 $329,179.20 Gasoline Unleaded 89 Octane CBOB Ethanol (10%) Transport $1.8294 No Bid No Bid 194,925 No Bid $0.0241 $1.8535 194,925 $361,293.49 Sec. III Total Sum Diesel Tank-wagon Deliveries as Described in Section III No. 2-D Diesel $1.8736 No Bid No Bid 64,275 No Bid $0.2000 $2.0736 64,275 $133,280.64 Sec. IV Total Sum Diesel Transport Deliveries as Described in Section IV No. 2-D Diesel $1.8736 No Bid No Bid 655,213 No Bid $0.0540 $1.9276 655,213 $1,262,988.58 Total Sum Gasoline Tank-wagon Deliveries as Described in Section I No Bid Total Sum Gasoline Transport as Described in Section II No Bid Petroleum Traders Corporation Fort Wayne, IN 135,954.73 690,472.69 $2,222,696.64 PAPCO, Inc. Aston, PA Item Total Sum Bid of All Section Totals (Sections I-IV)No Bid Sec. II Sec. I OPTION 2 11 Bids Opened: October 9, 2019 PUR-1444 Bulk Gasoline and Diesel Fuel Option No. 1 Section II / Total Sum Gasoline Transport as Described in Section II = $678,927.66. PAPCO, Inc. total = $678,927.67 Petroleum Traders Corporation Fort Wayne, IN $0.0300 Diesel Treat 2000 Ultra Low Sulfur Winter Premium (#13ULSSW) Schaeffer Manufacturing Company OPTION 2 Winter Chemical Additive Protection Product Name: No Bid Manufacturer’s Name:No Bid Winter Chemical Additive Protection (cost per gallon): PAPCO, Inc. Aston, PA No Bid 12 Bids Opened: October 9, 2019 Open Session Item SUBJECT: Bid Award (PUR-1445) Swimming Pool and Water/wastewater Treatment Chemicals PRESENTATION DATE: October 29, 2019 PRESENTATION BY: Brandi Naugle, CPPB, Buyer, Purchasing Department and Jeremy Mose, Deputy Director, Water Quality RECOMMENDED MOTION: Move to award the bids for Swimming Pool and Water/Wastewater Treatment Chemicals to the responsive, responsible bidders with the lowest bids for each item. Product/ (Estimated Annual Usage) Vendor Item #12 - Sodium Hypochlorite (110 drums) Univar Solutions USA Morrisville, PA $2.39/gal. 55-Gallon Drum Item #14 – Caustic Soda (Sodium Hydroxide) (11,935 gallons) George S. Coyne Co. Croydon, PA $1.8984/gal. 55-Gallon Drum Item #15 – Ferrous Chloride Solution (14,000 bulk gallons) NO BID $/gal. Gallon Bulk Item #16A – Hydrofluosilic Acid (H2SiF6) (75 gallons) Univar Solutions USA Morrisville, PA $9.98/gal. 15-Gallon Pail Item #16B – Hydrofluosilic Acid (H2SiF6) (165 gallons) George S. Coyne Co. Croydon, PA $4.3571/gal. 55-Gallon Drum Item #17 Chloride Hydroxide Sulfate Solution) USALCO Baltimore, MD $0.1389/lb. Bulk Pounds Item #19 – Sodium Hypochlorite (47 Drums) Chem2o, LLC Herdon, PA $2.35/gal. 55-Gallon Drum Item #20 – Cyanuric Acid (100-200 pounds) Amato Industries Inc. Silver Spring, MD $2.68/lb. Pound Item #21 – Calcium Chloride (500 – 600 pounds) Amato Industries Inc. Silver Spring, MD $1.65/lb. Pound Board of County Commissioners of Washington County, Maryland Agenda Report Form Product/ (Estimated Annual Usage) Vendor Price Measure – Muriatic Acid (20-40 Amato Industries Inc. $20.00/lb. Pound Item #24 (Polyaluminum Hydroxychlorosulfate Univar Solutions USA Morrisville, PA $4.59/lb. 55-Gallon Drums Item #29 – Bacterial Enzymatic Powder (1,500 pounds) Company, Inc. $9.28/lb. Pound Item #32 – DelPAC 2000 (Aluminum Chloride Hydroxide Sulfate) (4 55- gallon drums) Univar Solutions USA Morrisville, PA $5.92/gal. 55-Gallon Drum Item #33 $1.65/gal. Gallon Bulk Item #34 – Micro C 2000 Univar Solutions USA Morrisville, PA $3.81/gal. 240 Gal.Tote Item #37 – Magnetite NO BID $/lb. Pound Bulk REPORT-IN-BRIEF: The County accepted bids on October 9, 2019 for the swimming pool and water/wastewater treatment chemical requirements for County using departments as well as for the City of Hagerstown, which was advertised on the State of Maryland’s “eMMA “eMaryland Marketplace Advantage” website, on the County’s website and in the local newspaper. Forty (40) persons/companies registered/downloaded the bid, and sixteen (16) bids were received. The term of this contract is for a one (1) year period tentatively beginning December 1, 2019 and ending November 30, 2020 with no options for renewal. The above recommendations are for the County’s requirements only; the City of Hagerstown shall make its awards independently from the County. DISCUSSION: N/A FISCAL IMPACT: Funds are available in various accounts for chemicals for the Department of Water Quality facilities and Parks and Facilities Department. CONCURRENCES: County using departments. ALTERNATIVES: N/A ATTACHMENTS: The complete Bid Tabulation may be viewed on-line at: https://www.washco- md.net/wp-content/uploads/purch-pur-1445-bidtab.pdf AUDIO/VISUAL NEEDS: N/A Bid Item No. Description / (Delivered Price per Unit of Measure) Delivered Price Per Unit of Measure Chem2o, LLC Herndon, PA JCI Jones Chemicals, Inc. Milford, VA 1 Liquid Chlorine (City of Hagerstown)Cylinder 1-Ton Cylinder N/A No Bid No Bid No Bid No Bid $600.00 2 Aqueous Ammonia 19% (City of Hagerstown)Pound Pound Bulk N/A $0.1639 *No Bid No Bid No Bid No Bid 3 Ferric Chloride (City of Hagerstown) Dry Ton Dry Ton N/A No Bid No Bid No Bid No Bid No Bid 4 Sodium Hypochlorite (City of Hagerstown) Gallon Gallon Bulk $2.16 No Bid $1.88 No Bid No Bid No Bid 5 12.5% Sodium Hypochlorite (City of Hagerstown)Gallon Gallon Bulk $2.16 No Bid No Bid No Bid No Bid No Bid 6 Powdered Activated Carbon (City of Hagerstown) Ton 50-Pound Bag N/A No Bid No Bid $1,891.1290 *No Bid No Bid 7 Polyaluminum Chloride (PAC) (City of Hagerstown) Wet Ton Wet Ton N/A No Bid No Bid No Bid No Bid No Bid 8 Cyanuric Acid (City of Hagerstown) Pound Pound $2.68 No Bid No Bid No Bid No Bid No Bid 9 Caustic Soda (Sodium Hydroxide) (City of Hagerstown) Gallon Gallon Bulk N/A $0.898 No Bid No Bid No Bid No Bid 10 Sulfuric Acid 93% - 95% (City of Hagerstown) Gallon Gallon Bulk N/A $1.48 No Bid No Bid No Bid No Bid 11 Calcium Chloride (City of Hagerstown)Pound 50-Pound Container $1.65 No Bid No Bid No Bid No Bid No Bid 12 Sodium Hypochlorite (Washington County DWQ)Gallon 55-Gallon Drum $12.90 $2.89 *No Bid $4.4497 *No Bid No Bid 13 Potassium Permanganate (City of Hagerstown) Pound 55-Pound Pail N/A $3.47 No Bid No Bid No Bid No Bid 14 Caustic Soda (Sodium Hydroxide) (Washington County DWQ) Gallon 55-Gallon Drum N/A $3.17 *No Bid $1.8984 *No Bid No Bid 15 Ferrous Chloride Solution (Washington County DWQ)Gallon Gallon Bulk N/A No Bid No Bid No Bid No Bid No Bid 16A Hydrofluosilicic Acid (H2SiF6) (Washington County DWQ)Gallon 15-Gallon Pail N/A No Bid No Bid $8.2171 *No Bid No Bid 16B Hydrofluosilicic Acid (H2SiF6) (Washington County DWQ)Gallon 55-Gallon Drum N/A No Bid No Bid $4.3571 *No Bid No Bid 16C Hydrofluosilicic Acid (H2SiF6) (City of Hagerstown)Gallon Gallon Mini Bulk N/A No Bid No Bid $7.0764 No Bid No Bid 16D Hydrofluosilicic Acid (H2SiF6) (City of Hagerstown)Gallon 15-Gallon Drum N/A No Bid No Bid $3.3545 No Bid No Bid PUR-1445 Swimming Pool / Water / WasteWater Treatment Chemicals Amato Industries, Inc./Amchlor Silver Spring, MD George S. Coyne Chemical Company Inc. Innovative Water Care Alphoretta, GA Brenntag Northeast, LLC Reading, PA Page 1 of 9 Bids Opened: October 9, 2019 Bid Item No. Description / (Delivered Price per Unit of Measure) Delivered Price Per Unit of Measure Chem2o, LLC Herndon, PA JCI Jones Chemicals, Inc. Milford, VA PUR-1445 Swimming Pool / Water / WasteWater Treatment Chemicals Amato Industries, Inc./Amchlor Silver Spring, MD George S. Coyne Chemical Company Inc. Innovative Water Care Alphoretta, GA Brenntag Northeast, LLC Reading, PA 17 DelPac 2000 (Polyaluminum Chloride Hydroxide Sulfate Solution) (Washington County DWQ) Pound Pound Bulk N/A No Bid No Bid No Bid No Bid No Bid 18 3” Tablet Chlorine (Calcium Hypochlorite) (City of Hagerstown DWQ) Pound 50 - 100 Pound Drum $2.50 *No Bid No Bid $2.3687 *$2.115 *No Bid 19 Sodium Hypochlorite (Washington County Parks)Gallon 55-Gallon Drum $12.90 *No Bid $2.35 No Bid No Bid No Bid 20 Cyanuric Acid (Washington County Parks)Pound Pound $2.68 No Bid No Bid No Bid No Bid No Bid 21 Calcium Chloride (Washington County Parks)Pound 50-Pound Container $1.65 No Bid No Bid No Bid No Bid No Bid 22 Muriatic Acid (Washington County Parks)Pound 15-Gallon Pail Pound $20.00 *No Bid No Bid No Bid No Bid No Bid 23 Sodium Bisulfite (38% - 40%) (City of Hagerstown) Pound 600-Pound Drum N/A No Bid No Bid $0.2698 No Bid No Bid 24 DelPAC 2020 (Polyaluminum Hydroxychlorosulfate Solution) (Washington County DWQ) Gallon 55-Gallon Drum N/A No Bid No Bid $5.4398 *No Bid No Bid 25 Sodium Fluorosilicate (City of Hagerstown) Pound 50-Pound Bag N/A No Bid No Bid $0.6956 No Bid No Bid 26 Defoamer – Anti-Foam (City of Hagerstown)Gallon 55-Gallon N/A No Bid No Bid $9.0988 *No Bid No Bid 27 Thioguard (55% - 65% Magnesium Hydroxide) (City of Hagerstown) Gallon Gallon Bulk N/A No Bid No Bid No Bid No Bid No Bid 28 Methanol (City of Hagerstown) Gallon Gallon Bulk N/A $1.59 No Bid No Bid No Bid No Bid 29 Bacterial Enzymatic Powder (Washington County DWQ) Pound 50-Pound Containers (1/2 pound packets) N/A No Bid No Bid No Bid No Bid No Bid 30 Poly-Orthophosphate Solution (SLI-5250) (City of Hagerstown) Pound Pound Bulk N/A No Bid No Bid $0.4321 *No Bid No Bid 31A 50% Caustic Soda (Sodium Hydroxide) (City of Hagerstown) Gallon Gallon Bulk N/A No Bid No Bid No Bid No Bid No Bid 31B 25% Caustic Soda (Sodium Hydroxide) (City of Hagerstown) Gallon Gallon Bulk N/A No Bid No Bid No Bid No Bid No Bid Page 2 of 9 Bids Opened: October 9, 2019 Bid Item No. Description / (Delivered Price per Unit of Measure) Delivered Price Per Unit of Measure Chem2o, LLC Herndon, PA JCI Jones Chemicals, Inc. Milford, VA PUR-1445 Swimming Pool / Water / WasteWater Treatment Chemicals Amato Industries, Inc./Amchlor Silver Spring, MD George S. Coyne Chemical Company Inc. Innovative Water Care Alphoretta, GA Brenntag Northeast, LLC Reading, PA 32 DelPac 2000 (Aluminum Chloride Hydroxide Sulfate) (Washington County DWQ) Gallon 55-Gallon Drum N/A No Bid No Bid No Bid No Bid No Bid 33 Liquid Aluminum Sulfate (Washington County DWQ)Gallon Gallon Bulk N/A No Bid No Bid No Bid No Bid No Bid 34 MicroC 2000 (Washington County DWQ)Gallon 240-Gallon Totes N/A No Bid No Bid $3.9745 *No Bid No Bid 35 Polymer (Zetag 8814) (City of Hagerstown)Gallon Gallon Bulk N/A No Bid No Bid $11.9969 No Bid No Bid 36 Morton Salt (City of Hagerstown)Pound Pound Bulk N/A No Bid No Bid No Bid No Bid No Bid 37 Magnetite (Washington County DWQ)Pound Pound Bulk N/A No Bid No Bid No Bid No Bid No Bid Remarks / Exceptions: George S. Coye Chemical Co. Inc. Item No. 18 (50-lb)Item No. 6 (Minimum 8,000 lbs. per delivery) Item No. 12 (4 drums minimum combined delivery) Item No. 14 (Ten drums minimum per delivery) Item No. 16A (5 drums minimum per delivery) Brenntag Northeast LLC.Item No. 16B (3 drums minimum per delivery) Item No. 18 (Minimum 2 pallets per delivery) Item No. 24 (Minimum 4 drums per delivery) Item No. 14 (Minimum delivery of 4 drums)Item No. 26 (Minimum 2 drums per delivery) Item No. 30 (Bidding CP-722) Item No. 34 (Minimum three totes per delivery) Innovative Water Care *Item No. 18 (50 lb pails delivered 24x units on a pallet net 1200 lbs.) Item No. 12 (Minimum delivery 4 drums) Remarks / Exceptions: Item No. 22 ($3,000.00 / 15-Gal Drum No Deposit) Item No. 2 (Solution Pound) Amato Item No. 19 ($2.41 Gallon Bulk Only) Corrected calculations based on Unit Pricing Page 3 of 9 Bids Opened: October 9, 2019 Bid Item No. Description / (Delivered Price per Unit of Measure) Delivered Price Per Unit of Measure Kuehne Chemical Company, Inc. Kearny, NJ 1 Liquid Chlorine (City of Hagerstown)Cylinder 1-Ton Cylinder $1,500.00 No Bid No Bid No Bid No Bid 2 Aqueous Ammonia 19% (City of Hagerstown)Pound Pound Bulk No Bid No Bid $0.155 *No Bid No Bid 3 Ferric Chloride (City of Hagerstown) Dry Ton Dry Ton No Bid No Bid No Bid No Bid $653.00 * 4 Sodium Hypochlorite (City of Hagerstown) Gallon Gallon Bulk $5.00 No Bid No Bid No Bid No Bid 5 12.5% Sodium Hypochlorite (City of Hagerstown)Gallon Gallon Bulk $5.00 No Bid No Bid No Bid $1.98 6 Powdered Activated Carbon (City of Hagerstown) Ton 50-Pound Bag No Bid No Bid No Bid No Bid No Bid 7 Polyaluminum Chloride (PAC) (City of Hagerstown) Wet Ton Wet Ton No Bid No Bid No Bid No Bid No Bid 8 Cyanuric Acid (City of Hagerstown) Pound Pound No Bid No Bid No Bid No Bid No Bid 9 Caustic Soda (Sodium Hydroxide) (City of Hagerstown) Gallon Gallon Bulk $1.3333 No Bid No Bid No Bid No Bid 10 Sulfuric Acid 93% - 95% (City of Hagerstown) Gallon Gallon Bulk No Bid No Bid No Bid No Bid No Bid 11 Calcium Chloride (City of Hagerstown)Pound 50-Pound Container No Bid No Bid No Bid No Bid No Bid 12 Sodium Hypochlorite (Washington County DWQ)Gallon 55-Gallon Drum No Bid No Bid No Bid No Bid No Bid 13 Potassium Permanganate (City of Hagerstown) Pound 55-Pound Pail No Bid No Bid No Bid No Bid No Bid 14 Caustic Soda (Sodium Hydroxide) (Washington County DWQ) Gallon 55-Gallon Drum No Bid No Bid No Bid No Bid No Bid 15 Ferrous Chloride Solution (Washington County DWQ)Gallon Gallon Bulk No Bid No Bid No Bid No Bid No Bid 16A Hydrofluosilicic Acid (H2SiF6) (Washington County DWQ)Gallon 15-Gallon Pail No Bid No Bid No Bid No Bid No Bid 16B Hydrofluosilicic Acid (H2SiF6) (Washington County DWQ)Gallon 55-Gallon Drum No Bid No Bid No Bid No Bid No Bid 16C Hydrofluosilicic Acid (H2SiF6) (City of Hagerstown)Gallon Gallon Mini Bulk No Bid No Bid No Bid No Bid No Bid 16D Hydrofluosilicic Acid (H2SiF6) (City of Hagerstown)Gallon 15-Gallon Drum No Bid No Bid No Bid No Bid No Bid Maryland Biochemical Company, Inc. Bel Air, MD Maryland Chemical Company, Inc. Baltimore, MD Premier Magnesia, LLC Waynesville, NC PVS Minibulk, Inc. Detroit, MI PUR-1445 Swimming Pool / Water / WasteWater Treatment Chemicals Page 4 of 9 Bids Opened: October 9, 2019 Bid Item No. Description / (Delivered Price per Unit of Measure) Delivered Price Per Unit of Measure Kuehne Chemical Company, Inc. Kearny, NJ Maryland Biochemical Company, Inc. Bel Air, MD Maryland Chemical Company, Inc. Baltimore, MD Premier Magnesia, LLC Waynesville, NC PVS Minibulk, Inc. Detroit, MI PUR-1445 Swimming Pool / Water / WasteWater Treatment Chemicals 17 DelPac 2000 (Polyaluminum Chloride Hydroxide Sulfate Solution) (Washington County DWQ) Pound Pound Bulk No Bid No Bid No Bid No Bid No Bid 18 3” Tablet Chlorine (Calcium Hypochlorite) (City of Hagerstown DWQ) Pound 50 - 100 Pound Drum No Bid No Bid $2.325 *No Bid No Bid 19 Sodium Hypochlorite (Washington County Parks)Gallon 55-Gallon Drum No Bid No Bid No Bid No Bid No Bid 20 Cyanuric Acid (Washington County Parks)Pound Pound No Bid No Bid No Bid No Bid No Bid 21 Calcium Chloride (Washington County Parks)Pound 50-Pound Container No Bid No Bid No Bid No Bid No Bid 22 Muriatic Acid (Washington County Parks)Pound 15-Gallon Pail Pound No Bid No Bid No Bid No Bid No Bid 23 Sodium Bisulfite (38% - 40%) (City of Hagerstown) Pound 600-Pound Drum No Bid No Bid No Bid No Bid No Bid 24 DelPAC 2020 (Polyaluminum Hydroxychlorosulfate Solution) (Washington County DWQ) Gallon 55-Gallon Drum No Bid No Bid No Bid No Bid No Bid 25 Sodium Fluorosilicate (City of Hagerstown) Pound 50-Pound Bag No Bid No Bid No Bid No Bid No Bid 26 Defoamer – Anti-Foam (City of Hagerstown)Gallon 55-Gallon No Bid $7.18 No Bid No Bid No Bid 27 Thioguard (55% - 65% Magnesium Hydroxide) (City of Hagerstown) Gallon Gallon Bulk No Bid No Bid No Bid $2.69 *No Bid 28 Methanol (City of Hagerstown) Gallon Gallon Bulk No Bid No Bid No Bid No Bid No Bid 29 Bacterial Enzymatic Powder (Washington County DWQ) Pound 50-Pound Containers (1/2 pound packets) No Bid $9.83 *$9.28 *No Bid No Bid 30 Poly-Orthophosphate Solution (SLI-5250) (City of Hagerstown) Pound Pound Bulk No Bid No Bid No Bid No Bid No Bid 31A 50% Caustic Soda (Sodium Hydroxide) (City of Hagerstown) Gallon Gallon Bulk No Bid No Bid No Bid No Bid No Bid 31B 25% Caustic Soda (Sodium Hydroxide) (City of Hagerstown) Gallon Gallon Bulk No Bid No Bid No Bid No Bid $1.59 Page 5 of 9 Bids Opened: October 9, 2019 Bid Item No. Description / (Delivered Price per Unit of Measure) Delivered Price Per Unit of Measure Kuehne Chemical Company, Inc. Kearny, NJ Maryland Biochemical Company, Inc. Bel Air, MD Maryland Chemical Company, Inc. Baltimore, MD Premier Magnesia, LLC Waynesville, NC PVS Minibulk, Inc. Detroit, MI PUR-1445 Swimming Pool / Water / WasteWater Treatment Chemicals 32 DelPac 2000 (Aluminum Chloride Hydroxide Sulfate) (Washington County DWQ) Gallon 55-Gallon Drum No Bid No Bid No Bid No Bid No Bid 33 Liquid Aluminum Sulfate (Washington County DWQ)Gallon Gallon Bulk No Bid No Bid No Bid No Bid No Bid 34 MicroC 2000 (Washington County DWQ)Gallon 240-Gallon Totes No Bid No Bid No Bid No Bid No Bid 35 Polymer (Zetag 8814) (City of Hagerstown)Gallon Gallon Bulk No Bid No Bid No Bid No Bid No Bid 36 Morton Salt (City of Hagerstown)Pound Pound No Bid No Bid $0.249 *No Bid No Bid 37 Magnetite (Washington County DWQ)Pound Pound Bulk No Bid No Bid No Bid No Bid No Bid Maryland Biochemical Co. Item No. 29 (Shipped in 25 pound plastic bucket 50-8oz bags) Maryland Chemical Co. Item No. 2 (Minimum 45,000 # delivery specifications provided upon request) Item No. 18 (55 lb pails Accutabs SI minimum order 36x55lb / pallet 1,980lbs) Item No. 29 (packaged in 25lb containers MD Grease Buster incumbent product) Item No. 36 (Minimum delivery 2 skids 49x50 lb/skid clean & protect) Premier Magnesia, LLC Item No. 27 (Equivalent wet lb pricing is $0.209/wet lb.) PVS Minibulk, Inc. Item No. 3 (Minibulk delivered, True minibulk Deliveries, with PVS Driver on each delivery) Remarks / Exceptions: Page 6 of 9 Bids Opened: October 9, 2019 Bid Item No. Description / (Delivered Price per Unit of Measure) Deliverd Price Per Unit of Measure PVS Technologies, Inc. Detroit, MI Shannon Chemical Corporation Malvern, PA Pencco Felipe, Texas 1 Liquid Chlorine (City of Hagerstown)Cylinder 1-Ton Cylinder No Bid No Bid $850.00 No Bid No Bid 2 Aqueous Ammonia 19% (City of Hagerstown)Pound Pound Bulk No Bid No Bid $0.165 No Bid No Bid 3 Ferric Chloride (City of Hagerstown)Dry Ton Dry Ton $567.00 No Bid No Bid No Bid No Bid 4 Sodium Hypochlorite (City of Hagerstown) Gallon Gallon Bulk No Bid No Bid No Bid No Bid No Bid 5 12.5% Sodium Hypochlorite (City of Hagerstown)Gallon Gallon Bulk No Bid No Bid $2.25 No Bid No Bid 6 Powdered Activated Carbon (City of Hagerstown) Ton 50-Pound Bag No Bid No Bid $2,900.00 *No Bid No Bid 7 Polyaluminum Chloride (PAC) (City of Hagerstown) Wet Ton Wet Ton No Bid No Bid No Bid $318.40 No Bid 8 Cyanuric Acid (City of Hagerstown) Pound Pound No Bid No Bid No Bid No Bid No Bid 9 Caustic Soda (Sodium Hydroxide) (City of Hagerstown) Gallon Gallon Bulk No Bid No Bid $0.823 *No Bid No Bid 10 Sulfuric Acid 93% - 95% (City of Hagerstown) Gallon Gallon Bulk No Bid No Bid $1.91 *No Bid No Bid 11 Calcium Chloride (City of Hagerstown)Pound 50-Pound Container No Bid No Bid No Bid No Bid No Bid 12 Sodium Hypochlorite (Washington County DWQ)Gallon 55-Gallon Drum No Bid No Bid $2.39 *No Bid No Bid 13 Potassium Permanganate (City of Hagerstown) Pound 55-Pound Pail No Bid No Bid $3.40 No Bid No Bid 14 Caustic Soda (Sodium Hydroxide) (Washington County DWQ) Gallon 55-Gallon Drum No Bid No Bid $2.96 *No Bid No Bid 15 Ferrous Chloride Solution (Washington County DWQ)Gallon Gallon Bulk No Bid No Bid No Bid No Bid No Bid 16A Hydrofluosilicic Acid (H2SiF6) (Washington County DWQ)Gallon 15-Gallon Pail No Bid No Bid $9.980 *No Bid No Bid 16B Hydrofluosilicic Acid (H2SiF6) (Washington County DWQ)Gallon 55-Gallon Drum No Bid No Bid $5.65 *No Bid No Bid 16C Hydrofluosilicic Acid (H2SiF6) (City of Hagerstown)Gallon Gallon Mini Bulk No Bid No Bid No Bid No Bid No Bid 16D Hydrofluosilicic Acid (H2SiF6) (City of Hagerstown)Gallon 15-Gallon Drum No Bid No Bid $9.98 *No Bid No Bid Univar Solutions USA, Inc. (FKA Univar USA Inc.) USALCO Baltimore Plant, LLC Baltimore, MD PUR-1445 Swimming Pool / Water / WasteWater Treatment Chemicals Page 7 of 9 Bids Opened: October 9, 2019 Bid Item No. Description / (Delivered Price per Unit of Measure) Deliverd Price Per Unit of Measure PVS Technologies, Inc. Detroit, MI Shannon Chemical Corporation Malvern, PA Pencco Felipe, Texas Univar Solutions USA, Inc. (FKA Univar USA Inc.) USALCO Baltimore Plant, LLC Baltimore, MD PUR-1445 Swimming Pool / Water / WasteWater Treatment Chemicals 17 DelPac 2000 (Polyaluminum Chloride Hydroxide Sulfate Solution) (Washington County DWQ) Pound Pound Bulk No Bid No Bid No Bid $0.1389 *No Bid 18 3” Tablet Chlorine (Calcium Hypochlorite) (City of Hagerstown DWQ) Pound 50 - 100 Pound Drum No Bid No Bid $2.12 *No Bid No Bid 19 Sodium Hypochlorite (Washington County Parks)Gallon 55-Gallon Drum No Bid No Bid $2.39 *No Bid No Bid 20 Cyanuric Acid (Washington County Parks)Pound Pound No Bid No Bid No Bid No Bid No Bid 21 Calcium Chloride (Washington County Parks)Pound 50-Pound Container No Bid No Bid No Bid No Bid No Bid 22 Muriatic Acid (Washington County Parks)Pound 15-Gallon Pail Pound No Bid No Bid No Bid No Bid No Bid 23 Sodium Bisulfite (38% - 40%) (City of Hagerstown) Pound 600-Pound Drum No Bid No Bid $0.2878 No Bid No Bid 24 DelPAC 2020 (Polyaluminum Hydroxychlorosulfate Solution) (Washington County DWQ) Gallon 55-Gallon Drum No Bid No Bid $4.59 No Bid No Bid 25 Sodium Fluorosilicate (City of Hagerstown) Pound 50-Pound Bag No Bid No Bid No Bid No Bid No Bid 26 Defoamer – Anti-Foam (City of Hagerstown)Gallon 55-Gallon No Bid No Bid No Bid No Bid No Bid 27 Thioguard (55% - 65% Magnesium Hydroxide) (City of Hagerstown) Gallon Gallon Bulk No Bid No Bid No Bid No Bid No Bid 28 Methanol (City of Hagerstown) Gallon Gallon Bulk No Bid No Bid $1.65 No Bid No Bid 29 Bacterial Enzymatic Powder (Washington County DWQ) Pound 50-Pound Containers (1/2 pound packets) No Bid No Bid No Bid No Bid No Bid 30 Poly-Orthophosphate Solution (SLI-5250) (City of Hagerstown) Pound Pound Bulk No Bid $0.442 No Bid No Bid No Bid 31A 50% Caustic Soda (Sodium Hydroxide) (City of Hagerstown) Gallon Gallon Bulk No Bid No Bid No Bid No Bid No Bid 31B 25% Caustic Soda (Sodium Hydroxide) (City of Hagerstown) Gallon Gallon Bulk No Bid No Bid No Bid No Bid No Bid Page 8 of 9 Bids Opened: October 9, 2019 Bid Item No. Description / (Delivered Price per Unit of Measure) Deliverd Price Per Unit of Measure PVS Technologies, Inc. Detroit, MI Shannon Chemical Corporation Malvern, PA Pencco Felipe, Texas Univar Solutions USA, Inc. (FKA Univar USA Inc.) USALCO Baltimore Plant, LLC Baltimore, MD PUR-1445 Swimming Pool / Water / WasteWater Treatment Chemicals 32 DelPac 2000 (Aluminum Chloride Hydroxide Sulfate) (Washington County DWQ) Gallon 55-Gallon Drum No Bid No Bid $5.92 No Bid No Bid 33 Liquid Aluminum Sulfate (Washington County DWQ)Gallon Gallon Bulk No Bid No Bid $1.65 No Bid No Bid 34 MicroC 2000 (Washington County DWQ)Gallon 240-Gallon Totes No Bid No Bid $3.81 *No Bid No Bid 35 Polymer (Zetag 8814) (City of Hagerstown)Gallon Gallon Bulk No Bid No Bid No Bid No Bid No Bid 36 Morton Salt (City of Hagerstown)Pound Pound Bulk No Bid No Bid $0.21 *No Bid No Bid 37 Magnetite (Washington County DWQ)Pound Pound Bulk No Bid No Bid No Bid No Bid No Bid Item No. 6 (40lb Bag Hydrodarco B Minimum order 50 bags - 1 pallet)Item No. 17 (per wet pound) Item No. 9 (Caustic Soda (Sodium Hydroxide 25%) Item No. 10 (Sulfuric Acid 93% 66B) Item No. 12 (Minimum order 4 drums) Item No. 14 (Minimum order 4 drums 25% Caustic Soda) Item No. 16A (Assay Basis 23-25%) Item No. 16B (Assay Basis 23-25%) Item No. 16D (Assay Basis 23-25%) Item No. 18 (24 pail minimum One Pallet) Item No. 19 (Minimum order 4 drums) Item No. 34 (265 gallon non-returnable tote) Item No. 36 (49 Bag Minimum One Pallet) Pencco - Sent a letter of No Bid Univar Solutions USA, Inc.USALCO Baltimore Plant, LLC Remarks / Exceptions:Remarks / Exceptions: Page 9 of 9 Bids Opened: October 9, 2019 Open Session Item SUBJECT: Contract Award (PUR-1446) Financial Advisor Services PRESENTATION DATE: October 29, 2019 PRESENTATION BY: Rick Curry, CPPO, Director, Purchasing Department and Kelcee Mace, Deputy Director, Division of Budget & Finance RECOMMENDATION: Move to award the contract for financial advisor services to the responsive, responsible firm with the lowest total 5-year proposal value, plus out-of-pocket expenses related to bond issues; and the hourly rates for each employee classification to be used for any required Extra Work. REPORT-IN-BRIEF: The following persons served as members on the selection committee: Deputy County Administrator (Chairperson Designee), Director of Budget & Finance, Deputy Director of Budget & Finance, County Senior Accountant, and the Director of Purchasing. One (1) proposal was received for the subject services. The firms’ Qualifications & Experience/Technical Proposals were considered to be responsive by the Committee and their Price Proposal were opened (see attached Proposal Tabulation Sheet). Notice of the Request for Proposal (RFP) was published on the County’s web site, the State’s e- Maryland Marketplace eMMA web site, and in the local newspaper. Fifty-three (53) persons/firms accessed the RFP document from the County web site. It should be noted that the RFP incorporated financial advisory services that may be required during the term of the contract that are in addition to the bond issue financial advisor services. For your easy reference, attached is a copy of Section III of the RFP outlining the Scope of Services. The initial term of this contract is for a one (1) year period tentatively to commence December 1, 2019 and ending November 30, 2020, with an option by the Board to renew for up to four (4) consecutive one (1) year periods thereafter based on the annual lump sum fees proposed by the successful firm. DISCUSSION: N/A FISCAL IMPACT: CIP – Bond Issuance Cost, Account No. 30-10500-ADM001 CONCURRENCES: As recommended by the Coordinating Committee ALTERNATIVES: N/A ATTACHMENTS: (1) RFP Section III – Scope of Services AUDIO/VISUAL NEEDS: Board of County Commissioners of Washington County, Maryland Agenda Report Form III. SCOPE OF SERVICES: A. Financial Advisory Services for an estimated $85 million in financing over a five (5) year period to include: 1. Preparation of bond issues, including recommendations on the size and timing of bond sales; refunding opportunities; structuring of sales on competitive vs. negotiated bonds; bond maturity schedules; provisions for issuance of additional bonds and redemption prior to maturity; call premiums; registration; provision for handling and investment of bond funds; covenants as to the establishment of funded interest or reserve funds; investment procedures; closing instructions; and other matters which may assist in obtaining the lowest practical interest cost and the widest competition for their purchase. 2. Assistance with preparation and distribution of Preliminary Official Statement, Notice of Sale, Official Statement and other documents and materials required to facilitate all bond sales. 3. Verification of bond bids on competitive bond issues and review of underwriting proposals for negotiation transactions. 4. Assistance in the preparation of legal and financing documents in coordination with bond counsel, underwriters counsel, county staff, and others. 5. Development of rating agency strategy, assist with preparation of rating agency presentation material, schedule meetings with rating agencies, organize and coordinate County and staff rehearsals and presentations, coordinate itinerary for rating agency visits as required with the objective of maintaining and improving, when applicable, the rating assigned to the County. (Out-of-pocket expenses related to these services are not to be included in the annual lump sum fees.) B. All firms responding to this proposal shall demonstrate the capabilities and experience to conduct the following scope of services if requested: 1. Formulation of financing plans, including presentations of alternative financial programs and strategies taking into consideration: construction schedules; appropriate debt structures; timing; impact on tax rates and taxpayers; credit ratings; coordination with other issues; new tax laws; assessment of current climate of the capital markets. 2. Develop and take primary responsibility for quantitative analysis of structuring alternatives for debt issues including sizing, structure, and term of issue, provide computer modeling, comparison of alternatives. 3. Assist and advise in the development of debt limits, debt service coverage ratios, reserve funds, compliance with debt affordability policies or other debt policies as requested. 4. Assist the County in updating its financial strategies and policies when requested. This includes analyzing short, intermediate and long-term financing options. 5. Be available for consultation to render advice and recommendations regarding all financial aspects of the County as may be requested by the County. 6. Identify policy issues and direction(s) related to effective administration of the Capital Program. 7. Provide general advice on tax issues, particularly compliance with respect to arbitrage rebate, but not including any arbitrage rebate calculations. 8. Develop financial analysis programs and computer models to be used in conjunction with the County’s financing programs. 9. Assist with long-term forecasting regarding debt and related issues. 10. Provide pricing analysis and comparisons following bond sale, document pricing results, and provide written report to County with respect to final pricing. 11. Upon request, assist in reviewing and analyzing legislation that may have a financial impact on the County. 12. Assist when conducting surveys of the financial activities of other major government operations and utilities. 13. Review the existing Long-Range Financial Plan, provide an analysis of the proposed funding methods and potential options including analysis of the structure of the finance plan, discuss issues or difficulties which may be foreseen and the strategies to deal with such issues. 14. Assist with obtaining required debt authorizations from the legislative body. 15. Attend various meetings, including meetings of the Board of County Commissioners. Board of County Commissioners of Washington County, Maryland Agenda Report Form Open Session Item SUBJECT: Contract Award (PUR-1447) Emergency Services Special Procedures and Auditing Services PRESENTATION DATE: October 29, 2019 PRESENTATION BY: Rick Curry, CPPO, Director, Purchasing Department, Sara Greaves, Chief Financial Officer and R. David Hays, Director, Division of Emergency Services RECOMMENDATION: Move to award the contract for the Emergency Services Special Procedures and Auditing Services to the responsive, responsible firm with the lowest total proposal for the Attestation – Special Procedures plus schedule of Professional Fees for Supplemental Services, if required by the County and lowest total proposal for the Auditing – Financial Procedures plus schedule of Professional Fees for Supplemental Services, if required by the County. REPORT-IN-BRIEF: The following persons served as members on the selection committee: County Administrator, County Chief Financial Officer (Committee Chairperson), Director of Budget & Finance, Director of Purchasing and Director of Emergency Services. Four (4) proposals were received for the subject services. The four (4) firms’ Qualifications & Experience/Technical Proposals were considered to be responsive by the Committee and their Price Proposals were opened (see attached Proposal Tabulation Sheet). Notice of the Request for Proposal (RFP) was published on the County’s web site, the State’s e-Maryland Marketplace Advantage (eMMA) web site, and in the local newspaper. Fifty-three (53) persons/firms accessed the RFP document from the County’s web site. The County’s Budget & Finance Department will be overseeing the work of the qualified firm of certified public accountants to perform a set of special procedures and an audit of the financial statements of eight (8) independent emergency services companies and the Washington County Volunteer Fire & Rescue Association. The reporting period will be considered the most recently completed and submitted (to the County) reporting period, either 6/30/2018 or 12/31/2018, in accordance with the companies’ year-end. These audits are to be performed in accordance with the provisions contained in the Request for Proposal (RFP) which consist of, but not limited to Attestation Engagement, Reports Related to the Special Procedures, Audit Engagement (Financial Statements), Reports to be issued for Audit and Irregularities and illegal acts. DISCUSSION: N/A FISCAL IMPACT: Funds are budgeted in account 500155-10-11520 for these services. CONCURRENCES: As recommended by the Coordinating Committee ALTERNATIVES: N/A ATTACHMENTS: (1) RFP Section I - Scope of Services AUDIO/VISUAL NEEDS: N/A A. Scope of Work to be Performed 1. Attestation Engagement - Special Procedures – An audit opinion is not provided for the following procedures. Instead, the audit firms report will be in the form of procedures performed and findings thereof. If applicable, sampling will be used to test the below procedures for reasonable assurance of the population. To meet the requirements of this request for proposals, the procedures shall be performed in accordance with Attestation standards, as set forth by the American Institute of Certified Public Accountants. a. Identify employee benefit programs and report on whether there is an existing policy in place for those programs. b. ERISA Compliance – 401K contributions, distributions, and fiscal management of the retirement program should be evaluated for compliance with ERISA and the Department of Labor. The Firm will select 100% of employees for two non-consecutive pay periods to determine the following based on the plan document: i. Deferrals are withheld in accordance with the plan document and remitted timely ii. Employer contributions were calculated appropriately and remitted timely iii. In addition, determine if the Summary Plan Description, Summary Annual Report, and annual 5500 filing is available and completed correctly. c. Test and report on the organization’s compliance with Department of Labor regulations as they pertain to payroll of workers, including compensation of overtime and compensatory time payments. i. Review W2’s and 1099’s for appropriate reporting of either employee or contractor. ii. Select 100% of employees for two (2) pay periods in one year to test that overtime and compensatory accruals are calculated in accordance with DOL standards. iii. Test 100% of employees for year-end compensatory time carryover/loss according to policy. d. Review and report on the payroll process, controls, procedures, and authorities i. Report on whether payroll is processed internally or outsourced, and by whom. ii. Report any material weakness in internal control as defined in auditing standards. e. Gain an understanding of control and how transactions are initiated, approved, and recorded. Determine and report on the level of involvement of board members: i. If Board members are independent of the organization’s operations and financial recordkeeping. ii. If Board members are required to approve certain transactions, and if so, name those transactions. iii. If Board members are required to sign checks iv. Level of reporting to the Board and if it is transactional. v. Activities/transactions routinely or not routinely reported to the Board. f. Review and report on the budget process, including who prepares the budget and who in the organization has authority to authorize expenditures, including dollar thresholds. g. Review and report on the payables process, including who has authorization to disburse funds and identify check signors and whether the system in place requires two signatures. h. Conduct a review using a sample of 10% of expenditures over one thousand ($1,000) dollars and evaluate if the expenditure is consistent with the Emergency Services Fiscal Policy (Attachment No. 6). If the expenditure is questionable, list the expenditure in the report. Include payee, amount, and purpose of expenditure. i. Conduct a review using a sample of 5% of expenditures under one thousand ($1,000) dollars and evaluate if the expenditure is consistent with the Emergency Services Fiscal Policy (Attachment No. 6). If the expenditure is questionable, list the expenditure in the report. Include payee, amount, and purpose of expenditure. j. Conduct a review of 100% of overnight and/or out of county travel expenditures and report findings to include the date of expenditure, related dates of travel, destination, purpose of trip, amounts spent, and number of attendees. The number of trips for travel is estimated at less than five (5) per company per year. k. Review and report on, using a current vendor list or list of payee’s, related parties such as employees, volunteers, and/or board members or their family members and if they exist as vendors. If there are transactions with a related party, determine the appropriateness of the payment and report on it. l. Gain in an understanding and document controls surrounding cash on hand and bank accounts. i. Report on controls and procedures for cash deposits including timeliness of deposits, whether or not cash is always deposited or held within the company or on a person, and procedures for cash expenditures. Include procedures for cash received during fundraisers. ii. Report on membership drive revenue recorded in the companies’ ledger and compare to a donation listing of households and amounts. List the discrepancy and any identifiable reason for it. iii. Review and report on bank reconciliation procedures and if they are performed appropriately and timely. m. Billing Revenue i. Determine and report upon the run sheet reconciliation process for all calls. ii. Determine and report upon a daily, weekly, or monthly, call review to ensure there is a patient care report for all patient encounters. iii. Determine and report how patient care reports are processed for billing. n. Fundraising activities – Report on any volunteer pay found for time spent on fundraising activities or at those activities. o. Review and report on the 990 and if it is complete, accurate, and filed on a timely basis. Reports Related to the special procedures a. The County will require a report outlining each of the above procedures performed and the findings thereof. The report should be specific. If sampling occurred, the document should specify the type and quantity of sampling. Although no specific procedure is required, if through performance of items “a” through “n”, a discovery is made that indicates waste or fraud, or potential for substantial savings that should be reported as a separate item. 2. Audit Engagement – Financial Statements - To meet the requirements of this request for proposals, the audit shall be performed in accordance with auditing standards generally accepted in the United States of America, as set forth by the American Institute of Certified Public Accountants. The County desires the auditor to express an opinion on the fair presentation of each companies’ financial statements in conformity with generally accepted accounting principles. This audit will include examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements; therefore, the audit will involve judgment about the number of transactions to be examined and the areas to be tested. Reports to be issued for Audit The audit will include obtaining an understanding of the Organization and its environment, including internal control, enough to assess the risks of material misstatement of the financial statements and to design the nature, timing, and extent of further audit procedures. Material misstatements may result from (1) errors, (2) fraudulent financial reporting, (3) misappropriation of assets, or (4) violations of laws or governmental regulations that are attributable to the Organization, or to acts by management or employees acting on behalf of the Organization. a. A report on the fair presentation of the financial statements in conformity with generally accepted accounting principles. b. A report on compliance and internal control over financial reporting based on an audit of the financial statements. B. Documents to be provided: - Emergency Services Fiscal Policy (Attachment 6) - Example of executed staffing agreement for each company (Attachment 7) C. Irregularities and illegal acts. Auditors shall be required to make an immediate, written report of all irregularities and illegal acts of which they become aware to the Chief Financial Officer. D. All working papers and reports must be retained, at the auditors’ expense, for a minimum of three (3) years, unless the firm is notified in writing by the County of the need to extend the retention period. Open Session Item SUBJECT: Alternate Mitigation Contribution (AMC) formula changes PRESENTATION DATE: October 29,2019 PRESENTATION BY: Kirk C. Downey, County Attorney and Stephen T. Goodrich, Director, Department of Planning and Zoning RECOMMENDED MOTION: Motion to approve the resolution to amend the Alternate Mitigation Contribution formula by increasing the value of variables C (the pupil generation rate) and D (the total number of years a typical student spends in all schools). REPORT-IN-BRIEF: The County Commissioners received a presentation from Planning Department staff on the development and use of the Alternate Mitigation Contribution (AMC), a 2014 amendment to the APFO, that can be employed to achieve development plan approval when affected schools are over capacity. Following that presentation, Commissioners determined that variable D in the AMC formula (accounting for the number of years a typical student would utilize a public-school seat) should be changed from 13 years to 14 years to reflect the implementation of Pre-Kindergarten enrollments. DISCUSSION: During evaluation and preparation of the change to variable D by staff, it was determined appropriate to consider updates to any of the other variables. Variable C, the average pupil generation rate, is subject to changes over time. At the request of County staff, Washington County Public Schools planning staff provided updated pupil generation rates. The rates for 2019 have increased slightly from the figures currently used (2016) and are proposed for inclusion in the change to the AMC formula. FISCAL IMPACT: The actual increase in AMC revenues that are directed toward school CIP projects cannot be determined because it is dependent on the number and type of new residential units that may be approved in the future which is unknown. Generally, the increases in the values of variables C and/or D will equate to an increase in AMC revenues. CONCURRENCES: N/A ALTERNATIVES: Adopt changes to only variable D of the AMC formula or do not adopt any changes to the formula. ATTACHMENTS: Resolution, AMC worksheet with options and Pupil Generation Rates 2006- 2019 AUDIO/VISUAL NEEDS: None Board of County Commissioners of Washington County, Maryland Agenda Report Form 1 of 2 RESOLUTION NO. RS-2019- A RESOLUTION TO ESTABLISH THE VALUES OF FACTORS FOR USE IN DETERMINING AN ALTERNATE MITIGATION CONTRIBUTION PURSUANT TO ARTICLE 5 OF THE ADEQUATE PUBLIC FACILITIES ORDINANCE RECITALS On October 22, 2013, the Board of County Commissioners of Washington County, Maryland (the Board) amended Article V of the Adequate Public Facilities Ordinance (the Ordinance) to provide a means for developers to pay an Alternate Mitigation Contribution (AMC) when schools in the area of the development fail to meet standards for adequacy due to certain population figures. Section 5.8 of the Ordinance sets forth a formula with factors that are used to compute a developer’s AMC contribution. On October 22, 2013, the Board established, by Resolution No. RS-2013-14, the value of the factors set forth in Section 5.8(b) of the Ordinance. The passage of time and the expansion of pre-kindergarten schooling has resulted in the need to update the values of the factors NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Washington County, Maryland, that pursuant to Section 5.8(g) of the Ordinance, the values of the factors set forth in Section 5.8(b) and necessary to calculate the Alternate Mitigation Contribution are hereby established as follows: “A” is $41,198.55; “B” is 50, for a fifty (50) year life expectancy for the building; “C” is set forth on the 2019 line of the attached table entitled “2019 Calculated Pupil Generation Rates and Approved Pupil Generation Rates 2006 through 2019;” 2 of 2 “D” is 14; and “E’ is the number of dwelling units, per type (i.e., single family, apartment, and/or town home), proposed in the new development. Adopted and effective this ____ day of October, 2019. ATTEST: BOARD OF COUNTY COMMISSIONERS OF WASHINGTON COUNTY, MARYLAND _____________________________ BY: ______________________________________ Krista L. Hart, Clerk Jeffrey A. Cline, President Approved as to form and legal sufficiency: Mail to: Office of the County Attorney ______________________________ 100 W. Washington Street, Suite 1101 Kirk C. Downey Hagerstown, MD 21740 County Attorney Attachment ALTERNATE MITIGATION CONTRIBUTION worksheet for: Pupil Gen. rate updated to figures app'd by BCC April 2016 complete shaded areas with development information use line appropriate for type of unit use TOTAL at bottom of page if there is more than 1 type of unit and sum AMC column (A/B x C) x D x E = Alternate Mitigation Contribution A = average cost of a school seat 41198.55 B = life expectancy (50 years)50 C = average pupil generation rate for type of development .20(APT) or .18(TH) or .27(SF) D = total # of years typical student spends in all schools (6 in elementary, 3 in middle and 4 in high school = 13)13 E = # of units in development # of units AMC APARTMENTS CHANGE FROM ORIGINAL A B C D E AMC $% original 41,198.55$ /50 =823.97$ x .20 =164.79$ x 13=2,142.32$ x =-$ C only 41,198.55$ /50 =823.97$ x .20 =164.79$ x 13=2,142.32$ x =-$ -$ 0 D only 41,198.55$ /50 =823.97$ x .20 =164.79$ x 14=2,307.12$ x =-$ 164.79$ 8% C & D 41,198.55$ /50 =823.97$ x .20 =164.79$ x 14=2,307.12$ x =-$ 164.79$ 8% AMC TOWN HOMES A B C D E original 41,198.55$ /50 =823.97$ x .18 =148.31$ x 13=1,928.09$ x =-$ C only 41,198.55$ /50 =823.97$ x .19 =156.55$ x 13=2,035.21$ x =-$ 107.12$ 6% D only 41,198.55$ /50 =823.97$ x .18 =148.31$ x 14=2,076.41$ x =-$ 148.31$ 8% C & D 41,198.55$ /50 =823.97$ x .19 =156.55$ x 14=2,191.76$ x =-$ 263.67$ 14% AMC SINGLE FAMILY A B C D E original 41,198.55$ /50 =823.97$ x .27 =222.47$ x 13=2,892.14$ x =-$ C only 41,198.55$ /50 =823.97$ x .29 =238.95$ x 13=3,106.37$ x =-$ 214.23$ 7% D only 41,198.55$ /50 =823.97$ x .27 =222.47$ x 14=3,114.61$ x =-$ 222.47$ 8% C & D 41,198.55$ /50 =823.97$ x .29 =238.95$ x 14=3,345.32$ x =-$ 453.18$ 16% No Approval of Year School Year SF TH MF SF TH MF SF TH MF Developments 2006 2005-2006 0.38 0.16 0.06 0.14 0.03 0.03 0.20 0.05 0.06 N/A 2007 2006-2007 0.40 0.23 0.08 0.15 0.06 0.02 0.18 0.08 0.07 10.00 2008 2007-2008 0.41 0.22 0.08 0.15 0.06 0.02 0.17 0.08 0.07 14.00 2009 2008-2009 0.39 0.24 0.16 0.17 0.07 0.08 0.17 0.07 0.10 14.00 2010 2009-2010 0.38 0.26 0.18 0.18 0.07 0.08 0.19 0.09 0.11 16.00 2011 2010-2011 0.42 0.21 0.28 0.20 0.07 0.11 0.22 0.10 0.12 16.00 2012 2011-2012 0.41 0.19 0.30 0.18 0.08 0.12 0.24 0.09 0.11 17.00 2013 2012-2013 0.43 0.24 0.36 0.17 0.10 0.15 0.23 0.10 0.16 17.00 2014 2013-2014 0.42 0.27 0.34 0.17 0.09 0.14 0.24 0.10 0.16 17.00 2015 2014-2015 0.41 0.30 0.33 0.17 0.09 0.14 0.23 0.13 0.17 17.00 2016 2015-2016 0.43 0.33 0.33 0.18 0.10 0.13 0.21 0.11 0.14 15.00 2017*2016-2017 0.43 0.33 0.32 0.19 0.11 0.14 0.20 0.13 0.12 15.00 2018*2017-2018 0.45 0.35 0.27 0.21 0.14 0.12 0.21 0.15 0.12 15.00 2019**2018-2019 0.43 0.32 0.31 0.22 0.11 0.12 0.22 0.14 0.16 15.00 0.00 -0.01 -0.02 0.04 0.01 -0.01 0.01 0.03 0.02 *Sent to Washington County in March 2017 and March 2018 - Not adopted ** For consideration by the Board of County Commissioners SF = Single-Family Dwelling (single family, duplex, semi-attached, mobile home units) TH = Townhome Dwelling (three (3) or more attached units) MF = Multi-Family Dwelling (apartments/condominium units) Based on use and occupancy (U&O) permit data through December 31, 2018 provided from County and Municipal Planning Departments. Based on actual student counts from WCPS student information database (Synergy) through January 2019. 2016 Pupil Generation Rates were adopted by the Board of County Commissioners on April 19, 2016 and are currently utilized in the Adequate Public Facilities Ordinance (APFO) calculations. 2019 Calculated Pupil Generation Rates and Approved Pupil Generation Rates 2006 through 2019 Elementary School Middle School High School 2016/2019 Difference Open Session Item SUBJECT: Solid Waste Supervisor Consolidation Plan PRESENTATION DATE: October 29, 2019 PRESENTATION BY: David A. Mason, P.E. Deputy Director, Division of Environmental Management RECOMMENDED MOTION: Motion to approve the Solid Waste Supervisor Consolidation Plan and revised Job Descriptions. REPORT-IN-BRIEF: Due to a retirement in January, the operations and various positions at the landfill have been reviewed for efficiencies. DISCUSSION: Several recommendations are as follows: - Consolidate the position of Assistant Solid Waste Director (Grade 15) and the Recycling and Operations Coordinator (Grade 14) into the Superintendent of Landfill and Recycling Operations (Grade 15). Both positions are currently being fulfilled by Tony Drury through the Recycling and Operations Coordinator position. - A new position, “Operations Supervisor” (Grade 11), is being requested to replace an existing operator (grade 10) position. The goal would be for a current qualified operator to apply for this position. This position will still act as an operator but will also oversee the daily operations of the landfill, oversee equipment repairs, meet with the MDE inspector and handle customer service issues in the absence of the Deputy Director or Superintendent. This would enhance and provide for the required supervisory oversight at the landfill. FISCAL IMPACT: Estimated savings of $85,000 (Increases to two existing positions of $9K offset by the elimination of one FT position of $94K). While this does represent a savings, elimination of one position was previously factored into the existing FY2020 budget, therefore, this savings is not additional, but has already been programmed. CONCURRENCES: County Administrator, Chief Financial Officer, Director, Human Resource, Director, Division of Environmental Management ALTERNATIVES: N/A ATTACHMENTS: Job Descriptions AUDIO/VISUAL NEEDS: None Board of County Commissioners of Washington County, Maryland Agenda Report Form JOB TITLE: Solid Waste Operator/Operations Supervisor GRADE 11 DEPARTMENT: Solid Waste FLSA STATUS: -Exempt REPORTS TO: Deputy Director of Solid Waste GENERAL DEFINITION OF WORK: Performs difficult technical and intermediate administrative work supervising employees and skilled work operating heavy construction and related equipment at a municipal solid waste landfill to local, state and federal regulations which include inspecting, weighing waste and landfill activities. Direction is provided by the Deputy Director. Supervision is exercised over subordinate personnel. ESSENTIAL FUNCTIONS/TYPICAL TASKS AS OPERATIONS SUPERVISOR: (These are intended only as illustrations of the various types of work performed. The omission of specific duties does not exclude them from the position if the work is similar, related, or a logical assignment to the position.) 1. Operates landfill compactor, dozer, grader, scraper, backhoe, gradall, roller, sweeper, semi-truck and trailer, dump truck, tub grinder, plow truck, excavator, bucket truck, forklift and articulated trucks. 2. Excavates earth to facilitate construction of future landfill cells. 3. Constructs sediment-erosion control ponds, swales, ditches. 4. Compacts trash in daily land filling operations. 5. Covers trash daily with earth or other materials (i.e. tarp). 6. Clears trees and vegetation from land for landfill construction. 7. Reclaims landfill cells when full. Covers, seeds and mulches. 8. Repairs storm damage and erosion on landfill slopes and throughout facility grounds. 9. Ensures patrons dispose of refuse at appropriate site by giving direction to proper unloading areas. 10. Inspects incoming waste stream for unacceptable material. 11. Assists with snow removal and ice control. 12. Assists mechanics in repair and maintenance of equipment. 13. Performs related tasks as required or as assigned. 14. Answers questions arising about business waste, scale operations concerns’ and employee issues in the absence of the Deputy Director or Superintendent. 15. Oversees the disposal of municipal, commercial and industrial wastes, performing appropriate tests and working with management to resolve any potential problems. 16. Works with local business on special waste for all kinds of different material. Reviews test results before delivery. Performs free liquids test before disposal. Inspects material. 17. Completes interview for hire of new employees with the Superintendent and Deputy Director. Recommends appropriate candidate for hire. Trains new employees. 18. Meet with Department of Environment Inspector to discuss landfill activities. Ensures operating permit is maintained and that the landfill is built as designed. 19. Listens to and resolves complaints. Explains landfill regulations to residents and businesses. 20. Assures all activity falls within the Maryland Department of Environment (MDE) guidelines to include contractors working outside permit hours, assuring patrons are off site at closing, conducting compliance inspections with MDE, etc. 21. Opens and closes facility. 22. Answers questions concerning weights and tickets with the ability to deal courteously and tactfully with the public. 23. Directs traffic to proper unloading area. Ensures unloading areas are kept neat and orderly. 24. Visually inspects loads of waste and observes for unacceptable waste. Estimates weight of vehicles based on experience in the event the scales would be out of operation. 25. Maintains recycling drop off sites, picks up material around sites, moves material to ensure a clean and safe environment. 26. Performs related work as required. KNOWLEDGE, SKILLS AND ABILITIES: Working knowledge of the operating procedures of various makes and types of heavy duty construction equipment; of the safe operating limits of heavy equipment; of the maintenance and repair of heavy equipment and gasoline and diesel engines; ability to operate all types of heavy construction equipment; to make minor repairs to heavy equipment and to assist with complex repairs to the equipment under the guidance of an automotive mechanic; to understand and execute instructions; to deviate within specified limits from instructions when field conditions warrants changes; to keep records; to train equipment operators; and to perform other related landfill maintenance functions; ability to act as the on-site eyes that perform inspection of the entire waste stream; ability to operate machinery in close proximity to general public and haulers; and ability to always be alert and safety conscience. General knowledge of the operation of a weigh station; general knowledge of transfer station policies; some knowledge of recycling operations; ability to use calculator in making simple arithmetic calculations; ability to write legibly and make written reports; ability to use computer system; ability to maintain detailed records; ability to establish and maintain effective working relationships with associates and the general public. EDUCATION AND EXPERIENCE: Any combination of education and experience equivalent to graduation from high school and considerable experience in the operation of heavy construction and automotive equipment. PHYSICAL REQUIREMENTS: This is work requiring the exertion of 50 to 80 pounds of force occasionally, up to 10 pounds of force frequently, and a negligible amount of force constantly to move objects; work requires stooping, kneeling, reaching, standing, walking, pulling, lifting, fingering, and repetitive motions; vocal communication is required for expressing or exchanging ideas by means of the spoken word; hearing is required to perceive information at normal spoken word levels; visual acuity is required for depth perception, color perception, peripheral vision, preparing and analyzing written or computer data, use of measuring devices, operation of machines, operation of motor vehicles or equipment, determining the accuracy and thoroughness of work, and observing general surroundings and activities; the worker is subject to inside and outside environmental conditions, extreme cold, noise, atmospheric conditions, and oils. The worker may be exposed to blood borne pathogens and may be required to wear specialized personal protective equipment. SPECIAL REQUIREMENTS: Possession of an appropriate valid CDL class B driver's license with tanker endorsement or ability to obtain 9 months of hire. Ability to work six (6) days a week (minimum 48 hour/week operation). 3/2019 Reasonable accommodations may be made to enable individuals with disabilities to perform the essential tasks. JOB TITLE: Superintendent of Landfill and Recycling GRADE 15 DEPARTMENT: Solid Waste FLSA STATUS: -Exempt REPORTS TO: Deputy Director of Solid Waste GENERAL DEFINITION OF WORK: Performs difficult technical and intermediate administrative work supervising employees at a lined municipal solid waste landfill and several transfer stations to local, state and federal regulations which include overseeing excavating, grading, placing refuse and rubble, compacting, daily cover, inspecting and weighing waste and billing all accounts. Performs responsible professional and administrative functions developing, implementing and coordinating a County wide recycling program; managing the County sponsored recycling programs related to compliance with numerous environmental codes; and meeting the recycling goals as defined by the Maryland Recycling Act. Coordinates landfill activities with Operation Supervisor. Direction is provided by the Deputy Director. Supervision is exercised over subordinate personnel. ESSENTIAL FUNCTIONS/TYPICAL TASKS: (These are intended only as illustrations of the various types of work performed. The omission of specific duties does not exclude them from the position if the work is similar, related, or a logical assignment to the position.) 1. Design, implement and manage a variety of County-wide recycling and waste reuse/reduction programs for residential and business customers. 2. Develop and administer a County-wide public education programs on recycling and related solid waste and environmental programs, including educational materials that match curriculum guidelines for teachers, 3. Advises residents/businesses/industries on waste reduction, recycling and solid waste disposal options. 4. Analyzes solid waste and recycling data from business, industry, and government. 5. Supervises monitoring/care of remote and on-site recycling drop off sites, including areas for used motor oil/antifreeze, auto batteries, tires, metals, and cardboard, and composting and mulching operations. 6. Prepares reports required by the Maryland Department of the Environment and for departmental purposes. 7. Provides input and direction in the preparation of the County’s Solid Waste and Recycling Plan. 8. Monitors County recycling services contracts. Participates in drafting/reviewing policy for the County’s Solid Waste Department. 9. Organizes and manages special recycling and solid waste events. Leads tours of solid waste and recycling facilities. Represents the County as a guest speaker on solid waste/recycling issues. 10. Serves as a liaison for County as directed on related committees. 11. Develops and purchases advertisements and prepares news releases for media. Markets products from composting/mulching operation. 12. Prepares and maintains database of disposal/recycling/waste reduction options for staff and community use. 13. Prepares budgets and requests for proposals. 14. Collaborates with regional Maryland Department of the Environment staff concerning regulatory compliance. 15. Compiles annual reports and submit to State Department of the Environment. 16. Ability to work evenings and weekends as required to perform outreach to the recycling community. 17. Search, apply and institute grants for various Solid Waste and Recycling programs. Prepares reports for Grant Agencies per grant requirements. 18. Interacts with the local business community and residential customers regarding landfill regulations and policies; enforces these regulations and attempts to resolve any complaints/problems. 19. Assures all activity falls within the Maryland Department of Environment (MDE) guidelines to include contractors working outside permit hours, assuring patrons are off site at closing, conducting compliance inspections with MDE, etc. 20. Responsible for keeping MSDS book on site up to date and check equipment and facilities for safety. 21. Investigates accidents, incidents and completes all necessary reports for Human Resources. 22. Answers questions arising about business waste, scale operations concerns and employee issues. 23. Assists with interviews and recommendations for hire of new employees. Assists with training of new employees. 24. Performs related tasks as required. KNOWLEDGE, SKILLS AND ABILITIES: Thorough knowledge of the practices and techniques of recycling and clean community programs; thorough knowledge of program objectives, procedures and organization; general knowledge of modern office practices, procedures and equipment; ability to devise detailed procedures and methodologies; ability to plan and organize the work of volunteers; ability to communicate ideas effectively, both orally and in writing; ability to prepare reports and records; ability to establish and maintain effective working relationships with associates and the general public. EDUCATION AND EXPERIENCE: Possession of a Bachelor’s Degree in Environmental Management, Business, Civil/Environmental Engineering or a related field, considerable experience in developing and/or managing recycling or waste reduction programs in the public or private sector; experience working with community groups and general landfill operations. PHYSICAL REQUIREMENTS: This is light work requiring the exertion of up to 20 pounds of force occasionally, up to 10 pounds of force frequently, and a negligible amount of force constantly to move objects; work requires standing, pushing, pulling, fingering, and repetitive motions; vocal communication is required for expressing or exchanging ideas by means of the spoken word; hearing is required to perceive information at normal spoken word levels; visual acuity is required for depth perception, color perception, preparing and analyzing written or computer data, use of measuring devices, operation of motor vehicles or equipment, determining the accuracy and thoroughness of work, and observing general surroundings and activities; the worker is rarely subject to adverse environmental conditions. SPECIAL REQUIREMENTS: Possession of an appropriate valid driver’s license. Possession of a certification in Managing Municipal solid Waste Recycling Systems, Managing Composting Programs, or similar, or ability to obtain within 2 years of employment. Revised: 9/2016, 10/2019 Reasonable accommodations may be made to enable individuals with disabilities to perform the essential tasks. Open Session Item SUBJECT: Bruce Bereano letter of services PRESENTATION DATE: October 29, 2019 PRESENTATION BY: Robert Slocum, County Administrator RECOMMENDED MOTION: For consideration of Mr. Bereano’s request REPORT-IN-BRIEF: Correspondence sent to the Board of County Commissioners by Mr. Bereano for consideration to represent and serve the Commissioners as their government relations consultant and lobbyist in Annapolis during the upcoming 2020 session of the General Assembly. DISCUSSION: N/A FISCAL IMPACT: N/A CONCURRENCES: N/A ALTERNATIVES: N/A ATTACHMENTS: Letter from Bruce Bereano AUDIO/VISUAL NEEDS: None Board of County Commissioners of Washington County, Maryland Agenda Report Form THE OFFICE OF BRUCE C. BEREANO 191 DUKE OF GLOUCESTER STREET ANNAPOLIS, MARYLAND 21401 410-267-0410 ANNAPOLIS AREA 410-269-5330 BALTIMORE AREA 301-261-1100 WASHINGTON D.C. AREA 410-267-0177 FAX BRUCE@LOBBYANNAPOLIS.NET October 11, 2019 The Honorable Jeff Cline President Washington County Commissioners 100 West Washington Street, Room 226 Hagerstown, Maryland 21740 Dear President Cline: WashiiBton. County Boardof County Commissioners, MD 2019 OCT 17 Deceiver! Gy: 00««t9 Cook In preparation for the upcoming 2020 Session of the Maryland General Assembly which convenes January 8, 2020, and for calendar year 2020, I write to propose to the Washington County Commissioners to represent and serve the Commissioners as their government relations consultant and lobbyist in Annapolis during the upcoming 2020 session of the General Assembly and before the Executive Branch of State Government. The term of my representation would be the calendar year of 2020. I have appreciated and enjoyed representing the County for the past 3 years and I would be happy and willing to continue to act in such a capacity for the proposed same fee of $10,000 plus reimbursement for any reasonable and necessary expenses such as mileage and travel, lobbying registration fee, duplication costs, etc. The scope and nature of the government relations and lobbying services I would provide the Washington County Commissioners would include the following: 1. Malting available the depth and breadth of my relationships and network, and experience developed over the past 48 years in government and politics in Maryland; 2. Provide government and political strategic advice and counsel concerning relationships with government elected and appointed officials; 3. Arrange and attend meetings for the County Commissioners with key legislative and executive branch officials; 4. Advise and inform the County Commissioners of particular events and functions which are good networking opportunities and ways to increase the presence and involvement in relationship development for the County; 5. Focus my efforts and attention on areas of interest and agenda of the County with the legislature and executive branches of government as requested; 6. Meet and work with Washington County Commissioners as and when requested concerning issues, problems and assistance I can render with State government officials, agencies; 7. Register as a lobbyist for the Washington County Commissioners as required by law and comply with all legal requirements; 8. Customary and usual professional lobbying and government relations activities and efforts on behalf of the Washington County Commissioners; 9. Assist in advocating and representing Washington County on legislation as indicated; 10. Keep the Washington County Commissioners fully informed of my activities and efforts on their behalf and maintain current and clear communications in this regard; 11. Assist in securing meetings with key government appointed and elected officials and attend any and all such meetings which are arranged; 12. Provide any other and further services and functions as requested and desired by the County Commissioners relative to my role and function; 13. Attend all Washington County Delegation meetings during the legislative session and work in harmony and coordination with the Washington County legislative Delegation and be of assistance; 14. Work closely with the Washington County Commissioners on their legislative agenda and priorities for the 2020 legislative session; It is also understood and agreed that you hereby certify and declare that Bruce C. Bereano hereby is authorized to act as a lobbyist and government relations representative on behalf of the Washington County Commissioners for the time period of January 1, 2020 through December 31, 2020 as to matters between them. I would very much appreciate the opportunity to work with the Washington County Commissioners, and you can be assured of my fullest professional and dedicated services. Please feel free to discuss this matter further with me or let me know any questions you or the other Commissioners may have. I of course am willing and available to meet with the County Commissioners to further discuss and decide this matter. If this arrangement is agreeable and acceptable please sign and return to me one of the enclosed copies for my files. Thankjing you in advance for your consideration and time, I am incerely, Intending to be legally bound, the parties have duly executed this Agreement below: Washington County Commissioners M The Honorable Jeff Cline President Washington County Commissioners 100 West Washington Street, Room 226 Hagerstown, Maryland 21740 191 Duke of Gloucester Street Annapolis, Maryland 21401 Date: D 1�