HomeMy WebLinkAbout250729a
John F. Barr, President
Jeffrey A. Cline, Vice President
BOARD OF COUNTY COMMISSIONERS
July 29, 2025
OPEN SESSION AGENDA
9:00 AM INVOCATION AND PLEDGE OF ALLEGIANCE
CALL TO ORDER, President John F. Barr
APPROVAL OF MINUTES: June 24, 2025
9:05 AM COMMISSIONERS’ REPORTS AND COMMENTS
9:15 AM STAFF COMMENTS
9:20 AM 1. WASHINGTON COUNTY GAMING COMMISSION’S ANNUAL REPORT
AND FISCAL YEAR 2025 GAMING FUND ALLOCATION ANNOUNCEMENT
Carsten Ahrens, Senior Grant Manager, Grant Management; Matthew Schnebly,
Chair, Washington County Gaming Commission
9:30 AM 2. GOVERNOR’S BUDGET FY24 CAPITAL APPROPRIATIONS GRANT
Carsten Ahrens, Senior Grant Manager, Grant Management; David Hays, Director,
Emergency Services
9:35 AM 3. 2025 AUGUSTOBERFEST
Jill Colbert, Augustoberfest Chairwoman; Mary-Jane Bowyer, Community Relations
Chairwoman
9:30 AM 4. INTERGOVERNMENTAL COOPERATIVE PURCHASE (INTG-25-0196)
TORO MULTIPRO 5800 THREE HUNDRED (300) GALLON SPRAYER FOR THE
BLACK ROCK GOLF COURSE
Carin Bakner, Buyer, Purchasing; George Sweitzer, Superintendent, Black Rock Golf
Course
5. INTERGOVERNMENTAL COOPERATIVE PURCHASE (INTG-25-0200)
MASSEY FERGUSON MF4710 TRACTOR FOR THE DEPARTMENT OF SOLID
WASTE
Carin Bakner, Buyer, Purchasing; Dave Mason, Deputy Director, Solid Waste
6. BID AWARD (PUR-1754) PURE STORAGE SUPPORT SUBSCRIPTION
RENEWAL FOR THE INFORMATION SYSTEMS DIVISION
Carin Bakner, Buyer, Purchasing; Josh O’Neal, Chief Technical Officer, Information
Technology
Randal A. Leatherman
Randall E. Wagner
Page 2 of 4
OPEN Session Agenda
July 29, 2025
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.
9:40 AM 7. ADDITIONAL SERVICES – CONTRACT (PUR-1696) ORACLE PRODUCTS
AND SERVICES FOR INFORMATION TECHNOLOGY DEPARTMENT
Angie Poffenberger, Deputy Director – Software Support & Training, Budget and
Finance; Kelcee Mace, Chief Financial Officer
9:45 AM 8. INTERGOVERNMENTAL COOPERATIVE PURCHASE (INTG-25-0201) ONE
(1) 900-ECO 12 YD COMBINATION SEWER CLEANER – TRUCK
Mark Bradshaw, Director, Environmental Management
9:50 AM 9. BID AWARD (PUR-1750) TOWN OF SHARPSBURG WATER SERVICE
UPGRADE
Mark Bradshaw, Director, Environmental Management; Joseph Moss, Deputy
Director – Engineering, Environmental Management
9:55 AM 10. INTERGOVERNMENTAL COOPERATIVE PURCHASE (INTG-25-0194) –
LEASE FOR ONE (1) NEW CATERPILLAR 120 AWD MOTOR GRADER
David Mason, Deputy Director, Solid Waste
10:05 AM 11. SMITHSBURG WWTP ENERGY CONSUMPTION INCENTIVE
Joe Moss, Deputy Director – Engineering, Environmental Management
10:05 AM 12. SCHOFIELD CONSERVATION RESERVE ENHANCEMENT PROGRAM
(CREP) EASEMENT PROPOSAL (REVISED)
Chris Boggs, Rural Preservation Administrator, Planning and Zoning
10:10 AM 13. COST RECOVERY BILLING FOR HAZARDOUS SPILL RESPONSE
Kelcee Mace, Chief Financial Officer
10:15 AM 14. FY25 BUDGET ADJUSTMENT (PPE ORDERED)
Kelcee Mace, Chief Financial Officer
15. FY26 OPERATING BUDGET ADJUSTMENT (WEBSITE MAINTENANCE)
Kelcee Mace, Chief Financial Officer
16. FY26 OPERATING BUDGET ADJUSTMENT (UPGRADE OF POSITION
1789)
Kelcee Mace, Chief Financial Officer
10:20 AM 17. WASHINGTON COUNTY BOARD OF SOCIAL SERVICES – APPOINTMENT
Dawn Marcus, County Clerk
18. TRI-COUNTY COUNCIL FOR WESTERN MARYLAND – APPOINTMENT
Dawn Marcus, County Clerk
Page 3 of 4
OPEN Session Agenda
July 29, 2025
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.
10:25 AM 19. WASHINGTON COUNTY HISTORICAL SOCIETY, COMMISSIONER
CONTINGENCY FUNDING REQUEST
Michelle Gordon, County Administrator
10:30 AM 20. STATEMENT REGARDING OPEN MEETINGS COMPLIANCE BOARD
DECISIONS ISSUED JULY 17, 2025
John Barr, President, Washington County Board of County Commissioners
10:35 AM 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 (1). Personnel matters are confidential,
precluding discussion in open session.
• Discussion related to staffing at Volunteer Fire Company
• Airport Advisory Commission Appointment
• Board of Social Services Appointment
• Discussion of open positions in IT Department
• Hiring Recommendation for open County position
• Discussion of discipline of County employee
To consider a matter that concerns the proposal for a business or industrial organization to locate,
expand, or remain in the State.
• Discussion of local match to state incentive for existing business to expand in
Washington County.
To consult with counsel to obtain legal advice on a legal matter (7). Open session discussion would
breach attorney/client privilege.
• Status update and legal advice from County Attorney on County-involved legal
matter
• Legal advice as to certain terms in MOU with Town of Smithsburg for Code
enforcement/inspection services.
Public Body has determined open session discussion would constitute risk to public safety. (10)
• Discussion of continuity of operations plan
• Discussion of development of additional rescue services substations)
12:45 PM RECONVENE IN OPEN SESSION FOR POTENTIAL ACTION ON CLOSED
SESSION PERSONNEL ITEM
RECESS
Page 4 of 4
OPEN Session Agenda
July 29, 2025
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.
EVENING MEETING WITH THE TOWN OF HANCOCK
Location: 100 West Washington Street, Hagerstown, Maryland 21740
6:00 PM INVOCATION AND PLEDGE OF ALLEGIANCE
CALL TO ORDER, President John F. Barr
6:05 PM 21. SIDELING HILL SIGN PROJECT
Andrew Eshleman, Director, Public Works; Danielle Weaver, Director, Public
Relations and Marketing
6:10 PM TOWN OF HANCOCK LEADERS’ REPORTS AND COMMENTS
6:30 PM COMMISSIONERS’ AND COUNTY ADMINISTRATOR’S REPORTS AND
COMMENTS
6:45 PM ADJOURNMENT
Citizens’ comments regarding the items on this Agenda or any other item of County business may
be directed to: contactcommissioners@washco-md.net.
You may also contact each Commissioner individually at:
John F. Barr, President: jbarr@washco-md.net or (240) 313-2205;
Jeffrey A. Cline, Vice President: jcline@washco-md.net or (240) 313-2208;
Derek Harvey, Commissioner: dharvey@washco-md.net or (240) 313-2206;
Randal A. Leatherman, Commissioner: raleatherman@washco-md.net or (240) 313-2209;
Randall E. Wagner, Commissioner: rwagner@washco-md.net or (240) 313-2207.
Additionally, you may contact Michelle Gordon, County Administrator at
mgordon@washco-md.net or (240) 313-2202.
Open Session Item
SUBJECT: Washington County Gaming Commission’s Annual Report and Fiscal Year 2025
Gaming Fund Allocation Announcement
PRESENTATION DATE: July 29, 2025
PRESENTATION BY: Carsten Ahrens, Senior Grant Manager, Office of Grant Management;
Matthew Schnebly, Chair, Washington County Gaming Commission
RECOMMENDED MOTION: This presentation is for informational purposes only. No
motion or action is requested.
REPORT-IN-BRIEF: The Washington County Gaming Commission wishes to present their
annual report to the Board of County Commissioners and to announce the Commission’s fiscal
year 2025 funding decisions. In fiscal year 2025, the Gaming Commission had available
$2,347,408.90 for distribution to local charitable organizations and the Volunteer Fire & Rescue
Association. This figure reflects a decrease in revenues of $66,876.99 when compared to the
previous fiscal year. In accordance with State Statute, 50% of the funding received is allocated
to the Washington County Volunteer Fire & Rescue Association and the remaining has been
allocated to charitable organizations in Washington County.
DISCUSSION: In May of 2025, the Gaming Commission received 86 funding applications
from 75 charitable organizations. The total amount of funding requested from those applications
was $3,232,196.09. The applications were reviewed and considered by each Commissioner.
After review, group deliberations and a gaming hearing in June, the Gaming Commission
determined appropriate funding allocations based on the published and approved “Guidelines for
Distribution of Gaming Funds” which is consistent with the State Statute governing the
distribution of such funds.
FISCAL IMPACT: There is no fiscal impact to the Washington County general fund.
CONCURRENCES: N/A
ALTERNATIVES: N/A
ATTACHMENTS: Funding Allocation Press Release (to be provided during presentation).
AUDIO/VISUAL NEEDS: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Governor's Budget FY24 Capital Appropriations Grant
PRESENTATION DATE: July 29, 2025
PRESENTATION BY: Carsten Ahrens, Senior Grant Manager, Office of Grant Management
and David Hays, Director of Emergency Services
RECOMMENDED MOTION: Move to approve acceptance of a Capital Appropriations Grant
from the State of Maryland Capital Budget for FY24. The amount of the grant award is
$2,250,000.
REPORT-IN-BRIEF: The Washington County Office of Grant Management, on behalf of The
Emergency Services Department, is seeking approval to accept the grant funds that are allocated
for to the Public Safety Training Center (PSTC).
DISCUSSION: The grant is from the FY24 The State of Maryland Governor’s Budget and is a
Capital Appropriations Grant. This grant amount is $2,250,000 and will be used for the defensive
driving track at the PSTC.
FISCAL IMPACT: Will provide the PSTC with $2,250,000 in funding toward the cost of the
defensive driving track as part of the Tactical Village.
CONCURRENCES: Department of Emergency Service and Budget and Finance
ALTERNATIVES: Deny acceptance of the grant funds.
ATTACHMENTS: N/A
AUDIO/VISUAL NEEDS: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: 2025 Augustoberfest
PRESENTATION DATE: July 29, 2025
PRESENTATION BY: Jill Colbert, Augustoberfest Chairwoman, Mary-Jane Bowyer, Community
Relations Chairwoman
RECOMMENDED MOTION: N/A
REPORT-IN-BRIEF: N/A
DISCUSSION: To update the County Commissioners on new enhancements and changes for the 2025
Festival. Thank them for their continued support. Extend an invitation to the Board to come to the
festival and provide our gratitude and thank you’s if the Foundation were to receive any Grant Funds
this year.
FISCAL IMPACT: N/A
CONCURRENCES: N/A
ATTACHMENTS: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Intergovernmental Cooperative Purchase (INTG-25-0196) Toro MultiPro 5800 Three
Hundred (300) Gallon Sprayer for the Black Rock Golf Course
PRESENTATION DATE: July 29, 2025
PRESENTATION BY: Carin Bakner, CPPB, Buyer, Purchasing Department and George Sweitzer,
Superintendent, Black Rock Golf Course
RECOMMENDATION: Move to authorize by Resolution, for the Black Rock Golf Course to purchase
a Toro MultiPro 5800 Three Hundred (300) Gallon Sprayer from Turf Equipment and Supply Company
of Jessup, MD for a total price of $93,701.41 and to utilize another jurisdictions contract (112624-TTC)
that was awarded by Sourcewell to The Toro Company.
REPORT-IN-BRIEF: The new sprayer will be replacing the current 1997 sprayer as it is no longer
able to perform its intended duties and has surpassed its useful life by over a decade. The current
sprayer will have the tank and spray rig removed, the engine tore down and repaired and it will then be
converted into a workman utility vehicle for on-course use.
The Code of Public Laws of Washington County, Maryland (the Public Local Laws) §1-106.3 provides
that the Board of County Commissioners may procure goods and services through a contract entered
into by another governmental entity, in accordance with the terms of the contract, regardless of whether
the County was a party to the original contract. Sourcewell took the lead in soliciting the resulting
agreement. If the Board of County Commissioners determines that participation by Washington County
would result in cost benefits or administrative efficiencies, it could approve the purchase of this sprayer
in accordance with the Public Local Laws referenced above by resolving that participation would result
in cost benefits or administrative efficiencies.
The County will benefit from direct cost savings in the purchase of this sprayer because of the
economies of scale this buying group leveraged. I am confident that any bid received as a result of an
independent County solicitation would exceed the spending savings that the Sourcewell contract
provides through this agreement. Additionally, the County will realize savings through administrative
efficiencies as a result of not preparing, soliciting, and evaluating a bid. This savings/cost avoidance
would, I believe, be significant.
DISCUSSION: N/A
FISCAL IMPACT: Funding is available in the department's capital budget 6004 00-36-46010-
EQP053 for this purchase.
CONCURRENCES: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
ATTACHMENTS: Turf Equipment and Supply Company Quote dated June 19, 2025
Page 1 of 2
RESOLUTION NO. RS-2025-
(Intergovernmental Cooperative Purchase [INTG-25-019 6] Toro MultiPro 5800 Three
Hundred [300] Gallon Sprayer for the Black Rock Golf Course)
RECITALS
The Code of Public Local Laws of Washington County, Maryland (the “Public Local
Laws”), § 1-106.3, provides that the Board of County Commissioners of Washington County,
Maryland (the “Board”), “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.”
Subsection (c) of § 1-106.3 provides that “A determination to allow or participate in an
intergovernmental cooperative purchasing arrangement under subsection (b) of this section shall
be by resolution and shall either indicate that the participation will provide cost benefits to the
county or result in administrative efficiencies and savings or provide other justifications for the
arrangement.”
The Black Rock Golf Course seeks to purchase a Toro MultiPro 5800 Three Hundred (300)
Gallon Sprayer from Turf Equipment and Supply Company of Jessup, Maryland, for a total price
of $93,701.41, and to utilize another jurisdiction’s contract (112624-TTC) that was awarded by
Sourcewell to The Toro Company.
Eliminating the County’s bid process will result in administrative and cost savings for the
County. The County will benefit with direct cost savings because of the economies of scale the
aforementioned contract has leveraged. Additionally, the County will realize administrative
efficiencies and savings as a result of not preparing, soliciting, and evaluating bids.
NOW, THEREFORE, BE IT RESOLVED by the Board, pursuant to § 1-106.3 of the Public
Local Laws, that the Black Rock Golf Course is hereby authorized to purchase a Toro MultiPro
5800 Three Hundred (300) Gallon Sprayer from Turf Equipment and Supply Company of Jessup,
Maryland, for a total price of $93,701.41, and to utilize another jurisdiction’s contract (112624-
TTC) that was awarded by Sourcewell to The Toro Company.
Adopted and effective this ____ day of July, 2025.
Page 2 of 2
ATTEST: BOARD OF COUNTY COMMISSIONERS
OF WASHINGTON COUNTY, MARYLAND
_____________________________ BY: ______________________________________
Dawn L. Marcus, County Clerk John F. Barr, President
Approved as to form
and legal sufficiency: Mail to:
Office of the County Attorney
______________________________ 100 W. Washington Street, Suite 1101
Zachary J. Kieffer Hagerstown, MD 21740
County Attorney
June 19, 2025
Mr. George Sweitzer
Black Rock Golf Course
20025 Mt. Aetna Road
Hagerstown, MD 21742
Thank you for your interest in New Toro Equipment distributed by Turf Equipment and Supply Company. As
requested, I am pleased to provide you with the following equipment pricing which is based on Toro’s Sourcewell
Contract #112624-TTC (22% off MSRP).
• Washington County Sourcewell Account #18599
• Pricing does not include any applicable taxes.
• Pricing includes set-up and delivery.
• A 2.5% processing fee applies to any purchases made by credit card.
• This quote is good until July 31, 2025
• All new Toro equipment quoted has a 2 year/1500-hour manufacturer’s warranty.
Please contact me with any questions regarding this quote.
Mike Huey
Commercial Territory Manager
mikehuey@turf-equipment.com
443.896.7172
This quote is confidential and prepared exclusively for Black Rock Golf Course
Quantity
Equipment Description
Price
1
Toro MultiPro 5800
300 Gallon Sprayer
Model #41394
• 49HP Kubota Gas EFI Engine
• 300 Gallon Spray Tank
• ExcelaRate Spray Control System
• Chemical Pre-Mix Kit
• 30 Gallon Fresh Water Rinse Kit
• Foam Marker Kit
• 2 Sets of Nozzles
Toro MSRP $93,649.54
Sourcewell Contract Price $73,046.64
1
Custom Products Fully Enclosed Cab
• Custom Products Fully Enclosed Cab for Toro MultiPro 5800
• Windshield Wiper Kit
• Rearview Mirror Kit
• Air Conditioner Kit
Price $20,654.77
Total Price $93,701.41
Open Session Item
SUBJECT: Intergovernmental Cooperative Purchase (INTG-25-0200) Massey Ferguson MF4710
Tractor for the Department of Solid Waste
PRESENTATION DATE: July 29, 2025
PRESENTATION BY: Carin Bakner, CPPB, Buyer, Purchasing Department and Dave Mason,
Deputy Director, Department of Solid Waste
RECOMMENDATION: Move to authorize by Resolution, for the Department of Solid Waste to
purchase a Massey Ferguson MF4710 Tractor from D.W. Ogg Equipment Company of Frederick, MD ,
for a total price of $63,755.00 and to utiliz e another jurisdiction's contract (082923-AGCO) that was
awarded by Sourcewell to AGCO Corporation.
REPORT-IN-BRIEF: The new tractor will replace the 2004 tractor, which is no longer able to perform
its intended duties due to damage from an accident. A claim was filed, and the insurance company
took the tractor for disposal. This tractor will be used to rake blown trash off the side slope at the 40
West Landfill and mow all locations, along with the paths to the monitoring wells
The Code of Public Laws of Washington County, Maryland (the Public Local Laws) §1-106.3 provides
that the Board of County Commissioners may procure goods and services through a contract entered
into by another governmental entity, in accordance with the terms of the contract, regardless of whether
the County was a party to the original contract. Sourcewell took the lead in soliciting the resulting
agreement. If the Board of County Commissioners determines that participation by Washington County
would result in cost benefits or administrative efficiencies, it could approve the purchase of this tractor
in accordance with the Public Local Laws referenced above by resolving that participation would result
in cost benefits or administrative efficiencies.
The County will benefit from direct cost savings in the purchase of this tractor because of the economies
of scale this buying group leveraged. I am confident that any bid received as a result of an independent
County solicitation would exceed the spending savings that the Sourcewell contract provides through
this agreement. Additionally, the County will realize savings through administrative efficiencies as a
result of not preparing, soliciting, and evaluating a bid. This savings/cost avoidance would, I believe,
be significant.
DISCUSSION: N/A
FISCAL IMPACT: Funding is available in the department's operating budget 535055-21-21020 for
this purchase.
CONCURRENCES: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
ATTACHMENTS: D.W. Ogg Equipment Company Quote
Page 1 of 2
RESOLUTION NO. RS-2025-
(Intergovernmental Cooperative Purchase [INTG-25-0200 ] Massey Ferguson MF4710
Tractor for the Department of Solid Waste)
RECITALS
The Code of Public Local Laws of Washington County, Maryland (the “Public Local
Laws”), § 1-106.3, provides that the Board of County Commissioners of Washington County,
Maryland (the “Board”), “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.”
Subsection (c) of § 1-106.3 provides that “A determination to allow or participate in an
intergovernmental cooperative purchasing arrangement under subsection (b) of this section shall
be by resolution and shall either indicate that the participation will provide cost benefits to the
county or result in administrative efficiencies and savings or provide other justifications for the
arrangement.”
The Department of Solid Waste seeks to purchase one (1) Massey Ferguson MF4710
Tractor from D.W. Ogg Equipment Company of Frederick, Maryland, for a total price of
$63,755.00 and to utilize another jurisdiction’s contract (082923-AGCO) that was awarded by
Sourcewell to AGCO Corporation.
Eliminating the County’s bid process will result in administrative and cost savings for the
County. The County will benefit with direct cost savings because of the economies of scale the
aforementioned contract has leveraged. Additionally, the County will realize administrative
efficiencies and savings as a result of not preparing, soliciting, and evaluating bids.
NOW, THEREFORE, BE IT RESOLVED by the Board, pursuant to § 1-106.3 of the Public
Local Laws, that the Department of Solid Waste is hereby authorized to purchase one (1) Massey
Ferguson MF4710 Tractor from D.W. Ogg Equipment Company of Frederick, Maryland, for total
price of $63,755.00 and to utilize another jurisdiction’s contract (082923-AGCO) that was awarded
by Sourcewell to AGCO Corporation.
Adopted and effective this ____ day of July, 2025.
Page 2 of 2
ATTEST: BOARD OF COUNTY COMMISSIONERS
OF WASHINGTON COUNTY, MARYLAND
_____________________________ BY: ______________________________________
Dawn L. Marcus, County Clerk John F. Barr, President
Approved as to form
and legal sufficiency: Mail to:
Office of the County Attorney
______________________________ 100 W. Washington Street, Suite 1101
Zachary J. Kieffer Hagerstown, MD 21740
County Attorney
Prepared for:
Good Through:
Dealer Representative:
Representative Email:
Representative Phone:
WASHINGTON COUNTY LANDFILL
07-31-2025
Jeremy Thompson
jeremy@dwogg.net
Model #
MSRP
MF4710 Tractor $ 84,719.00
Cash Price
$63,755.00
·MF4710 Tractor
·MF4710 PFA Cab Deluxe
·DYNA-2,24x24,40kph,Spdmtchg,
·No Bucket Selected
·Air Ssp Swivel Seat w/Armres
·W1840 F340/85R24 R420/85R34
·Wgt Adapter Pkg-2x50kg adp w
·Wgt Pkg-2x50kg wts (stackabl
·Proposition 65 Decal
Total Retail Price $ 84,719.00
Cash Price
Sale Price
Trade-In:
$
$
63,755.00
0.00
Net Price
Taxes
$
$
63,755.00
0.00
Final Customer Price
$
63,755.00
Notes
*** THIS IS A CASH SOURCEWELL PRICING PRICE GOVERNMENT / SOURCEWELL DISCOUNT IS 21% , SOURCEWELL CONTRACT NUMBER IS
082923 ***
PRICE INCLUDES REAR TIRE FILL AND DELIVERY TO WASHINGTON COUNTY LANDFILL . PRICE IS GOOD TILL 7/31/2025 AFTER THAT WE WILL
HAVE TO REEVALUATE TO SEE IF PROGRAMS CHANGE
QUOTE IS GOOD TILL 7/31/2025 AFTER THAT WE WILL HAVE TO REEVALUATE TO SEE IF PROGRAMS CHANGE ***
*** THIS TRACTOR WILL HAVE TO BE ORDERED . THERE IS A DECEMBER / JANUARY LEAD TIME
This Letter is a non-binding indication of interest regarding a possible transaction on the general terms and conditions outlined herein and is not a legal commitment. This Letter
is intended for the use of the Customer only. *The following is a proposal for financing for the customer named herein ("Customer") regarding the equipment described herein
("Equipment") by AGCO Finance LLC for discussion purposes only. Customer participation subject to credit qualification and approval by AGCO Finance LLC. Not all Customers
may qualify for this rate or term. This proposal is not a statement of all terms and conditions of any financing that may be approved. This Letter is intended for the use of the
Customer only. This Letter is valid until "Good Through" date listed above and thereafter shall automatically be deemed to be null and void. ***The cash price is a good faith
dealer estimate only. See dealer for details.
Model Number: MF4710 QQ Number: QQ-0970944 Invoice Number: Dealership Name: D.W. Ogg Equipment Co.Model Year: 2025 Serial Number: Order Number: Location: Frederick (326465)
(F.O.B. PORT OF EN TRY)
TRAC TOR FEA TURES
MF 4700 PLAT FORM
EN GINE SYSTEM
•AGCO Power 33AWIC 3 Cylinder (Turbocharged)
EPA Tier 4 Final and CARB Certified
MF4707 - Diesel Oxidation Catalyst (DOC), Exhaust Gas
Recirculation (EGR)
MF4708/4709/4710 - SCR Technology (Post-Combustion
DEF), Diesel Oxidation Catalyst (DOC)
•Air Cleaner: Dual Element Dry Type
•Air Cleaner Intake, Under Hood
•Vertical Exhaust
•Cooling System: Antifreeze 50/50 Mix
•Cold Starting Aid: Intake Heater
HORSE POWER
(Max En gine @ 2000 RPM; Rated En gine & PTO @ 2200 RPM)
MF4707 De luxe Powershuttle Only:
75 Max En gine HP, 70 En gine HP, 58 PTO HP
MF4708 De luxe Powershuttle:
85 Max En gine HP, 80 En gine HP, 67 PTO HP
MF4709 De luxe Powershuttle:
95 Max En gine HP, 90 En gine HP, 77 PTO HP
MF4710 De luxe Powershuttle:
100 Max En gine HP, 99 En gine HP, 87 PTO HP
FRONT AXLE
•2wd: Ad just able
•4wd: Center Driveline, Open Differential, Standard
Hydraulically Actuated Differential Lock
POWERTRAIN
•Transmission:
2wd:
18 mph (30 kph) 12x12 Trans mis sion with Power Shut tle
(6 Gears, 2 Ranges with De clutch on Main Gear Le ver)
4wd:
25 mph (40 kph) 12x12 Trans mis sion with Power Shut tle
(6 Gears, 2 Ranges with De clutch on Main Gear Le ver)
•Rear Axle: Inboard Planetary Final Drives, with HydraLock
Differential Lock, Flanged Rear Axle
•Brakes: In de pend ent Oil Im mersed Wet Disc Brakes with
In de pend ent Foot Pedal Operation
Hook and Le ver Park ing Brake
•PTO: In de pend ent 540/540E RPM, External Control with
6 Spline Non-Flanged Shaft (1-3/8 In. Di am e ter),
In de pend ent Wet Disc Clutch, Elec tro-hy drau lic
En gage ment
HY DRAU LIC SYS TEM
•2 Mechanically Controlled Spool Valves (1 x DA KO FL +
1 x DA KO FL)
•Im ple ment System:
Open Cen ter Sys tem, En gine Driven Gear Pump
17.1 GPM (65 LPM) Flow
Optional Ca ble-con trolled Loader Joy stick with Mid Valves
•Rear Link age:
ASAE Cat e gory II with Tele scopic Ball Ends
Lift Ca pac ity at 24": 4850 LBS (2200 KG)
2 Ad just able Rear Link age Turn buckles
Stan dard Telescopic Sta bi liz ers
•Swing Straight Drawbar with 350/400/500mm Positions,
Cat 2 Clevis
ELEC TRI CAL
•12 Volt DC, Neg a tive Ground
•In take Air Pre Heater
•High Capacity Wet Charge, Main te nance Free SAE 720 CCA
Bat tery
•80 AMP Al ter na tor
•Ig ni tion: Key with Safety Start
•Keyed En gine Shut off
•Light ing: 4 Head lights, 2 Rear Marker Light As sem blies
•Mid Mounted Work Lights
•Rear Brake Lights
•Standard 1 Rear Work Light
•7 Pin ASAE Out let Socket
•30 Amp Auxiliary Electrical Socket
IN STRU MENTS
•Digital & Analog Instrument Panel with Performance Monitor
•Analog Engine Tachometer
•Analog Fuel Gauge
•Analog Engine Temperature
•Dig i tal Trans mis sion Dis play
•Dig i tal Hour Me ter
•Op er a tion and Ser vice Lights
OP ER A TOR EN VI RON MENT (PLAT FORM MOD ELS)
•Semi-Flat Floor Plat form with Rub ber Floor Mat
•Hand Rail with Glass Heat Shields
•Lever Controlled 3-Point Linkage with Draft Control
•2 Post Fold ing ROPS
•Tilt Steering Column
•Mechanical Spring Suspension Seat with Armrests and
Wider Seat Cushion
•Re tract able Seat Belt
•Cup Holder
•Pen dant Style (Sus pended) Foot Ped als
•Hand and Foot Throt tle
•Left Side and Right Side Foot Step Entry
•External 3-Point Lift Control on Left Hand Side Fender
OTHER STAN DARD FEA TURES
•Fuel Tank Un der Plat form, Ground Fill
Fuel Ca pac ity: 27.7 Gal lons (105 Li ters)
•One-Piece Tilt ing Hood
•Rear Fender Side Extensions - 100mm
•Fuel Tank Guard
•Tool Box
•SMV Sign
March 2022
Model Number: MF4710 QQ Number: QQ-0970944 Invoice Number: Dealership Name: D.W. Ogg Equipment Co.Model Year: 2025 Serial Number: Order Number: Location: Frederick (326465)
(F.O.B. PORT OF EN TRY)
LOADER FEA TURES
MF 4700 PLAT FORM
MFFL.3615 LOAD ER
•One Piece 4 mm High Tensile Main Frame with Tapered
and Emboss Arms
•Quick Attach Implement Mounting with Euro Style Single
Lever Locking System
•82 mm Arm Profile
•70 mm Double Acting Lift Cylinders
•75 mm Double Acting, Equal Displacement
Bucket Cylinders
•Industrial Grade Hydraulic Fittings and Twin Braided Hoses,
Incorporated Internally Inside Loader Boom
•Central Valve, Equalized Oil Distribution Valve with
Incorporated Relief Valves
•4-Flat Face Hydraulic Tips on Boom and Bucket Circuits
•Protective Hose Cover
•Lock and Go Loader/Subframe Connection System
•Pivots Are Greasable and Include Industrial Grade Pins
and Bushings
•Powder Painted with Corrosion Protection
•Bucket Level Indicator
•Front Bumper Guard (With Subframe Set)
•Buckets Have Heavy Duty, Welded-On Cutting Edge,
Box Beam Section for Stiffness and Torsional Rigidity
and Lateral Reinforcing Bars
•140" (3.55 m) Lift Height to Pivot Pin
•FL.3615: 3420 lb. (1551 kg) Lift Capacity to Full Height,
31.5" (800 mm) Forward of Pivot Pin per ASABE
301.3 @ 2828 PSI
•Maximum Roll Back Angle: 58 Degrees
•Maximum Dump Angle: 58 Degrees
MF931X LOAD ER
•One Piece Main Frame with Ta pered Arms and
Sin gle Cross Mem ber
•Quick At tach Loader Frame Mount with Pin Lock
•Built-in Park ing Stands
•(2) 2.8 inch (70 mm) Dou ble Act ing Lift Cyl in ders
•(2) 2.8 inch (70 mm) Dou ble Act ing Bucket Cyl in ders
•Hy drau lic Lines Routed In side Main Frame for
Pro tec tion and Vis i bil ity
•Gal va nized Steel Bush ings with Re cessed Grease Points
•Standard with Flat Face Couplers
•Rated on MF4610 Tractor with 11.2-24 Front Tires
and 16.9-30 Rear Tires
•Powder Painted with Corrosion Protection
•Bucket Level Indicator
•Lift Capacity to Full Height @ 31.5 inches Forward
of Pivot Pin: 2140 lbs
•Maximum Lift Height: 136 inches at Pivot
•Breakout Force @ 31.5 inches Forward of Pivot
Pin: 3540 lbs
•Rated Hydraulic Pressure: 2828 PSI
•Maximum Roll Back Angle: 44 Degrees
•Maximum Dump Angle: 50 Degrees
MFFL.3522 LOAD ER
•One Piece 4 mm High Tensile Main Frame with Tapered
and Emboss Arms
•Quick Attach Implement Mounting with Euro Style Single
Lever Locking System
•82 mm Arm Profile
•80 mm Double Acting Lift Cylinders
•75 mm Double Acting, Equal Displacement
Bucket Cylinders
•Industrial Grade Hydraulic Fittings and Twin Braided Hoses,
Incorporated Internally Inside Loader Boom
•Central Valve, Equalized Oil Distribution Valve with
Incorporated Relief Valves
•4-Flat Face Hydraulic Tips on Boom and Bucket Circuits
•Protective Hose Cover
•Lock and Go Loader/Subframe Connection System
•Pivots Are Greasable and Include Industrial Grade Pins
and Bushings
•Powder Painted with Corrosion Protection
•Bucket Level Indicator
•Front Bumper Guard (With Subframe Set)
•Buckets Have Heavy Duty, Welded-On Cutting Edge,
Box Beam Section for Stiffness and Torsional Rigidity
and Lateral Reinforcing Bars
•140" (3.55 m) Lift Height to Pivot Pin
•FL.3522: 2760 lb. (1252 kg) Lift Capacity to Full Height,
31.5" (800 mm) Forward of Pivot Pin per ASABE
301.3 @ 2828 PSI
•Maximum Roll Back Angle: 58 Degrees
•Maximum Dump Angle: 58 Degrees
March 2022
Model Number: MF4710 QQ Number: QQ-0970944 Invoice Number: Dealership Name: D.W. Ogg Equipment Co.Model Year: 2025 Serial Number: Order Number: Location: Frederick (326465)
MF 4700 CAB
(F.O.B. PORT OF EN TRY)
TRAC TOR FEA TURES
EN GINE SYSTEM
•AGCO Power 33AWIC 3 Cylinder (Turbocharged)
EPA Tier 4 Final and CARB Certified
MF4707 - Diesel Oxidation Catalyst (DOC), Exhaust Gas
Recirculation (EGR)
MF4708/4709/4710 - SCR Technology (Post-Combustion
DEF), Diesel Oxidation Catalyst (DOC)
•Air Cleaner: Dual El e ment Dry Type
•Air Cleaner In take, Un der Hood
•A-Pillar Exhaust with Heat Shield
•Cool ing Sys tem: An ti freeze 50/50 Mix
•Cold Start ing Aid: In take Heater
HORSE POWER
(Max En gine @ 2000 RPM; Rated En gine & PTO @ 2200 RPM)
MF4707 De luxe Powershuttle:
75 Max En gine HP, 70 En gine HP, 57 PTO HP
MF4708 De luxe Powershuttle:
85 Max En gine HP, 80 En gine HP, 67 PTO HP
MF4709 De luxe Powershuttle:
95 Max En gine HP, 90 En gine HP, 77 PTO HP
MF4710 De luxe Powershuttle:
100 Max En gine HP, 100 En gine HP, 87 PTO HP
FRONT AXLE
•2wd: Ad just able
•4wd: Center Driveline, Open Differential, Standard
Hydraulically Actuated Differential Lock
POWERTRAIN
•Transmission:
2wd:
18 mph (30 kph) 12x12 Trans mis sion with Power Shut tle
(6 Gears, 2 Ranges with De clutch on Main Gear Le ver)
4wd:
25 mph (40 kph) 12x12 Trans mis sion with Power Shut tle
(6 Gears, 2 Ranges with De clutch on Main Gear Le ver)
•Rear Axle: Inboard Planetary Final Drives, with HydraLock
Differential Lock, Flanged Rear Axle
•Brakes: In de pend ent Oil Im mersed Wet Disc Brakes with
In de pend ent Foot Pedal Operation
Hook and Le ver Park ing Brake
•PTO: Independent 540/540E RPM, External Control with
6 Spline Non-Flanged Shaft (1-3/8 In. Diameter),
Independent Wet Disc Clutch, Electro-hydraulic
Engagement
HY DRAU LIC SYS TEM
•2 Mechanically Controlled Spool Valves
(1 x DA KO FL + 1 x DA KO FL)
•Implement System:
Open Center System, Engine Driven Gear Pump
17.1 GPM (65 LPM) Flow
Optional Cable-controlled Loader Joystick
with Mid Valves and 3rd Function Ready Buttons
•Rear Linkage:
ASAE Category II with Telescopic Ball Ends
Lift Capacity at 24": 4850 LBS (2200 KG)
2 Adjustable Rear Linkage Turnbuckles
•Standard Telescopic Stabilizers
•Swing Straight Drawbar with 350/400/500mm Po si tions,
ELEC TRI CAL
•12 Volt DC, Neg a tive Ground
•In take Air Pre Heater
•High Capacity Wet Charge, Maintenance Free SAE 720 CCA
Battery
•80 AMP Al ter na tor
•Ig ni tion: Key with Safety Start
•Keyed En gine Shut off
•Light ing: 4 Head lights, 2 Rear Marker Light As sem blies
•Mid Mounted Work Lights
•Rear Brake Lights
•Standard 1 Rear Work Light
•7 Pin ASAE Out let Socket
•30 Amp Auxiliary Electrical Socket
IN STRU MENTS
•Digital & Analog Instrument Panel with Performance Monitor
•Analog Engine Tachometer
•Analog Fuel Gauge
•Analog Engine Temperature
•Dig i tal Trans mis sion Dis play
•Dig i tal Hour Me ter
•Op er a tion and Ser vice Lights
OP ER A TOR EN VI RON MENT (CAB MOD ELS)
•Standard Cab Roof, HVAC with Manual Controls, 2 Low
Mounted Doors, Antenna & Speakers
•2 Front and 2 Rear Roof Mounted Work Lights
•Pull-down Sun Shade
•Lever Controlled 3-Point Linkage with Draft Control
•Rubber Floor Mat
•Telescopic Large Side Mirrors
•Internal Mirror
•Dual Adjustment Steering Column (Tilting and Telescopic)
•Mechanical Swiveling Seat with Armrests
•Retractable Seat Belt
•Instructor's Seat with Seatbelt
•Cup Holder
•Pendant Style (Suspended) Foot Pedals
•Hand Rails
•Hand and Foot Throttle
•Left Side and Right Side Foot Step Entry
•External 3-Point Lift Control on Left and Right Hand Fenders
•Rear Wiper/Washer
OTHER STAN DARD FEA TURES
•Fuel Tank Un der Plat form, Ground Fill
Fuel Ca pac ity: 27.7 Gal lons (105 Li ters)
•One-Piece Tilt ing Hood
•Rear Fender Side Extensions - 100mm
•Fuel Tank Guard
•Tool Box
•SMV Sign
March 2022
Model Number: MF4710 QQ Number: QQ-0970944 Invoice Number: Dealership Name: D.W. Ogg Equipment Co.Model Year: 2025 Serial Number: Order Number: Location: Frederick (326465)
(F.O.B. PORT OF EN TRY)
LOADER FEA TURES
MF 4700 CAB
MF931X LOAD ER
•One Piece Main Frame with Ta pered Arms and
Sin gle Cross Mem ber
•Quick At tach Loader Frame Mount with Pin Lock
•Built-in Park ing Stands
•(2) 2.8 inch (70 mm) Dou ble Act ing Lift Cyl in ders
•(2) 2.8 inch (70 mm) Dou ble Act ing Bucket Cyl in ders
•Hy drau lic Lines Routed In side Main Frame for
Pro tec tion and Vis i bil ity
•Gal va nized Steel Bush ings with Re cessed Grease Points
•Standard with Flat Face Couplers
•Rated on MF4610 Tractor with 11.2-24 Front Tires
and 16.9-30 Rear Tires
•Powder Painted with Corrosion Protection
•Bucket Level Indicator
•Lift Capacity to Full Height @ 31.5 inches Forward
of Pivot Pin: 2140 lbs
•Maximum Lift Height: 136 inches at Pivot
•Breakout Force @ 31.5 inches Forward of Pivot
Pin: 3540 lbs
•Rated Hydraulic Pressure: 2828 PSI
•Maximum Roll Back Angle: 44 Degrees
•Maximum Dump Angle: 50 Degrees
MFFL.3615 LOAD ER
•One Piece 4 mm High Tensile Main Frame with Tapered
and Emboss Arms
•Quick Attach Implement Mounting with Euro Style Single
Lever Locking System
•82 mm Arm Profile
•70 mm Double Acting Lift Cylinders
•75 mm Double Acting, Equal Displacement
Bucket Cylinders
•Industrial Grade Hydraulic Fittings and Twin Braided Hoses,
Incorporated Internally Inside Loader Boom
•Central Valve, Equalized Oil Distribution Valve with
Incorporated Relief Valves
•4-Flat Face Hydraulic Tips on Boom and Bucket Circuits
•Protective Hose Cover
•Lock and Go Loader/Subframe Connection System
•Pivots Are Greasable and Include Industrial Grade Pins
and Bushings
•Powder Painted with Corrosion Protection
•Bucket Level Indicator
•Front Bumper Guard (With Subframe Set)
•Buckets Have Heavy Duty, Welded-On Cutting Edge,
Box Beam Section for Stiffness and Torsional Rigidity
and Lateral Reinforcing Bars
•140" (3.55 m) Lift Height to Pivot Pin
•FL.3615: 3420 lb. (1551 kg) Lift Capacity to Full Height,
31.5" (800 mm) Forward of Pivot Pin per ASABE
301.3 @ 2828 PSI
•Maximum Roll Back Angle: 58 Degrees
•Maximum Dump Angle: 58 Degrees
MFFL.3522 LOAD ER
•One Piece 4 mm High Tensile Main Frame with Tapered
and Emboss Arms
•Quick Attach Implement Mounting with Euro Style Single
Lever Locking System
•82 mm Arm Profile
•80 mm Double Acting Lift Cylinders
•75 mm Double Acting, Equal Displacement
Bucket Cylinders
•Industrial Grade Hydraulic Fittings and Twin Braided Hoses,
Incorporated Internally Inside Loader Boom
•Central Valve, Equalized Oil Distribution Valve with
Incorporated Relief Valves
•4-Flat Face Hydraulic Tips on Boom and Bucket Circuits
•Protective Hose Cover
•Lock and Go Loader/Subframe Connection System
•Pivots Are Greasable and Include Industrial Grade Pins
and Bushings
•Powder Painted with Corrosion Protection
•Bucket Level Indicator
•Front Bumper Guard (With Subframe Set)
•Buckets Have Heavy Duty, Welded-On Cutting Edge,
Box Beam Section for Stiffness and Torsional Rigidity
and Lateral Reinforcing Bars
•140" (3.55 m) Lift Height to Pivot Pin
•FL.3522: 2760 lb. (1252 kg) Lift Capacity to Full Height,
31.5" (800 mm) Forward of Pivot Pin per ASABE
301.3 @ 2828 PSI
•Maximum Roll Back Angle: 58 Degrees
•Maximum Dump Angle: 58 Degrees
March 2022
Model Number: MF4710 QQ Number: QQ-0970944 Invoice Number: Dealership Name: D.W. Ogg Equipment Co.Model Year: 2025 Serial Number: Order Number: Location: Frederick (326465)
Open Session Item
SUBJECT: Bid Award (PUR -1754) Pure Storage Support Subscription Renewal for the
Information Systems Division
PRESENTATION DATE: July 29, 2025
PRESENTATION BY: Carin Bakner, CPPB, Buyer, Purchasing Department, and Josh O’Neal,
Chief Technical Officer, Information Technology
RECOMMENDED MOTION: Move to award the procurement of a subscription renewal to
GHA Technologies, Inc. of Scottsdale, AZ, for a Total Sum Bid Price of $170,767.44 over a three
(3) year term. Annual cost for the three (3) year term is $56,922.48 per year.
REPORT-IN-BRIEF: The Pure Storag e equipment forms the foundation for all County server
computer resources, and is critical to the operation of a ll on-p remise servers.
The Invitation to Bid (ITB) was advertised on the State of Maryland’s “eMaryland Marketplace
Advantage” website, the County’s website, in the local newspaper; and on the County’s new
electronic bid site (Enuna/Ionwave). Fifteen (15) persons/companies registered/downloaded the
bid document online and on July 16, 2025, the County accepted bids; one (1) bid was received.
The Contract term shall be for a one (1) year period beginning on August 17, 2025, with an option
by the County to renew for two (2) additional consecutive one (1) year periods.
FISCAL IMPACT: Funds are available in th e IT Department’s operating budget account number
515000-10-11000.
CONCURRENCES: N/A
ALTERNATIVES: N/A
ATTACHMENTS: Bid Tabulation Matrix
AUDIO/VISUAL NEEDS: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Total Price $170,767.44
Line #
1 1MOPRMGOLDYear 1 Term: August 17, 2025 - August 16, 2026Assets:
12 EA $1,411.03 $16,932.36
2 1MOPRMGOLDYear 2 Term: August 17, 2026 - August 16, 2027Assets:
12 EA $1,411.03 $16,932.36
3 1MOPRMGOLDYear 3 Term: August 17, 2027 - August 16, 2028Assets:
12 EA $1,411.03 $16,932.36
4 1MOPRMGOLDYear 1 Term: March 3, 2025 - August 16, 2026Asset:
12 EA $472.88 $5,674.56
5 1MOPRMGOLDYear 2 Term: August 17, 2026 - August 16, 2027Asset:
12 EA $472.88 $5,674.56
6 1MOPRMGOLDYear 3 Term: August 17, 2027 - August 16, 2028Asset:
12 EA $472.88 $5,674.56
7 1MOPRMGOLDYear 1 Term: August 17, 2025 - August 16, 2026Assets:
12 EA $1,411.03 $16,932.36
8 1MOPRMGOLDYear 2 Term: August 17, 2026 - August 16, 2027Assets:
12 EA $1,411.03 $16,932.36
9 1MOPRMGOLDYear 3 Term: August 17, 2027 - August 16, 2028Assets:
GHA Technologies Inc
PUR-1754 Pure Storage Support Subscription Renewal
Bids Opened: July 16, 2025
Line #
10 1MOPRMGOLDYear 1 Term: August 17, 2025 - August 16, 2026Asset: X20R3-
12 EA $1,448.60 $17,383.20
11 1MOPRMGOLDYear 2 Term: August 17, 2026 - August 16, 2027Asset: X20R3-
12 EA $1,448.60 $17,383.20
12 1MOPRMGOLDYear 3 Term: August 17, 2027 - August 16, 2028Asset: X20R3-
12 EA $1,448.60 $17,383.20
PUR-1754 Pure Storage Support Subscription Renewal
GHA Technologies Inc
Bids Opened: July 16, 2025
Open Session Item
SUBJECT: Additional Services - Contract (PUR-1696) Oracle Products and Services for
Information Technology Department
PRESENTATION DATE: July 29, 2025
PRESENTATION BY: Angie Poffenberger, Deputy Director, Budget & Finance - Software
Support & Training and Kelcee Mace, Chief Financial Officer
RECOMMENDED MOTION: Move to authorize the addition of services to the existing
contract for Oracle Products and Services for the Human Resources Department with Mythics,
LLC of Virginia Beach, VA, based on its quote in the amount of $35,280, based on the contract
awarded by Omnia – Region 4 Education Services Center contract #R240202.
REPORT-IN-BRIEF: The current service under this contract provides cloud services, which
consist of Planning and Budgeting, Fusion Financials, Fusion Purchasing, Fusion Transactional
Business Intelligence, Fusion Self-Service Procurement, Human Capital Management, Payroll,
and Fusion Time and Labor. The additional services requested are for the Department of Human
Resources, for Recruiting Cloud Services within Oracle. The cloud-based applications are suites
that can help businesses streamline operations, automate processes, and make data-driven
decisions. This contract was for two (2) years, with an option by the County to renew for two (2)
additional consecutive one (1) year periods.
DISCUSSION: N/A
FISCAL IMPACT: Funding is available in the department’s account 5150180-10 -11000 for
products and services associated with Planning and Budgeting, Fusion Financials, Fusion
Purchasing, Fusion Transactional Business Intelligence, Fusion Self Service Procurement,
Human Capital Management, Payroll, and Fusion Time and Labor. Funding is available in
account 599999-30 -10500-COM019-OTHR-000000 for the Human Resources portion of these
services.
CONCURRENCES: Brandi Kentner, CPPO, Purchasing Director
ALTERNATIVES: N/A
ATTACHMENTS: Mythics, Inc. Quote 071125
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Mythics Quote: WC-Fusion-071125
Contract:Region 4 Contract #R240202
Price Valid Thru: August 30, 2025
Line Oracle Cloud Service Service Service Extended
Item Cloud Service Part Number Metric Period Quantity Price
1 Recruiting Cloud Service B87675 Hosted Employee 12 1500 $35,280.00
$35,280.00
$362,602.07
Line Oracle Cloud Service Service Service Extended
Item Cloud Service Part Number Metric Period Quantity Price
1 Recruiting Booster Cloud Service B95763 Hosted Employee 12 1500 $13,230.00
$13,230.00
4. Payment Terms: Cloud Service Quarterly in Arrears NET 30
Purchasing Instructions:
Please reference Mythics Quote WC-Fusion-071125 and include the following statements in your Purchase Order:
1. This order is placed pursuant to the terms and conditions of : Region 4 Contract #R240202
2. Reference Mythics Quote WC-Fusion-071125
3. Reference Mythics Address: 4525 Main St. Suite 1500 Va Beach, VA 23462
You acknowledge that in reliance on this order, Mythics will issue a non-cancellable order with its supplier for products or services purchased.
Non-Payment will constitute an immediate default of this contract and upon notice from Mythics, End-User shall be prohibited from continued use of software licensed and/or services until payment has been received in full for
outstanding balance.
You agree that Mythics has the right to terminate your services or support with Oracle due to non-payment.
You agree that this order is placed pursuant to the terms and conditions of Region 4 Contract #R240202
Terms and Conditions
This estimate is an invitation to you to purchase products and/or services from Mythics. Your order is subject to Mythics' acceptance and to applicable Oracle terms and conditions per reference to an existing
agreement/contract or a newly excuted agreement accompanying your order.
The services period for the cloud services commences on the date stated in this ordering document. If no date is specified, then the "Cloud Servcies Start Date" for each cloud service will be the date that the end user is
Data Center Region: North America
Expansion Term: 15-Jul-2025 to 14-Jul-2026
SaaS Expansion Total (2025-2026)
*TOTAL PRICE
*Applicable State taxes will be added unless an exemption is provided.
Electronic Delivery: By confirming, referencing or placing an order based on this quote, you are agreeing that the software products or cloud services being purchased are for electronic delivery only and there is no transfer of tangible property.
Mythics LLC
4525 Main St.,Suite 1500
Virginia Beach, VA 23462
Fed Tax ID# 54-1987871
Sales Rep: Anna Keane
Email: akeane@mythics.com
Phone: 757.362.1863
Company Name: Washington County
Cloud Account Admin: Kim Edlund
Email: kedlund@washco.md.net
1. Data Center Region: "North America"
2. No Auto-Renewal:Notwithstanding any statement to the contrary in the service specifications, You expressly agree that the cloud services acquired under this order will not auto-renew.
3. Option Years:You must provide Mythics a minimum of 30 days notice prior to the expiration of a service term of the end user's intent to exercise an Option Year and you must execute an order for the new option period prior to the
expiration date of the existing service period. The cloud services listed above may not be renewed at the option year pricing listed above if: (i) Oracle is no longer making such cloud services generally available to customers, or (ii) You
are seeking to cancel or reduce the number of user licenses of the cloud services set forth in this ordering document.
4. Expansion: For avoidance of doubt, the additional quantities of Cloud Services that are ordered hereunder are subject to the terms of the initial order between You and the Oracle authorized partner for such Cloud Services.
Payment of this order is due in full in accordance with the above referenced terms.
This is a non-cancellable order.
Form: Quote 102723
Open Session Item
SUBJECT: Intergovernmental Cooperative Purchase (INGT-25-0201) One (1) 900-ECO 12 yd
Combination Sewer Cleaner - Truck
PRESENTATION DATE: July 29, 2025
PRESENTATION BY: Mark Bradshaw, Division Director of Environmental Management.
RECOMMENDED MOTION: Move to authorize by Resolution, for the Department of Water
Quality to purchase one (1) 900-ECO 12 yd Combination Sewer Cleaner - Truck from Mid-
Atlantic Waste Systems of Easton, MD in the amount of $590,812.97 and to utilize another
jurisdiction’s contract (#101221-SCA) that was awarded by Soucrewell.
REPORT-IN-BRIEF: The Department of Water Quality is requesting to purchase one (1) 900-
ECO 12 yd Combination Sewer Cleaner to replace a 2006 International Vac-Con. Once we receive
the new truck, the old Vac-Con will be sold on GovDeals.
The Code of Public Laws of Washington County, Maryland (the Public Local Laws) §1-106.3
provides that the Board of County Commissioners may procure goods and services through a
contract entered into by another governmental entity, in accordance with the terms of the contract,
regardless of whether the County was a party to the original contract. Sourcewell took the lead in
soliciting the resulting agreement. If the Board of County Commissioners determines that
participation by Washington County would result in cost benefits or administrative efficiencies, it
could approve the purchase of this truck in accordance with the Public Local Laws referenced
above by resolving that participation would result in cost benefits or in administrative efficiencies.
The County will benefit with direct cost savings in the purchase of this truck because of the
economies of scale this buying group leveraged. I am confident that any bid received as a result of
an independent County solicitation would exceed the spend savings that Sourcewell contract
provides through this agreement. Additionally, the County will realize savings through
administrative efficiencies as a result of not preparing, soliciting and evaluating a bid. This
savings/cost avoidance would, I believe, be significant.
DISCUSSION: N/A
FISCAL IMPACT: Funds are budgeted in the Department of Water Quality’s Capital Improvement
Plan (CIP) account (VEH010) in the amount of $600,000.
CONCURRENCES: Brandi Kentner, CPPO, Director, Purchasing Department;
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
ALTERNATIVES:
1. Process a formal bid and the County could possibly incur a higher cost for the purchase, or
2. Do not award the purchase of the sewer cleaner truck.
ATTACHMENTS: Mid Atlantic Waste Systems Quote #RSSQ42894
AUDIO/VISUAL NEEDS: N/A
Page 1 of 2
RESOLUTION NO. RS-2025-
(Intergovernmental Cooperative Purchase [INTG-25-0201 ] One [1] 900-ECO 12 yd
Combination Sewer Cleaner - Truck)
RECITALS
The Code of Public Local Laws of Washington County, Maryland (the “Public Local
Laws”), § 1-106.3, provides that the Board of County Commissioners of Washington County,
Maryland (the “Board”), “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.”
Subsection (c) of § 1-106.3 provides that “A determination to allow or participate in an
intergovernmental cooperative purchasing arrangement under subsection (b) of this section shall
be by resolution and shall either indicate that the participation will provide cost benefits to the
county or result in administrative efficiencies and savings or provide other justifications for the
arrangement.”
The Department of Water Quality seeks to purchase one (1) 900-ECO 12 yd Combination
Sewer Cleaner – Truck from Mid-Atlantic Waste Systems of Easton, Maryland, in the amount of
$590,812.97, and to utilize another jurisdiction’s contract (#101221-SCA) that was awarded by
Sourcewell.
Eliminating the County’s bid process will result in administrative and cost savings for the
County. The County will benefit with direct cost savings because of the economies of scale the
aforementioned contract has leveraged. Additionally, the County will realize administrative
efficiencies and savings as a result of not preparing, soliciting, and evaluating bids.
NOW, THEREFORE, BE IT RESOLVED by the Board, pursuant to § 1-106.3 of the Public
Local Laws, that the Department of Water Quality is hereby authorized to purchase one (1) 900-
ECO 12 yd Combination Sewer Cleaner – Truck from Mid-Atlantic Waste Systems of Easton,
Maryland, in the amount of $590,812.97, and to utilize another jurisdiction’s contract (#101221-
SCA) that was awarded by Sourcewell.
Adopted and effective this ____ day of July, 2025.
Page 2 of 2
ATTEST: BOARD OF COUNTY COMMISSIONERS
OF WASHINGTON COUNTY, MARYLAND
_____________________________ BY: ______________________________________
Dawn L. Marcus, County Clerk John F. Barr, President
Approved as to form
and legal sufficiency: Mail to:
Office of the County Attorney
______________________________ 100 W. Washington Street, Suite 1101
Zachary J. Kieffer Hagerstown, MD 21740
County Attorney
Open Session Item
SUBJECT: Bid Award (PUR-1750) Town of Sharpsburg Water Service Upgrades
PRESENTATION DATE: July 29, 2025
PRESENTATION BY: Mark Bradshaw, Division Director of Environmental Management;
Joseph Moss, P.E., Division of Environmental Management, Deputy Director, Engineering
Services.
RECOMMENDED MOTION: Move to award the procurement of furnishing and delivery of
the water system upgraded parts listed on the bids Form of Proposal to Huntzberry Brothers, Inc.
of Smithsburg, MD, for a Total Sum B id Price of $474,050.
REPORT-IN-BRIEF: The Invitation to Bid (ITB) was advertised on the State of Maryland’s
“eMaryland Marketplace Advantage” website, the County’s website, in the local newspaper; and
on the County’s new electronic bid site (Enuna/Ionwave). Seven companies were represented at
the pre-bid/teleconference. Fifteen (15) persons/companies registered/downloaded the bid
document online.
The County owns and maintains the water meters and associated components of the meter vaults
throughout the water distribution for the Town of Sharpsburg. Due to the age of these water
services, backflow prevention devices were not installed at the time the services were installed.
This project will upgrade the water services for the Town of Sharpsburg to the current standards
required by MDE for public drinking water systems.
FISCAL IMPACT: Funds in the amount of $474,050.00 are available in the Capital
Improvement Account (CIP) EQP068 for the costs of the procurement.
CONCURRENCES: Brandi Kentner, CPPO, Buyer, Purchasing
ALTERNATIVES: N/A
ATTACHMENTS: Bid Tabulation Matrix
AUDIO/VISUAL NEEDS: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Total Price $474,050.00 Total Price $732,356.18
Line # Description QTY UOM Unit Extended Unit Extended
Base Bid Item B-1
Water Meter Fittings / Vault Replacement
Grassed or Landscaped Area
Base Bid Item B-2
Water Meter Fittings / Vault Replacement
Concrete Sidewarlk, Curb or Gutter Pan Area
Base Bid Item B-3
Water Meter Fittings / Vault Replacement
Brick or Concrete Paver Sidewalk
Base Bid Item B-4
Water Meter Fittings / Vault Replacement
Replace Internal Fittings Only
Base Bid Item B-5
Water Meter Fittings / Vault Replacement
Driveway / Roadway Paved Area
Contingent Item C-1
Unsuitable Material Excavation
Contingent Item C-2
Remove / Replace Unsuitable Service Line
Huntzberry Brothers, Inc.
Henson & Son, Inc.
239 EA $950.00 $227,050.00
7
6
5
EA
EA
PUR-1750
Town of Sharpsbug / Water Service Upgrade Project
25
25
12
80
15
93
HUNTZBERRY BROTHERS, INC. Henson & Son Inc
1
4
3
2
CY
EA
EA
$732,356.18
ResponseTtotals
$114,129.60$1,426.62
$33,564.30$2,237.62
$4,375.00$175.00
$4,375.00$175.00
$26,851.44$2,237.62
$5,750.00
$2,250.00
$20,700.00
$32,000.00
$340,962.18$1,426.62
Smithsburg, MD Hagerstown, MD
$474,050.00
$208,098.66$2,237.62
$25,875.00
$160,425.00
$230.00
$90.00
$1,725.00
$400.00
$1,725.00
$1,725.00
LF
Bids Due: 6-25-25
Open Session Item
SUBJECT: Intergovernmental Cooperative Purchase (INTG-25-0194) – Lease for One (1) New Caterpillar
120 AWD Motor Grader
PRESENTATION DATE: July 29, 2025
PRESENTATION BY: David A. Mason, P. E., Deputy Director, Department of Solid Waste
RECOMMENDED MOTION: To authorize, by Resolution, the Department of Solid Waste to lease of
One (1) New Caterpillar 120 AWD Motor Grader from Caterpillar Financial Services Corporation with an
annual payment in the amount of $84,000.82 for the total sum of $420,004.10 and to utilize another
jurisdiction’s contract (#011723-CAT) that was awarded by Sourcewell (formally National Joint Powers
Alliance) to Caterpillar, Inc. This is also contingent on the final approval of the lease agreement by the County
Attorney's Office,
REPORT-IN-BRIEF: The Code of the Public Laws of Washington County, Maryland §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 equipment 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 equipment because of the
economies of scale this contract has leveraged. Acquisition of this equipment by utilizing the
Sourcewell contract and eliminating our county’s bid process would result in administrative
efficiencies and cost savings for the Department of Solid Waste 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: The department’s 1991 John Deere 670B grader with 3,856 hours meets the
County’s Replacement Policy for Vehicles and Equipment. The grader will be sold on GovDeals
once the new Grader is delivered. The grader is used by the department for grading the loads on
the landfill, haul roads and snow removal at the 40 West Landfill
FISCAL IMPACT: Funds are budgeted in the Solid Waste Budget, Line Item 535055-21-
21020, Lease Payments.
CONCURRENCES: Brandi Kentner, CPPO, Director, Purchasing
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
ALTERNATIVES: N/A
ATTACHMENTS: Carter Equipment’s Quote dated 5/27/25, Amortization Schedule
AUDIO/VISUAL NEEDS: N/A
Page 1 of 2
RESOLUTION NO. RS-2025-
(Intergovernmental Cooperative Purchase Lease for One [1] New Caterpillar 120 AWD
Motor Grader)
RECITALS
The Code of Public Local Laws of Washington County, Maryland (the “Public Local
Laws”), § 1-106.3, provides that the Board of County Commissioners of Washington County,
Maryland (the “Board”), “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.”
Subsection (c) of § 1-106.3 provides that “A determination to allow or participate in an
intergovernmental cooperative purchasing arrangement under subsection (b) of this section shall
be by resolution and shall either indicate that the participation will provide cost benefits to the
county or result in administrative efficiencies and savings or provide other justifications for the
arrangement.”
The Department of Solid Waste seeks to lease one (1) new Caterpillar 120 AWD Motor
grader from Caterpillar Financial Services Corporation with an annual payment in the amount of
$84,000.82 for the total sum of $420,004.10, and to utilize another jurisdiction’s contract (#011723-
CAT) that was awarded by Sourcewell (formally National Joint Powers Alliance) to Caterpillar,
Inc.
Eliminating the County’s bid process will result in administrative and cost savings for the
County. The County will benefit with direct cost savings because of the economies of scale the
aforementioned contract has leveraged. Additionally, the County will realize administrative
efficiencies and savings as a result of not preparing, soliciting, and evaluating bids.
NOW, THEREFORE, BE IT RESOLVED by the Board, pursuant to § 1-106.3 of the Public
Local Laws, that the Department of Solid Waste is authorized to lease one (1) new Caterpillar 120
AWD Motor grader from Caterpillar Financial Services Corporation with an annual payment in
the amount of $84,000.82 for the total sum of $420,004.10, and to utilize another jurisdiction’s
contract (#011723-CAT) that was awarded by Sourcewell (formally National Joint Powers
Alliance) to Caterpillar, Inc.
Adopted and effective this ____ day of July, 2025.
Page 2 of 2
ATTEST: BOARD OF COUNTY COMMISSIONERS
OF WASHINGTON COUNTY, MARYLAND
_____________________________ BY: ______________________________________
Dawn L. Marcus, County Clerk John F. Barr, President
Approved as to form
and legal sufficiency: Mail to:
Office of the County Attorney
______________________________ 100 W. Washington Street, Suite 1101
Zachary J. Kieffer Hagerstown, MD 21740
County Attorney
Page 1 of 3
May 27, 2025
WASHINGTON COUNTY DSW
, MD 21740
DAVE MASON
RE: Quote 218987
Mr. Mason,
We would like to offer the same terms and conditions as the Sourcewell Contract #011723-CAT for the purchase of
(1) NEW 2025 MODEL 120 MOTOR GRADER
Thank you for the opportunity to provide you a quote for your equipment needs. This quotation is valid for 30 days. If there are any
questions, please do not hesitate to contact me.
Regards,
Brent D. Stewart
Governmental Machine Sales
Carter Machinery Co. Inc.
443-764-7692
Brent_stewart@cartermachinery.com
Page 2 of 3
MACHINE SPECIFICATIONS
Description Reference No
120 14B AWD MOTOR GRADER 460-7652
GLOBAL ARRANGEMENT, JOY 561-6489
ENGINE, STAGE V AND T4 FINAL 590-7345
10W-30 ENGINE OIL 645-1457
MOLDBOARD, 12'320-2749
RIPPER/SCAR HD - ANSI 631-2965
WEATHER, STANDARD AWD 467-7403
CUTTING EDGE, 12' BLADE 233-7139
END BITS, STANDARD 233-7148
ACCUMULATORS, JOY 462-6539
DRAWBAR,TOP ADJUST,HYDTIP,JOY 462-6536
DRAIN, GRAVITY, ENGINE OIL 422-6603
BASE + 1 (RIP) JOY 462-6515
JUMP START STUDS 506-4262
ALTERNATOR, 145 AMP 438-5768
REAR PANEL W/ ACCESS DOOR 498-8871
STARTER, STANDARD DUTY 631-6547
LIGHTS,BRAKE+BKP,TURN,LED 563-2423
LOW BAR, HALOGEN, JOY, AWD 564-4990
CAB, ROPS, PLUS, JOY, AWD 466-1367
SEAT, BASE, SUSPENSION, JOY 506-2611
SEAT BELT 513-0286
PRODUCT LINK, CELLULAR PLE742 471-5509
CAT GRADE ARO, JOY 462-6505
CONTROL,AUTO ARTICULATION-FULL 435-8660
GLOVE BOX, CAB 435-5797
JOYSTICK CONTROLS, ADVANCED 466-1316
TIRES,17.5R25* BS VKT L2 L3 MP 452-2806
GROUND LEVEL, FUELING 577-8014
FUEL FILTER, NEXT GEN 574-8803
FAN, STANDARD AWD 575-7685
DECALS, ENGLISH (U.S)462-6655
LIGHTS,WORKING,BASIC HAL,JOY 468-7615
LIGHTS, CAB HALOGEN, JOY 466-1301
COMFORT PACKAGE, PREMIUM, JOY 466-1360
LIGHTS, SERVICE, INTERNAL 435-9816
WARNING LIGHT, MOUNTING, JOY 466-1307
CAMERA, REAR VISION, JOY 467-7439
MIRRORS, EXTERNAL, HEATED,JOY 466-1324
WIPER, REAR, JOY 501-7972
GUARD, BOTTOM 453-4972
HEATER, ENGINE COOLANT, 120V 255-1336
STARTING AID 422-6605
PUSH PLATE, COUNTERWEIGHT 336-1559
TOOTH, STRAIGHT 631-5599
Page 3 of 3
CATERPILLAR LIST PRICE $580,359.00
SOURCEWELL DISCOUNT OF 37% OFF OF LIST PRICE -214,733.00
SALE PRICE $365,627.00
5 YEAR / 5000 HOUR TM WARRANTY W/TTM 12,378.00
TOTAL SALE PRICE $378,005.00
4879475 Caterpillar Financial Services Corporation Page 1
EXHIBIT 2
Quote Number…………………………………………………………………4879475
Dated _______________________, 20__
between
Caterpillar Financial Services Corporation
and
BOARD OF COUNTY COMMISSIONERS OF WASHINGTON COUNTY, MARYLAND
Description of Unit: 120-14AWD Motor Grader:
Number of
Payments Made
Beginning
Balance Payment Amount Balloon Interest Interest Rate Concluding
Payment (*)
1 378,505.00 84,000.82 0.00 0.00 5.49 294,504.18
---------------------------
total 84,000.82 0.00 0.00
2 294,504.18 84,000.82 0.00 16,168.28 5.49 226,671.64
---------------------------
total 84,000.82 0.00 16,168.28
3 226,671.64 84,000.82 0.00 12,444.27 5.49 155,115.09
---------------------------
total 84,000.82 0.00 12,444.27
4 155,115.09 84,000.82 0.00 8,515.82 5.49 79,630.09
---------------------------
total 84,000.82 0.00 8,515.82
5 79,630.09 84,000.82 0.00 4,371.68 5.49 0.95
---------------------------
total 84,000.82 1.00 4,371.68
6 0.95 0.00 1.00 0.05 5.49 0.00
---------------------------
total 0.00 1.00 0.05
total 420,004.10 1.00 41,500.10
(*)Does not include any rent payment or other amount then due.
Initialed: ___________________
(Lessee)
OPEN SESSION ITEM
SUBJECT: Smithsburg WWTP energy consumption incentive
PRESENTATION DATE: July 29, 2025
PRESENTATION BY: Joseph W. Moss, P.E. – Deputy Director of Engineering for DEM
RECOMMENDED MOTION: Move to approve the proposed incentive credit for energy consumption at the
Smithsburg WWTP.
REPORT-IN-BRIEF: The Potomac Edison Energy Solutions for Business Programs are meant to help offset
some of the costs of energy-efficient equipment and projects. The incentives come in the form of a one-time
payment after project completion. We pay into the programs every month on our electric bills via the
EmPOWER MD surcharge. With projects like the one in Smithsburg, we get some of that money back because
of the energy-efficiency measures we are taking. As long as energy savings can be quantified, there are rebates
available for a multitude of projects. The project in Smithsburg qualifies for incentive dollars through the
custom program where our one-time check will be paid out at $.28/kWh saved.
DISCUSSION: We have been working with a Potomac Edison representative for customers that have projects
that are designed with efficient equipment and controls such as our Smithsburg WWTP ENR Upgrade. After
reviewing our specs for the type of equipment and controls we are installing, their engineers estimate that we
will use less energy than prior to the upgrade which will result in us getting an incentive, one-time, payment
based on what our usage is after the project is complete and on-line (their engineers estimate our incentive
amount at $25,965.02).
FISCAL IMPACT: Final value of the proposed incentive will be based on actual energy consumption for the
Smithsburg WWTP measured, prior to, verses, after completion, of the Project.
CONCURRENCES: DEM Director
ATTACHMENTS: Program Application for signature.
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Energy Solutions for Business offered by Potomac Edison | phone: 1-855-801-5803 | email: EnergySaveMD@clearesult.com
EmPOWER Maryland programs are funded by a charge on your energy bill. EmPOWER programs can help you reduce your energy
consumption and save you money. To learn more about EmPOWER and how you can participate, go to www.energysaveMD.com.
By participating in these energy efficiency and peak demand reduction programs, customers agree to allow their utility to retain ownership of all
Capacity Rights which refers to the demand reduction associated with any energy efficiency and peak demand reduction measure for which
incentives were provided by the Company. Your utility will aggregate these energy efficiency demand reduction attributes into the PJM capacity
market with proceeds being used to offset the program costs.
Version 12 (revised 04/01/2022)
6/22/2025
J
Customer: WASH CO WATER & SEWER / Project Trade Ally: HRI INC
16232 Elliott Pkwy
Williamsport, MD 21795
Subject: Your application for the Energy Solutions for Business Program, EA-0003526529
Dear Jo :
Thank you for your application for an Energy Solutions for Business incentive for your NC CUSTOM PROC EQP
project. Completed applications are reviewed in the order received, and you will be notified if further information is
needed. Please call 1-855-801-5803 if you have any questions about documentation requirements.
A total incentive of $25,965.02 based on an estimated annual energy savings of 84,302.00 kWh has been
preapproved for your project based on your total project cost of $10,444,290.00. Incentives are contingent on the
installation of equipment as described in your application and will be adjusted to reflect changes to the scope of the
project that may occur during implementation. You must notify program representatives in writing if your project
implementation takes longer than the timeline listed below to complete. Potomac Edison reserves the right to decline
payment of incentive funds above for any project without an approved exception request.
Next Steps:
1) Acknowledge the offer letter within 30 days via your application portal and upload a wet-signed copy of the
offer acceptance. Please note that preapproved incentive funds listed above are NOT reserved until this
step is complete.
2) Install Energy Conservation Measures (ECMs) within 90 days of offer acceptance. Please notify program
representatives of any delay to your implementation timeline. If your Prescriptive project is not complete
within 90 days, an approved exception is required.
3) After completing the equipment installation, submit a payment request with all required post-install
documentation via your application portal dashboard within 30 days of project completion
4)By submitting a completed payment request, your project may be subject to post-installation inspection. Please
review program terms and conditions for more details.
We look forward to working with you on this and future energy efficiency projects. Please contact me if you have any
questions.
Sincerely,
Alexandra Afari
Senior Program Manager
cc:
Ron Ritter
CALEB YOST
Disclaimer: FirstEnergy's Maryland utilities provide a Program Ally listing as a courtesy to customers, but does not approve, recommend, endorse or
otherwise promote any Program Ally, vendor, manufacturer, distributor, contractor or any other provider of products and services that could potentially
qualify for FirstEnergy’s Energy Efficiency programs. FirstEnergy’s utilities and CLEAResult provide this list of independent contractors as a
convenience for customers seeking assistance with energy savings related products and services. Participating contractors are independent and are
not affiliated with FirstEnergy, its utilities or CLEAResult. Customers are solely responsible for dealing directly with participating contractors in all
aspects of their interaction including, but not limited to definition of scope of work, costs, contractual terms and conditions, and the level of accuracy
required when estimating energy savings.
WASH CO WATER & SEWER - EA-0003526529 Incentive Offer Letter 6/22/2025
Page 2
EmPOWER Maryland programs are funded by a charge on your energy bill. EmPOWER programs can help you reduce your energy
consumption and save you money. To learn more about EmPOWER and how you can participate, go to www.energysaveMD.com.
By participating in these energy efficiency and peak demand reduction programs, customers agree to allow their utility to retain ownership of all
Capacity Rights which refers to the demand reduction associated with any energy efficiency and peak demand reduction measure for which
incentives were provided by the Company. Your utility will aggregate these energy efficiency demand reduction attributes into the PJM capacity
market with proceeds being used to offset the program costs.
Version 12 (revised 04/01/2022)
Business Program Terms and Conditions
Definitions FIRSTENERGY COMPANIES (“THE COMPANY” OR “COMPANIES”) – The Potomac Edison
Company.
PROGRAM or PROGRAMS – Companies’ programs approved by the Public Service Commission of
Maryland (“PSC”) for implementation under EmPOWER Maryland legislation. This application relates
to the Business programs supporting energy in the Companies’ Commercial and Industrial
customer facilities including, municipal, government and institutional facilities.
PROGRAM MANAGER – The party contracted by the Companies for management of the Programs.
ENERGY-EFFICIENCY MEASURES – Any equipment or action eligible to receive a Program
Incentive payment under the Program.
PARTICIPANT (or PARTICIPANTS or PARTICIPATING CUSTOMERS) – Those non-residential retail
electric service eligible customers of the Companies who participate in this Program.
PROGRAM INCENTIVES – Refers to the monetary incentive, rebate or service that the Program
provides to participating customers pursuant to the Program.
CREDITS – Refers to the energy, capacity or environmental attributes from Alternative Energy
Portfolio Standards (including Energy and Demand Response) associated with measures
for which incentives were provided, or PJM Capacity Credits.
Eligibility Participant or Participants as above and served by Potomac Edison as above.
Residential customers are not eligible for incentives through the Commercial and Industrial Programs.
Incentives are awarded only to Participants, or their assigned agents, for qualifying equipment
(“Energy Measures”) that is installed in the State of Maryland at the location in this
Application, and such Participants are responsible for compliance with the Terms and Conditions set
forth herein.
Compliance The Participant is responsible to comply with all applicable laws, rules and regulations, and to comply
with all federal, state, and local codes.
Publicity With Participant’s written permission, the Companies may publicly recognize participation in the
Programs and disclose information relating to the Participant’s participation in the program,
including such data as: projected project energy savings, the incentive amount, and other similar
information.
Application and
Eligibility Process
The Programs provide for payment of incentives after the installation of energy e
measures and review of documentation for compliance with program requirements by the
Program Manager. In order to be eligible for incentives, a Participant, or an agent
(contractor/vendor) authorized by the Participant, must submit a properly completed pre-installation
application package, including an application and technology worksheets, to the Program Manager
before the equipment is purchased. If eligible, the Participant will receive an approval letter with the
estimated incentive amount and the date by which the equipment must be purchased and installed
for the approval to remain in e ect.
After installation is completed, the Participant must ze and resubmit the completed equipment
application re the “as built” project, along with the invoice, the manufacturer’s equipment
performance sheet, and any other required documentation as may be on the application or
in the program’s initial approval letter. Applications must be out completely, truthfully and
accurately, and include signatures of the Participant and its authorized agents (as appropriate). Final
payment will be based on the “as-built” documentation provided with the project application.
Dates of Program Incentives are available for eligible Energy E Measures for which equipment is purchased and
installed after January 1, 2021.
Dated Proof of Purchase and complete documentation will be required with applications for the
participant to be eligible for incentive payment. The program is subject to revision or termination at
any time by the Company.
WASH CO WATER & SEWER - EA-0003526529 Incentive Offer Letter 6/22/2025
Page 3
EmPOWER Maryland programs are funded by a charge on your energy bill. EmPOWER programs can help you reduce your energy
consumption and save you money. To learn more about EmPOWER and how you can participate, go to www.energysaveMD.com.
By participating in these energy efficiency and peak demand reduction programs, customers agree to allow their utility to retain ownership of all
Capacity Rights which refers to the demand reduction associated with any energy efficiency and peak demand reduction measure for which
incentives were provided by the Company. Your utility will aggregate these energy efficiency demand reduction attributes into the PJM capacity
market with proceeds being used to offset the program costs.
Version 12 (revised 04/01/2022)
Installation Schedule
Requirements
Pre-approved projects will receive approval letters de terms for payment and a commitment
expiration date. If the Participant: (1) has not engaged in installation of the pre-approved project;
and (2) has not applied to the Program Manager for a project extension within 90 days from the
date the Program Manager pre-approves the project, the Program Manager may cancel
Participant’s application without liability.
Acceptable Proof of
Purchase
Acceptable forms of Proof of Purchase include paid invoices or receipts. The documentation must
show item numbers, quantities and descriptions that are of nt detail to verify that the installed
equipment meets e requirements. Additionally, the post-installation documentation must
include manufacturers' cations (“cut sheets”) that list the e ratings of the equipment.
The Program Manager may, at its sole discretion, accept other forms of proof of purchase.
Evaluation,
Measurement and
Verification
The Program Manager may, but is not obligated to, conduct an inspection of the facility to verify
pre- and post-installation conditions or verify documentation prior to incentive payment, at any time
after receipt of applications and up to 5 years after payment of incentives. In addition, the Public
Service Commission of Maryland and the Companies have engaged Evaluation Measurement and
V cation (“EM&V”) contractors to evaluate program performance which may involve additional
visits. The applicant must provide reasonable access to the facility, the equipment, and related
documentation and data. The Companies or their agents may install simple/standard metering
devices on equipment for program data collection, measurement and v cation purposes. The
Companies and their agents are not obligated to pay any incentive awards until it has performed a
satisfactory post-installation v cation, unless it has waived this requirement. If the Program
Manager determines that the equipment was not installed in a manner consistent with the approved
application, or if non-qualifying equipment was installed, it may require changes before making
payment.
If qualifying equipment cannot be located at the Participant’s facility or is not installed in a manner
consistent with the provisions of these Terms and Conditions, the Companies may seek recovery of
the incentives paid.
Assignment The Participant may assign Program Incentives to a third party.
Participating
Customer’s
Certification
Participant that he/she purchased and installed the equipment listed in its application at its
de Maryland location listed therein. Participant agrees that all information is true and that he/she
has conformed to all of the program’s eligibility requirements, terms and conditions.
Incentive Amounts Program incentives will equal either: a) the approved Program Incentive amount re incentives in
e ect at the time of pre-approval, or b) the total equipment cost of the Energy-E Measure
excluding taxes, whichever is less, as determined by the Program Manager. If the project is completed
after the pre-approval has expired, the Program Incentive amount may be subject to change based on
availability of funds and incentive rates in e ect at the time of approval. Please allow ninety (90)
business days for delivery of the Program Incentive. Applications requiring post-installation inspections
and unanticipated high volume of activities may require additional time. If information is missing or
incorrect on the application, processing and delivery of the Program Incentive may also require
additional time.
Taxes Incentives received by the Participant under this Application may be taxable by the federal, state, and
local government. The Participant is responsible for declaring and paying all such taxes. Companies
shall have no liability or obligation for any taxes.
WASH CO WATER & SEWER - EA-0003526529 Incentive Offer Letter 6/22/2025
Page 4
EmPOWER Maryland programs are funded by a charge on your energy bill. EmPOWER programs can help you reduce your energy
consumption and save you money. To learn more about EmPOWER and how you can participate, go to www.energysaveMD.com.
By participating in these energy efficiency and peak demand reduction programs, customers agree to allow their utility to retain ownership of all
Capacity Rights which refers to the demand reduction associated with any energy efficiency and peak demand reduction measure for which
incentives were provided by the Company. Your utility will aggregate these energy efficiency demand reduction attributes into the PJM capacity
market with proceeds being used to offset the program costs.
Version 12 (revised 04/01/2022)
Indemnification and
Limits of Liability
The Participant shall protect, indemnify, and hold harmless the Companies and their parents,
subsidiaries, a ates, agents, contractors, employees, rs, and directors from and against all
liabilities, losses, claims of death or injury or other damages, judgments, penalties, causes of action,
costs and expenses (including, without limitation, attorney’s fees and expenses) incurred by or assessed
against the Companies or their parents, subsidiaries, a ates, agents, contractors, employees, rs
and directors arising out of or relating to the performance of this Application or arising out of or relating to
the installation, use and maintenance of the equipment, designs, practices or methods involved in this
Participant’s project.
In no event shall any party be liable for any punitive, exemplary, special, indirect,
incidental or consequential damages (including, but not limited to, lost pr lost business
opportunities, loss of use or equipment down time, and loss of or corruption to data) arising out of or
relating to this Agreement or Program, regardless of the legal theory under which such damages are
sought.
Warranties The Companies and their parents, subsidiaries, a ates, agents, contractors, employees, rs,
and directors make no express or implied warranties regarding the performance of installed
equipment, the quality of any contractor’s work, or that the equipment will result in any energy or cost
savings.
THE COMPANIES AND THEIR PARENTS, SUBSIDIARIES, AFFILIATES, AGENTS,
CONTRACTORS, EMPLOYEES, OFFICERS, AND DIRECTORS DO NOT ENDORSE, GUARANTEE,
OR WARRANT ANY PARTICULAR MANUFACTURER OR PRODUCT, AND THEY PROVIDE NO
WARRANTIES, EXPRESSED OR IMPLIED, INCLUDING ANY IMPLIED WARRANTY OF
MERCHANTABILITY OR IMPLIED WARRANTY OF FITNESS FOR ANY PRODUCT OR SERVICES.
THE COMPANIES AND THEIR PARENTS, SUBSIDIARIES, AFFILIATES, AGENTS,
CONTRACTORS, EMPLOYEES, OFFICERS, AND DIRECTORS ARE NOT LIABLE OR
RESPONSIBLE FOR ANY ACT OR OMISSION OF ANY CONTRACTOR (IF ANY). THE
CUSTOMER’S WARRANTIES ARE LIMITED TO ANY WARRANTIES THAT MAY BE PROVIDED BY
CONTRACTORS, VENDORS OR EQUIPMENT MANUFACTURER. NEITHER THE COMPANIES
NOR THEIR PARENTS, SUBSIDIARIES, AFFILIATES, AGENTS, CONTRACTORS, EMPLOYEES,
OFFICERS, AND DIRECTORS ARE RESPONSIBLE FOR ASSURING THAT THE DESIGN,
ENGINEERING AND CONSTRUCTION OF THE FACILITY OR INSTALLATION OF THE
EQUIPMENT IS PROPER OR COMPLIES WITH ANY PARTICULAR LAWS, CODES, OR INDUSTRY
STANDARDS. THE COMPANIES AND THEIR PARENTS, SUBSIDIARIES, AFFILIATES, AGENTS,
CONTRACTORS, EMPLOYEES, OFFICERS, AND DIRECTORS DO NOT MAKE ANY
REPRESENTATIONS OF ANY KIND REGARDING THE RESULTS TO BE ACHIEVED BY THE
ENERGY EFFICIENCY MEASURES OR THE ADEQUACY OR SAFETY OF SUCH MEASURES.
Recycling (Proper
Disposal of Waste)
The Companies and their parents, subsidiaries, a ates, agents, contractors, employees, rs,
and directors are not responsible for the proper disposal or recycling of any waste generated as a
result of this project.
Endorsement
(Product/Vendor)
The Companies and their parents, subsidiaries, a ates, agents, contractors, employees, rs,
and directors do not endorse any particular market provider, manufacturer, product, labor or
system design by o ering this Program.
Termination Incentives are available for energy e measures on a rst-come, rst-served basis subject to
the availability of funds. Program availability, program terms and equipment eligibility may change
without notice at the discretion of the Companies.
Submission of any application does not give rise to any obligation to make any incentive payment by
the Companies and their parents, subsidiaries, a ates, agents, contractors, employees, rs, and
directors.
WASH CO WATER & SEWER - EA-0003526529 Incentive Offer Letter 6/22/2025
Page 5
EmPOWER Maryland programs are funded by a charge on your energy bill. EmPOWER programs can help you reduce your energy
consumption and save you money. To learn more about EmPOWER and how you can participate, go to www.energysaveMD.com.
By participating in these energy efficiency and peak demand reduction programs, customers agree to allow their utility to retain ownership of all
Capacity Rights which refers to the demand reduction associated with any energy efficiency and peak demand reduction measure for which
incentives were provided by the Company. Your utility will aggregate these energy efficiency demand reduction attributes into the PJM capacity
market with proceeds being used to offset the program costs.
Version 12 (revised 04/01/2022)
WASH CO WATER & SEWER - EA-0003526529 Incentive Offer Letter 6/22/2025
Page 6
EmPOWER Maryland programs are funded by a charge on your energy bill. EmPOWER programs can help you reduce your energy
consumption and save you money. To learn more about EmPOWER and how you can participate, go to www.energysaveMD.com.
By participating in these energy efficiency and peak demand reduction programs, customers agree to allow their utility to retain ownership of all
Capacity Rights which refers to the demand reduction associated with any energy efficiency and peak demand reduction measure for which
incentives were provided by the Company. Your utility will aggregate these energy efficiency demand reduction attributes into the PJM capacity
market with proceeds being used to offset the program costs.
Version 12 (revised 04/01/2022)
Offer Acceptance
EA-0003526529 A response to this incentive offer is requested within 30 days of receipt:
We are proceeding with the installation of the ECM(s) as outlined in the initial Project Application and accept the
incentive. Expected installation date: ________________________
Undecided. Please indicate if you would like program representatives to contact you about the project(s): Yes No
We decided not to proceed with the installation of the ECM(s) at this time. Please indicate reason below(optional):
I understand Potomac Edison is entitled to 100% of the energy and capacity benefits associated with this program and
reserves the right to commit these energy efficiency savings into PJM’s energy, capacity and reserve auctions.
Therefore, customers who decide to install energy efficiency measures and offer these energy efficiency savings into the
PJM auction on their own are not eligible to receive incentives from Potomac Edison for those measures.
_________________________________________________________________________________________________
________________________________ ______________________
Customer Name Title
_________________________________ ______________________
Customer Signature Date
Preapproved Incentive Details
#
Energy Conservation Measure Preapproved Incentive
Amount1
1. Custom $23,604.56
2. GNI Adder
Total $2 ,.
1Incentives are contingent on the installation of equipment as described in your application and will be adjusted to reflect changes to the
scope of the project that may occur during implementation.
WASH CO WATER & SEWER - EA-0003526529 Custom Incentive Offer Letter 6/22/2025
Page 7
EmPOWER Maryland programs are funded by a charge on your energy bill. EmPOWER programs can help you reduce your energy consumption and save you money. To learn more about EmPOWER and how you can
participate, go to www.energysaveMD.com.
By participating in these energy efficiency and peak demand reduction programs, customers agree to allow their utility to retain ownership of all Capacity Rights which refers to the demand reduction associated with any
energy efficiency and peak demand reduction measure for which incentives were provided by the Company. Your utility will aggregate these energy efficiency demand reduction attributes into the PJM capacity market with
proceeds being used to offset the program costs.
Version 9 (revised 02/10/2021)
Incentive Payment Request Form for EA-0003526529
To be submitted by the customer or on behalf of the customer by the contractor upon completion of installation. Incentive payment requests must be submitted
within 30 days of the date the equipment is installed and fully operational or the incentive payment request will not be honored. This payment request may
be submitted via upload through your application portal dashboard.
Supporting documentation must be submitted with this Payment Request and may include, but is not limited to, equipment purchase dates, installation dates, proof
that the equipment is operational, manufacturer specifications, warranty information, ECM layout descriptions, metering, data collection, interviews, utility bill data
analysis, and final invoices. Documentation must include sufficient detail to separate the labor and equipment cost from the cost of other services such as repairs
and building code compliance. Potomac Edison reserves the right to request additional supporting documentation necessary to determine measure eligibility and
verify that the expected energy savings will occur.
Preapproved Incentive Details Required Information for each measure installed
Energy Conservation Measure
Preapproved
Incentive Amount Installation Address(s)
Quantity Installed
at Each Address
Installation
Completed
(Month/Day/Year)
1. Custom $23,604.56
2. GNI Adder
Total
Payment Request Checklist:
Use the checklist below to ensure you receive payment in a timely manner:
Provide Incentive Request Form if entity other than utility customer will receive all or a portion of the incentive.
Provide a Letter of Attestation signed/dated by customer, on customer’s company letterhead.
Provide updated project documentation for any changes to the scope of work.
Include supporting documentation such as, but not limited to, equipment purchase dates, installation dates, proof that the equipment is operational,
manufacturer specifications, warranty information, ECM layout descriptions, metering, data collection, interviews, utility bill data analysis, and final
invoices.
Documentation includes sufficient detail to separate the labor and equipment cost from the cost of other services such as repairs and building code
compliance.
ELECTRONIC RECORD AND SIGNATURE DISCLOSURE
From time to time, CLEAResult Consulting (we, us or Company) may be required by law to
provide to you certain written notices or disclosures. Described below are the terms and
conditions for providing to you such notices and disclosures electronically through the DocuSign
system. Please read the information below carefully and thoroughly, and if you can access this
information electronically to your satisfaction and agree to this Electronic Record and Signature
Disclosure (ERSD), please confirm your agreement by selecting the check-
system.
Getting paper copies
At any time, you may request from us a paper copy of any record provided or made available
electronically to you by us. You will have the ability to download and print documents we send
to you through the DocuSign system during and immediately after the signing session and, if you
elect to create a DocuSign account, you may access the documents for a limited period of time
(usually 30 days) after such documents are first sent to you. After such time, if you wish for us to
send you paper copies of any such documents from our office to you, you will be charged a
$0.00 per-page fee. You may request delivery of such paper copies from us by following the
procedure described below.
Withdrawing your consent
If you decide to receive notices and disclosures from us electronically, you may at any time
change your mind and tell us that thereafter you want to receive required notices and disclosures
only in paper format. How you must inform us of your decision to receive future notices and
disclosure in paper format and withdraw your consent to receive notices and disclosures
electronically is described below.
Consequences of changing your mind
If you elect to receive required notices and disclosures only in paper format, it will slow the
speed at which we can complete certain steps in transactions with you and delivering services to
you because we will need first to send the required notices or disclosures to you in paper format,
and then wait until we receive back from you your acknowledgment of your receipt of such
paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to
receive required notices and consents electronically from us or to sign electronically documents
from us.
All notices and disclosures will be sent to you electronically
Unless you tell us otherwise in accordance with the procedures described herein, we will provide
electronically to you through the DocuSign system all required notices, disclosures,
authorizations, acknowledgements, and other documents that are required to be provided or made
available to you during the course of our relationship with you. To reduce the chance of you
inadvertently not receiving any notice or disclosure, we prefer to provide all of the required
notices and disclosures to you by the same method and to the same address that you have given
us. Thus, you can receive all the disclosures and notices electronically or in paper format through
the paper mail delivery system. If you do not agree with this process, please let us know as
described below. Please also see the paragraph immediately above that describes the
consequences of your electing not to receive delivery of the notices and disclosures
electronically from us.
How to contact CLEAResult Consulting:
You may contact us to let us know of your changes as to how we may contact you electronically,
to request paper copies of certain information from us, and to withdraw your prior consent to
receive notices and disclosures electronically as follows:
To contact us by paper mail, please send correspondence to:
CLEAResult Consulting
6504 Bridge Point Parkway
Suite 425
Austin, TX 78730
To advise CLEAResult Consulting of your new email address
To let us know of a change in your email address where we should send notices and disclosures
electronically to you, you must send an email message to us at and in the body of such request
you must state: your previous email address, your new email address. We do not require any
other information from you to change your email address.
If you created a DocuSign account, you may update it with your new email address through your
account preferences.
To request paper copies from CLEAResult Consulting
To request delivery from us of paper copies of the notices and disclosures previously provided
by us to you electronically, you must send us an email to and in the body of such request you
must state your email address, full name, mailing address, and telephone number. We will bill
you for any fees at that time, if any.
To withdraw your consent with CLEAResult Consulting
To inform us that you no longer wish to receive future notices and disclosures in electronic
format you may:
i. decline to sign a document from within your signing session, and on the subsequent page,
select the check-box indicating you wish to withdraw your consent, or you may;
ii. send us an email to and in the body of such request you must state your email, full name,
mailing address, and telephone number. We do not need any other information from you to
withdraw consent.. The consequences of your withdrawing consent for online documents will be
that transactions may take a longer time to process..
Required hardware and software
The minimum system requirements for using the DocuSign system may change over time. The
current system requirements are found here: https://support.docusign.com/guides/signer-guide-
signing-system-requirements.
Acknowledging your access and consent to receive and sign documents electronically
To confirm to us that you can access this information electronically, which will be similar to
other electronic notices and disclosures that we will provide to you, please confirm that you have
read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for
your future reference and access; or (ii) that you are able to email this ERSD to an email address
where you will be able to print on paper or save it for your future reference and access. Further,
if you consent to receiving notices and disclosures exclusively in electronic format as described
herein, then select the check-
By selecting the check-
that:
You can access and read this Electronic Record and Signature Disclosure; and
You can print on paper this Electronic Record and Signature Disclosure, or save or send
this Electronic Record and Disclosure to a location where you can print it, for future
reference and access; and
Until or unless you notify CLEAResult Consulting as described above, you consent to
receive exclusively through electronic means all notices, disclosures, authorizations,
acknowledgements, and other documents that are required to be provided or made
available to you by CLEAResult Consulting during the course of your relationship with
CLEAResult Consulting.
Open Session Item
SUBJECT: Schofield Conservation Reserve Enhancement Program (CREP) Easement proposal
(revised)
PRESENTATION DATE: July 29, 2025
PRESENTATION BY: Chris Boggs, Rural Preservation Administrator, Dept. of Planning & Zoning
RECOMMENDED MOTION: Move to approve the Paula Z. Schofield CREP easement project, paid
for 100% by the State, in the revised amount of $64,934.30 for 32.63 easement acres, to adopt an
ordinance approving the purchase of the easement, and to authorize the execution of the necessary
documentation to finalize the easement purchase.
REPORT-IN-BRIEF: The Schofield property is located at 20230 Trovinger Mill Road, Hagerstown,
and will protect 10 acres of woodland, 6 acres of cropland and 16 acres of pastureland, and serve to buffer
roughly 1,300 linear feet of Antietam Creek. The property also contains a historic house on the Maryland
Inventory of Historic Places. Seven (7) development rights will be extinguished with this easement.
Washington County has been funded to purchase CREP easements on over 1,900 acres of land since
2010. The Schofield easement will serve to both protect Maryland waterways, as well as preserve the
agricultural, historic, cultural and natural characteristics of the land.
DISCUSSION: For FY 2025, the State of Maryland is awarding CREP grants to eligible properties on
a project by project basis. Following County approval, the application will be submitted for State funding
approval.
FISCAL IMPACT: The original ARF proposal was in the amount of $63,932.22 (see 3/18/2025
minutes). However, DNR requested a revision of the amount due to updated appraisal values for the new
fiscal year. CREP funds are 100% State dollars. In addition to the easement funds, the County receives
up to 3% of the easement value for administrative costs, a mandatory 1.5% for compliance costs and
funds to cover all legal costs and surveys.
CONCURRENCES: DNR staff approves and supports our program. A final money allocation will be
approved by the State Board of Public Works.
ALTERNATIVES: If Washington County rejects these State funds for CREP, the funds will be
allocated to other counties in Maryland.
ATTACHMENTS: Aerial Map, Location Map, Detail Map, Ordinance
AUDIO/VISUAL NEEDS: Aerial Map
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
ORDINANCE NO. ORD-2025-
AN ORDINANCE TO APPROVE THE PURCHASE OF A CONSERVATION
EASEMENT UNDER THE MARYLAND CONSERVATION RESERVE
ENHANCEMENT PROGRAM (CREP)
(Re: Schofield CREP Easement)
RECITALS
1. The Maryland Conservation Reserve Enhancement Program ("CREP") is a federal-
State natural resources conservation program that addresses state and nationally significant
agricultural related environmental concerns related to agriculture.
2. CREP provides financial incentives to program participants to voluntarily remove
cropland and marginal pastureland from agricultural production in order to improve, protect,
and enhance water quality in the Chesapeake Bay watershed and implement best management
practices including riparian buffers, grass plantings, forbs, shrubs and trees, stabilization of
highly erodible soils, habitat restoration for plant and animal species, and restoration of wetlands.
3. Protection is provided through the acquisition of easements and fee estates from
willing landowners currently holding a fifteen (15) year CREP contract and the supporting
activities of CREP Sponsors and local governments.
4. For FY2025, the State of Maryland (“State”) is awarding CREP grants to eligible
Counties (the "CREP Funds").
5. Paula Z. Schofield (the “Property Owner”) is the owner of real property consisting
of 32.63 acres, more or less, (the "Property") in Washington County, Maryland. The Property is
more particularly described on Exhibit A attached hereto.
6. On March 18, 2025, the County agreed to pay the approximate sum of SIXTY-
THREE THOUSAND NINE HUNDRED THIRTY-TWO DOLLARS AND TWENTY-TWO CENTS
($63,932.22), which is a portion of the CREP, to the Property Owner for a Deed of Conservation
Easement on the Property (the "Schofield CREP Easement").
7. The Department of Natural Resources (“DNR”) has requested a revision of the
amount due to updated appraisal values for the new fiscal year.
8. Therefore, the County hereby agrees to pay the approximate sum of SIXTY-FOUR
THOUSAND NINE HUNDRED THIRTY-FOUR DOLLARS AND THIRTY CENTS ($64,934.30),
which is a portion of the CREP, to the Property Owner for the Schofield CREP Easement.
THEREFORE, BE IT ORDAINED by the Board of County Commissioners of Washington
County, Maryland that the purchase of the Schofield CREP Easement is approved and that the
President of the Board and the County Clerk be and are hereby authorized and directed to execute
and attest, respectively, all such documents for and on behalf of the County relating to the
purchase of the Schofield CREP Easement.
ADOPTED this _____ day of ___________, 2025.
ATTEST: BOARD OF COUNTY COMMISSIONERS
OF WASHINGTON COUNTY, MARYLAND
__________________________ BY:
Dawn L. Marcus John F. Barr, President
County Clerk
Approved as to legal sufficiency:
Mail to:
_____________________________ Office of the County Attorney
Victor Scarpelli 100 W. Washington Street, Suite 1101
Assistant County Attorney Hagerstown, MD 21740
EXHIBIT A--DESCRIPTION OF EASEMENT AREA
ALL that tract or parcel of land, together with the improvements thereon, and all the
rights, ways, privileges and appurtenances thereunto belonging on in anywise appertaining,
situate along the West side of Trovinger Mill Road and along the North side of the right of way
of the Western Maryland Railroad Company, in Election District No. 18, Washington County,
Maryland, and being more particularly described as follows:
BEGINNING at a post standing in the North marginal line of the right of way of the
Western Maryland Railroad Company at its intersection with the 9th line of the Deed from Charles
R. Sanbower and Wife to Samuel A. Mayes dated March 27, 1942, among the Land Records of
Washington County, Maryland, and running thence with the remainder of said line North 31
degrees 30 minutes East 1500 feet, more or less, to a post near the South margin of the Antietam
Creek at the end of said line; thence continuing with the lines of said Deed North 45 degrees West
383 feet into the center of said Creek; thence up said Creek South 65 degrees East 200 feet to a
point; thence South 42 degrees 30 minutes East 315.0 feet to a point; thence South 52 degrees East
500 feet to a point; thence South 41 degrees 15 minutes East 415 feet to a point; thence leaving the
Creek and running South 6 degrees West 50 feet to a point; thence East 85 feet into the center of
the Trovinger Mill Road; thence along said road South 32 degrees 15 minutes West 230 feet to a
point; thence South 38 degrees 30 minutes West 619 feet to a point; thence South 28 degrees 30
minutes West 484 feet, more or less, to the North margin of the right of way of the Western
Maryland Railroad Company; thence leaving the road and running along the said railroad right
of way North 65 degrees 15 minutes West 505 feet, more or less, to a point; thence by a curve to
the right having a radius of 2831.93 feet, more or less, for a distance of 550 feet, more or less, to
the point of beginning; containing 36.6 acres of land, more or less, and being the remaining
portion of the Samuel A. Mayes farm lying North of said railroad and West of the Trovinger Mill.
SAVING AND EXCEPTING THEREFROM all that lot or parcel of land situate on the
Northwest side of Trovinger Mill Road, in Election District No. 18, Washington County,
Maryland, and being more particularly described in accordance with a subdivision by Associated
Engineering Sciences, Inc., as follows:
BEGINNING at a railroad spike set in the center of Trovinger Mill Road, said spike being
North 26 degrees 57 minutes 39 seconds East 317.74 feet from the center of the Western Maryland
Railroad tracks with lines of division made and along the lands of Charles R. Mayes (Liber 525,
Folio 522) North 64 degrees 42 minutes 13 seconds West 672.37 feet to an iron pin set; thence along
a fence North 25 degrees 01 minute 05 seconds East 215.77 feet to an iron pin set; thence along a
fence South 64 degrees 42 minutes 13 seconds East 683.89 feet to a railroad spike set in the center
of said road; thence along the center of said Road South 28 degrees 30 minutes 00 seconds West
216.11 feet to the point of beginning; containing 3.36 acres of land, more or less. Said parcel of
land being further shown and described as Lot No. 1 on the Plat Subdivision for Charles R. Mayes
attached to and made a part of the Deed from Charles R. Mayes and Mabel C. Mayes, his wife, to
Charles R. Mayes, Jr., and Glenda F. Mayes, his wife, dated July 11, 1986, and recorded in Liber
822, Folio 765 among the aforesaid Land Records.
THE street address of the herein described property is currently known and designated
as 20230 Trovinger Mill Road, Hagerstown, Maryland, and is further identified as tax account no.
18-013223.
BEING all of the same property which was conveyed from Charles R. Mayes and Mabel
C. Mayes, his wife, to Charles R. Mayes, Jr., and Glenda F. Mayes, his wife, by Deed with attached
Plat dated July 11, 1986, and recorded in Liber 822, Folio 765 among the Land Records of
Washington County, Maryland. Michael J. Koll died on February 10, 2011; title thereafter vested
in Paula Z. Schofield as surviving tenant by the entirety.
Open Session Item
SUBJECT: Cost Recovery Billing for Hazardous Spill Response
PRESENTATION DATE: July 29, 2025
PRESENTATION BY: Kelcee Mace, Chief Financial Officer
RECOMMENDED MOTION: Motion to adopt the rate schedule as presented.
REPORT-IN-BRIEF: Staff is requesting to implement a new billing practice to recoup the cost
of responding to a hazardous spill incident.
DISCUSSION: Per Md. Code, §§ 3-1101 et seq. and 3-1201 et seq. of the Courts and Judicial
Proceedings Article, the County can bill a “motor carrier,” as that term is defined in the code,
involved in an incident that requires hazardous spill response to recoup the cost of hazmat
personnel, equipment, and materials. The Division of Emergency Services will submit an
incident report and cost worksheet to the County Attorney’s office for review prior to the Office
of Budget & Finance sending an invoice. The rates were developed by Division of Emergency
Services staff and are consistent with the rates charged by other jurisdictions.
FISCAL IMPACT:
CONCURRENCES: Aaron Weiss, Assistant County Attorney
ALTERNATIVES: N/A
ATTACHMENTS: Hazmat Fee Schedule
AUDIO/VISUAL NEEDS: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
RESPONSE FEE:
Level I: small leaks or spills that are mitigated with abosrbent materials
Level III: major hazmat incident requiring greater alarms/units to mitigate the incident
Level I $500
Level II $750
Level III $2,000
RESPONSE PERSONNEL:
Team Leader $50 per hour per responder
Hazmat Specialist $40 per hour per responder
Hazmat Tech $35 per hour per responder
Hazmat Ops $30 per hour per responder
RESPONSE VEHICLE:
6x6 UTV $100 per hour per vehcile
Command Pickup $150 per hour per vehcile
Utility Pickup $200 per hour per vehcile
Hazmat Rescue $200 per hour per vehcile
Hazmat Unit $250 per hour per vehcile
Decon Trailer $250 per hour per vehcile
Boat $250 per hour per vehcile
Chemical Trailer $500 per hour per vehcile
MATERIALS/EQUIPMENT USED/DAMAGED:
Materials and equipment used will be charged at current cost to replace. Examples include
WASHINGTON COUNTY HAZMAT
COST RECOVERY FEE SCHEDULE
Open Session Item
SUBJECT: FY25 Budget Adjustment
PRESENTATION DATE: July 29, 2025
PRESENTATION BY: Kelcee Mace, Chief Financial Officer
RECOMMENDED MOTION: Motion to approve the FY25 budget adjustment as presented.
REPORT-IN-BRIEF: Staff is requesting approval for a budget adjustment to move funds for
personal protective equipment ordered but not received by June 30 to the Capital Fund.
DISCUSSION: Staff is requesting approval to transfer funds from the General Fund to the
Capital Fund for the purchase of personal protective equipment (PPE) for Division of Emergency
Services staff. DES staff ordered 130 sets of PPE using available funds in the FY25 operating
budget, however, the PPE was not received by fiscal year end on June 30. Transferring the funds
to the Capital Fund will allow the department to complete the purchase in FY26 when the PPE is
received and invoiced.
FISCAL IMPACT: $506,324
CONCURRENCES: Dave Hays, Director, Division of Emergency Services
ALTERNATIVES: N/A
ATTACHMENTS: Budget Adjustment Form
AUDIO/VISUAL NEEDS: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: FY26 Operating Budget Adjustment
PRESENTATION DATE: July 29, 2025
PRESENTATION BY: Kelcee Mace, Chief Financial Officer
RECOMMENDED MOTION: Motion to approve budget adjustment as presented.
REPORT-IN-BRIEF: Staff is requesting approval of a budget adjustment to fund website
maintenance services.
DISCUSSION: The continued performance, security, and scalability of the County’s
WordPress-based web services are critical to maintaining public communication, digital service
delivery, and internal operational workflows. To ensure the system’s reliability and
responsiveness to evolving needs, it is recommended that a qualified contractor be engaged to
support the WordPress server infrastructure. Staff is requesting the transfer of $49,200 from
funds set aside for Time to Care Act premiums that will not be required in FY26 to the
Information Technology department to fund the addition of these services.
FISCAL IMPACT: $49,200
CONCURRENCES: Joshua O’Neal, Chief Technical Officer
ALTERNATIVES: N/A
ATTACHMENTS: Budget Adjustment Form
AUDIO/VISUAL NEEDS: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Washington County, Maryland
Budget Adjustment Form
Are external signatures needed?
Yes No
Budget Amendment
Budget Transfer
Fiscal Year *
BOCC Approval Date (if known)
Preparer, if applicable
Department Head Authorization
Division Director / Elected Official Authorization
Click here to reorder rows
Explain Budget Adjustment *
Attach Additional Items Submit Save as Draft
Open Session Item
SUBJECT: FY26 Operating Budget Adjustment
PRESENTATION DATE: July 29, 2025
PRESENTATION BY: Kelcee Mace, Chief Financial Officer
RECOMMENDED MOTION: Motion to approve budget adjustment as presented.
REPORT-IN-BRIEF: Staff is requesting approval of a budget adjustment to fund the approved
upgrade of position 1789.
DISCUSSION: On June 10, 2025, the BOCC approved the upgrade of position 1789 from a
Help Desk Analyst I at grade 8 to a Cloud Virtualization Support Engineer at a grade 16. Staff is
requesting the transfer of $67,530 from funds set aside for Time to Care Act premiums that will
not be required in FY26 to the Information Technology department to fund the upgrade.
FISCAL IMPACT: $67,530
CONCURRENCES: Michelle Gordon, County Administrator
ALTERNATIVES: N/A
ATTACHMENTS: Budget Adjustment Form
AUDIO/VISUAL NEEDS: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Washington County Board of Social Services - Appointment
PRESENTATION DATE: July 29, 2025
PRESENTATION BY: Dawn Marcus, County Clerk
RECOMMENDATION: Move to appoint Alison Palmer, to serve a first full, three-year term
from July 1, 2025, through June 30, 2028, on the Board of Social Services.
REPORT-IN-BRIEF: The Board of Social Services advises the local director as to the local
application of State policies or procedures and communicates to the residents of the County
information as to the objectives, policies, programs and problems of local services, among other
duties. Membership consists of nine individuals; eight appointed by the County Commissioners
and one County Commissioner liaison (ex-officio).
DISCUSSION: N/A
FISCAL IMPACT: This is not a paid board.
CONCURRENCES: Washington County Board of Social Services
ATTACHMENTS: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Tri-County Council for Western Maryland - Appointment
PRESENTATION DATE: July 29, 2025
PRESENTATION BY: Dawn Marcus, County Clerk
RECOMMENDATION: Move to appoint Mayor Bill Green as a Washington County
Municipality representative on the Tri-County Council for Western Maryland.
REPORT-IN-BRIEF: Regarding Washington County: Tri-County Council for Western
Maryland (TCC) bylaws provide for two County Commissioner members, the Director of
Economic Development, two municipal representatives or their designees appointed by the
Maryland Municipal League Chapter, and two private citizen members that are not elected
officials or employees of a unit of local government.
DISCUSSION: N/A
FISCAL IMPACT: N/A
CONCURRENCES: Tri-County Council Executive Committee, Elizabeth Stahlman, Director
ATTACHMENTS: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Washington County Historical Society, Commissioner Contingency Funding Request
PRESENTATION DATE: July 29, 2025
PRESENTATION BY: Michelle Gordon, County Administrator
RECOMMENDATION: Move to approve the request for Commissioner Contingency funding for the
Washington County Historical Society (WCHS) in the amount of $15,000, for direct expenses associated
with the general operation of the WCHS.
REPORT-IN-BRIEF: Discussion regarding a request for funding of $15,000 to $20,000 from the
Washington County Historical Society for direct expenses associated with the general operations of the
WCHS.
DISCUSSION: Discussion regarding a request for funding of $15,000 to $20,000 from the Washington
County Historical Society for direct expenses associated with the general operations of the WCHS. The
WCHS promotes and preserves the history of Washington County and has been in operations for 114 years.
WCHS operates the Miller House Museum and cares for over 20,000 items and documents in its collection.
WCHS continues the operation of kinship of the Family Heritage Research Center which draws tourists
from across the county and country. The Miller House Museum provides sold out programs, history
themed bus trips, themed exhibitions, and walking tours. Additionally, this funding will provide for needed
facilities improvements to the HVAC and roof repairs at the Miller House.
FISCAL IMPACT: $15,000 to $20,000 from Commissioner Contingency funds.
CONCURRENCES: Kelcee Mace, CFO as to sufficiency of available funding.
ALTERNATIVES: Deny the request for Commissioner Contingency funding.
ATTACHMENTS: None
AUDIO/VISUAL NEEDS: None
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
SUBJECT: Statement Regarding Open Meetings Compliance Board Decisions issued July17, 2025
PRESENTATION DATE: July 29, 2025
PRESENTATION BY: John Barr, President Board of County Commissioners
RECOMMENDED MOTION: None
REPORT-IN-BRIEF: Acknowledgement and announcement of Open Meetings Compliance Board
(“OMCB”) Decision.
DISCUSSION: In accordance with Section 3-211 of the General Provisions Article of the Maryland
Code, at the next open meeting of the BOCC after the OMCB has issued its option, a member of the
public body shall announce the violation and verbally summarize the opinion.
FISCAL IMPACT: N/A
CONCURRENCES: N/A
ALTERNATIVES: N/A.
ATTACHMENTS: N/A
AUDIO/VISUAL NEEDS: N/A
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
SUBJECT: Sideling Hill Sign Project
PRESENTATION DATE: Tuesday, July 29, 2025
PRESENTATION BY: Andrew Eshleman, Director, Public Works and Danielle Weaver, Director,
Public Relations and Marketing
RECOMMENDED MOTION: N/A
REPORT-IN-BRIEF: Yesterday, we were proud to host a ribbon cutting for the new Sideling Hill
Park sign—an inspiring example of community partnership and student talent in action.
This project was a collaboration between Washington County Parks and Recreation and Boonsboro
High School’s Carpentry and Architectural Design Program. Led by teacher Mr. Young, the project
featured the incredible work of sophomore Aiden Gregg, who designed and fabricated the sign using
his skills in digital design and CNC programming.
The video you are about to see was created by the Washington County Public Relations and Marketing
Department. It highlights Aiden’s journey, his dedication to learning, and the impact of providing
students with real-world opportunities to shine. This project is a testament to the value of investing in
our youth, supporting career and technical education, and showcasing the talent we have right here in
Washington County.
DISCUSSION: Video Presentation
FISCAL IMPACT: N/A
CONCURRENCES: N/A
ATTACHMENTS: Sideling Hill Sign Project.mp4
Board of County Commissioners of Washington County, Maryland
Agenda Report Form