John F. Barr, President
Jeffrey A. Cline, Vice President

100 West Washington Street, Suite 1101 | Hagerstown, MD 21740-4735 | P:
BOARD OF COUNTY COMMISSIONERS
October 21, 2025
OPEN SESSION AGENDA (REVISED)
9:00 AM INVOCATION AND PLEDGE OF ALLEGIANCE
CALL TO ORDER, President John F. Barr APPROVAL OF MINUTES: September 23, 2025
9:05 AM COMMISSIONERS’ REPORTS AND COMMENTS
9:15 AM STAFF COMMENTS
Derek Harvey
Randal A. Leatherman
Randall E. Wagner
9:20 AM 1. HCC DENTAL HYGIENE PROGRAM – RECOGNIZING DENTAL HYGIENE MONTH
Dr. James Klauber, Hagerstown Community College
9:25 AM 2. MERITUS HEALTH, INC. 120TH ANNIVERSARY PROCLAMATION
Board of County Commissioners to Dr. Maulik Joshi, President and CEO, Meritus Health, Inc.
9:30 AM 3. DOMESTIC VIOLENCE AWARENESS MONTH PROCLAMATION
Board of County Commissioners to Renee Caldera, Director of Community Services and Karon Moore, Transitional Housing Coordinator, CASA, Inc.
9:35 AM 4. WASHINGTON COUNTY COMMUNITY COALITION: RECAP OF 2025; REQUEST FOR SUPPORT FOR 2026
Paul Frey, President, Washington County Chamber of Commerce (Coalition Managing Partner); Jim Kerchevel, Executive Director, Greater Hagerstown Committee, Coalition Partner
9:50 AM 5 CONTRACT AWARD UNDER PUR-1714 – THREE (3) AIRPORT CAPITAL IMPROVEMENT PROJECT DESIGN/BIDDING PROPOSALS
Neil Doran, Director, Hagerstown Regional Airport; Andrew Eshleman, Director, Public Works
9:55 AM 6. BID AWARD (PUR-1778) RUBRIK ENTERPRISE DATA PROTECTION FOR INFORMATION TECHNOLOGY DEPARTMENT
Carin Bakner, Buyer, Purchasing; Joshua O’Neal, Chief Technical Officer, Information Technology
10:00 AM 7. INTERGOVERNMENTAL COOPERATIVE PURCHASE (INTG-25-0216) –NVIDIA VPC LICENSE RENEWAL
Brandi Kentner, Director, Purchasing; Joshua O’Neal, Chief Technical Officer, Information Technology
8. SOLE SOURCE PROCUREMENT (PUR-1781) – ESRI CLOUD MODEL OF GEOGRAPHIC INFORMATION SOFTWARE ENTERPRISE LICENSE AGREEMENT
Brandi Kentner, Director, Purchasing; Joshua O’Neal, Chief Technical Officer, Information Technology
9. CORRECTION – SOLE SOURCE PROCUREMENT AWARD (PUR-1776) FOR MENTAL HEALTH CASE MANAGEMENT PROGRAM – ADULTS AND OLDER ADULTS
Brandi Kentner, Director, Purchasing
10:05 AM 10. MEMORANDUM OF UNDERSTANDING (“MOU”) BETWEEN THE TOWN OF KEEDYSVILLE AND THE BOARD OF COUNTY COMMISSIONERS OF WASHINGTON COUNTY (“BOCC”) FOR ALLOWING APPLICATION OF COUNTY HISTORIC PROPERTY TAX CREDITS
Meghan Jenkins, GIS Coordinator/Historic Preservation Planner, Planning and Zoning; Aaron Weiss, Assistant County Attorney
10:10 AM 11. ADOPTION OF OPIOID RESTITUTION ORDINANCE
Zachary Kieffer, County Attorney
10:15 AM 12. WASHINGTON COUNTY COMMUNITY REINVESTMENT AND REPAIR FUND (CRRF)
Michelle Gordon, County Administrator; Maria Kramer, Director, Grants Management; Kelcee Mace, Chief Financial Officer
10:20 AM 13. RECOGNITION OF MANUFACTURING MONTH, OCTOBER 2025
Linda Spence, Financial Programs Administrator, Business and Economic Development
10:25 AM 14. AGRICULTURE – FACES FARMING PRESENTATION
Kelsey Keadle, Business Specialist – Agriculture, Business and Economic Development
10:30 AM 15. BUILDING PLAN EXAMINER
Chip Rose, Director, Human Resources
October 21, 2025
10:35 AM 16. HAGERSTOWN REGIONAL AIRPORT ADVISORY COMMISSION –APPOINTMENT
Dawn Marcus, County Clerk
10:40 AM 17. POTENTIAL LEGISLATIVE ITEMS
Zachary Kieffer, County Attorney
10:45 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 of appointment to Planning Commission
• Appointments to Washington County Mental Health Authority
• Discussion of hiring recommendation for open county position
• Discussion of hiring to fill positions within County department
• Discussion of hiring recommendation for open county position
• Discussion of discipline of county employee
To consult with counsel to obtain legal advice on a legal matter (7). Open session discussion would breach attorney/client privilege.
• Legal advice pertaining to lease negotiation
• Legal advice pertaining to termination of certain existing lease agreements.
• Legal advice pertaining to letter of support request.
• Status update and legal advice from County Attorney on two County-involved legal matters)
12:15 PM RECONVENE IN OPEN SESSION RECESS
EVENING MEETING WITH THE TOWN OF CLEAR SPRING
Location: 100 West Washington Street, Hagerstown, Maryland
6:00 PM INVOCATION AND PLEDGE OF ALLEGIANCE
CALL TO ORDER, President John F. Barr
6:05 PM TOWN OF CLEAR SPRING LEADERS’ REPORTS AND COMMENTS
6:20 PM COMMISSIONERS’ REPORTS AND COMMENTS
7:00 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.

Board of County Commissioners of Washington County, Maryland Agenda Report Form
Open Session Item
SUBJECT: HCC Dental Hygiene Program – Recognizing Dental Hygiene Month
PRESENTATION DATE: October 21, 2025
PRESENTATION BY: Dr. James Klauber, Hagerstown Community College
RECOMMENDED MOTION: N/A
REPORT-IN-BRIEF: I would like to present to the Commissioners the success of the HCC Dental Hygiene program, the work of our clinic, the cost savings to Washington County residents who use the clinic, and the need for more citizens to use the clinic.
DISCUSSION: N/A
FISCAL IMPACT: Zero
CONCURRENCES: N/A
ATTACHMENTS: N/A

Board of County Commissioners of Washington County, Maryland Agenda Report Form
Open Session Item
SUBJECT: Meritus Health, Inc. 120th Anniversary Proclamation
PRESENTATION DATE: October 21, 2025
PRESENTATION BY: Board of County Commissioners to Dr. Maulik Joshi, President and CEO, Meritus Health, Inc.
REPORT-IN-BRIEF: Proclamation Presentation
WHEREAS, after receiving its charter from the State of Maryland in 1904, Washington County Hospital opened in the old M.P. Moller residence at Potomac and Fairground Avenues. The hospital had ten (10) beds. During the first year of operation, 106 patients were admitted to the hospital; and
WHEREAS, over the past 120 years, much has changed in the healthcare industry, both locally and nationally. The health system in Washington County has evolved and is now known as Meritus Health, Inc. It operates a 327-bed level III trauma center; five physical therapy locations; three ambulatory surgery centers; two retail pharmacies multiple physician practices, representing over 20 specialties across Washington County and has 275 providers in the Meritus Medical Group; and
WHEREAS, Meritus Health, Inc. is also affiliated with Brook Lane Health Services to expand mental health services and opened the Meritus School of Osteopathic Medicine to train physicians and shrink the shortage of doctors locally and across the nation. It is the first medical school to open in Maryland in more than a century; and
WHEREAS, the mission of the organization has stayed the same for the past 120 years: To improve the health of the community by providing expert care close to home.
NOW THEREFORE, we, the Board of County Commissioners of Washington County, Maryland, do hereby celebrate and recognize the 120th Anniversary of Meritus Health, Inc. in Washington County and ask all citizens to join in observing this significant milestone.
ATTACHMENTS: Video Presentation

Board of County Commissioners of Washington County, Maryland Agenda Report Form
Open Session Item
SUBJECT: Domestic Violence Awareness Month Proclamation
PRESENTATION DATE: October 21, 2025
PRESENTATION BY: Board of County Commissioners to Renee Caldera, Director of Community Services and Karon Moore, Transitional Housing Coordinator, CASA, Inc.
REPORT-IN-BRIEF: Proclamation Presentation
WHEREAS, Domestic Violence Awareness Month is intended to draw attention to the fact that domestic violence is widespread and has public health implications for every community member of Washington County. According to the National Coalition Against Domestic Violence, 34.4% of Maryland women and 28.8% of Maryland men experience intimate partner physical violence, intimate partner rape and/or intimate partner stalking, and;
WHEREAS, we must work together to educate our community on how to prevent domestic violence and how to support survivors. Staff and volunteers of anti-violence programs in Washington County encourage every person to speak out when witnessing acts of violence. Through prevention education and increased awareness, there is compelling evidence that we can be successful in reducing domestic violence in Washington County and hold perpetrators who commit acts of violence responsible for their actions, and;
WHEREAS, Washington County strongly supports the efforts of the national, state and local partners and of every citizen to actively engage in public and private efforts, including conversations about what domestic violence is, how to prevent it, and how to help survivors connect with services.
NOW THEREFORE, we the Board of County Commissioners of Washington County, Maryland, hereby recognize the month of October as “Domestic Violence Awareness Month” and encourage all citizens to speak out against domestic violence and support efforts to educate young people about healthy relationships centered on respect, support victims and survivors, and to support the efforts of victim advocates, service providers, health care providers, and the legal system in working to end domestic violence

Board of County Commissioners of Washington County, Maryland Agenda Report Form
Open Session Item
SUBJECT: Washington County Community Coalition: Recap of 2025; Request for support for 2026
PRESENTATION DATE: October 21, 2025
PRESENTATION BY: Paul Frey, President and CEO, Washington County Chamber of Commerce (Coalition Managing Partner); Jim Kercheval, Executive Director, the Greater Hagerstown Committee, Coalition Partner
RECOMMENDED MOTION:
REPORT-IN-BRIEF: Since 2005, local leaders from the Washington County Community Coalition, an advocacy group, have had a two-fold mission: First, we lobby Annapolis on issues important to Washington County. Second, we educate State leaders and policy makers on the priorities, activities, and strengths of our community. To be successful, the Coalition understands that it must go to Annapolis with “one voice.” To build this consensus, we debate the issues among the Coalition members and select only those on which all the Coalition partners agree. We then go to Annapolis with a unified message and an increased chance for success. Once the issues are chosen and the agenda is set, the Coalition works with a team of professional lobbyists, led by John Favazza of Manis Canning & Associates. The lobbying team uses our consensus agenda to develop a coordinated plan of action.
DISCUSSION:
FISCAL IMPACT: $10,000, if Community Coalition support is provided during the 2025 Session.
CONCURRENCES:
ATTACHMENTS: 2025 Coalition results; 2026 Coalition Agenda List and Rankings
Washington Co. Community Coalition Agenda: (Capital Total: $7,020,000 + $63,000,000 for I-81)
• I-81 Phase 2: $63M of construction money was restored We hope to get the final design started which will take about a year. We’ll push to get project out for bid sometime in 2026. Takes 2-3 years to construct.
• HCC Advanced Technology Center Renovation - $6,230,000
• Hagerstown Visitors Center - $540,000 (Requested $1.5M)
• Hagerstown Site/Market Study on a New Public Safety Building - $250,000 (Requested $250K) Relocation of HPD and some other emergency services
• Lift Cap of MD Heritage Area Funding from $6M to $12M – Bill Passed Fund received traditional amount this year @$6M, but the Governor may now increase this up to $12M in future years if desired
• Washington Co. Public Safety Center Phase 3: No new funding this year (requested $2.5M)
• Route 11 Bridge Relocation: No funding this year. Town sent letter to MDOT requesting they finish a NEPA study and visit Williamsport and meet with the town about this issue
• Smithsburg Sewer Pump Station Upgrades: No funding this year (Requested up to $4M) Delegation provided some letters of support for federal grant applications by the town)
Washington Co. Community Coalition Watchlist Highlights:
• Library Funding: The standing Capital Funding and Operations budget was allocated in the state budget as requested by the Maryland State Library Agency. However, no funding increase was provided to the State Library Resource Center There is an expectation the Library Agency will try for an increase again next year. Funding for a new library in Williamsport won’t be requested until next yar
• USMH Funding: General funds for the University of Maryland System dropped by $141 million in fiscal 2026 due to cost containment actions.
• HCC Funding: Received $22.7M (incl. $18.4M Formula Funding) - $4.354M more than last year mainly due to growth in students (formula funding)
• State Funding of K-12 Education: Modest changes to the Blueprint for Maryland’s Future were made, while keeping much of the multi-year plan intact. The most significant change delays the implementation of “collaborative time” for teachers to provide local jurisdictions more time to implement. Governor Moore had proposed more substantial changes to the Blueprint in January.
• Shifting of liabilities from state to local governments: (Source MACo Conduit Street Post): Washington County must pick up $3,211,500 in cost shifts from State in FY26
1. Teacher Pension Cost Shift (Partial): Counties must absorb $97.7 million in new costs for Statemanaged teacher pension increases. Local governments still have no control over teacher salaries or retirement policy. (Wash Co: -$2,232,752 Teacher + -$165,137 Community College)
2. SDAT Cost Shift: Counties must now pay 90% of the State Department of Assessments and Taxation (SDAT) operating costs — a $21.2 million unfunded mandate. This policy change strips objectivity from property assessments and imposes ongoing costs without any local oversight. (Wash Co: -$543,828)
3. Teacher Retirement Supplemental Grant Phase-Out: The BRFA cuts this grant in half for fiscal year 2026 and eliminates it in fiscal year 2027 — a $13.8 million loss that breaks a commitment made during the 2012 pension shift agreement.
4. Nonpublic Special Education Placement Cost Shift: The BRFA reduces the State’s share of costs from 70% to 60%, shifting $25 million onto local school systems — and ultimately counties, which fund school budgets. (Wash Co: -$260,744)
5. Wrongful Incarceration Compensation: Counties must now fund 50% of new wrongful incarceration settlements approved by the State Board of Public Works — despite having no legal role in convictions, exonerations, or settlement decisions. (Wash Co: -$0)
• Gaming Revenue protection: There was no effort made to impact our gaming operations
• Museum of Fine Arts Expansion – No new funding requests this year
• TRAIN Commission – A restructured TRAIN Commission did not meet or make transportation recommendations during the session
• Highway User Revenue – No new cuts to HUR. County/Towns received $7.658M (increase of $903K – 13%)
Local Legislation Highlights (Note this does not include all of the bills submitted by our Delegation):
• HB 750: Provides for a county tax incentive for companies expanding under certain circumstances
• SB 597/HB 704: Allows Meritus access to scholarship opportunities (like other medical schools)
• HB 471: Allows HCC’s police force additional limited jurisdiction outside of campus
• SB 502/HB 1200: Allows Judicial officers who are killed in the line of duty to qualify for property tax exemption (Emergency responders were only groups to qualify, County must still pass enabling legislation) This was inspired by the loss of Judge Wilkinson
• SB 84/HB 22: Directs DPSCS to compile an annual report on reentry, specifically whether individuals are being released in the jurisdiction they originated from
Other local Capital Projects, State Projects in our County, and Capital Programs: (Total $31,210,635)
• Washington County District Court Renovation and Expansion - $2,948,000
• Western Enterprise Fire Company No. 4 - $317,000
• Boys and Girls Club of Washington County - $200,000
• Brooke Lane Services New Therapeutic Recreational Facility - $2,979,000
• Boonsboro Public Works Complex - $175,000
• Smithsburg High School Field House - $400,000
• Boonsboro Drinking Water and Wastewater Infrastructure - $250,000
• Williamsport Town Hall - $400,000
• Williamsport Memorial Library - $400,000
• Williamsport Byron Memorial Park Improvements – $229,448
• Funkstown Jerusalem Park Improvements - $275,000
• Meritus Commons - $750,000
• New Downsville Pike Elementary School – $6,552,000
• Boonsboro Elem School Window and Door Replacements $297,884
• Lincolnshire Elem School HVAC Upgrades - $638,000
• Smithsburg Elementary School Mechanical System Upgrade - $514,000
• Hancock Local Service Line Inventory - $388,800
• Sideling Hill Wildlife Management Area access Road Improvements - $1,435,650
• Federal Little League - $75,000
• Valley Little League - $175,000
• Funkstown WWTP - $2,650,440 (Chesapeake Bay Restoration Fund)
• RCI Perimeter Fence System Replacement - $9,370,000
• Fort Frederick State Park Water Distribution System Upgrades - $1,007,000
• MCI Wastewater Treatment Plant Improvements $624,000
• Program Open Space Money for Park and Acquisition and Development: $544,413
Washington County Community Coalition 2026 Legislative Agenda
Next meeting date: October 15th, 2025, COC Office & Zoom
• Below are the results of work over the last 2 months by the Coalition partners to develop a legislative agenda for 2026 Coalition partners approved the items below for the 2026 WCCC Legislative Agenda at the October 1st meeting.
• “Rank” – Each partner was asked to rank each of the “capital” items they submitted, which is reflected above (that is why you have multiple #1’s). Each partner also provided a separate ranking for their “policy/legislative” items. Rank reflects their ranking compared to the other items that this partner submitted. It is not a ranking compared to all the items on the list. Rankings will not be reflected in our 2026 Legislator booklet – they are only for internal use as we go through our agenda-setting process and for our lobbyist to understand our overall agenda better.
• Highlighted Agenda Items:
o Green – reflects items where there was a unanimous consensus to be recommended for the final list – An official vote will take place October 1st at the WCCC meeting after partners have had time to consult with their elected bodies or boards on any additional items or changes
o Yellow – reflects items requiring more information before being approved
o Red – reflects items that were recommended to be removed from the 2026 list – but could be agenda items in future years.
• Each Partner submitting an item must prepare a Blue Sheet with detailed information on the item, state ask, and graphics/photos
• Dropbox Link to 2026 Blue Sheet Folder: https://www.dropbox.com/scl/fo/qzh9k43abyj89y1id5b2s/ACr3A_T0DKIoGj8S0McJPZk?rlkey=m93dkmxzv3ji7xr72d l1qfz27&st=da4nr8my&dl=0
Transportation
1 NO COC, GHC, County I-81 Widening (Phase 2 and Phase 3)
4 NO
1 NO Williamsport Route 11 Bridge
Continued advocacy to keep state support of the Phase 2 widening project and for initiating planning, design, and right-of-way acquisition for Phase 3.MDOT is dividing Phase 2 into two sub-phases (2A and 2B) to avoid project delays caused by stormwater management challenges near the CSX corridor. Phase 2A (I-70 interchange area) is on track for design completion by August 2026 with construction to follow shortly thereafter. Phase 2B will follow roughly a year later, keeping the overall completion timeline near 2030. The County and coalition partners emphasized the need to maintain pressure to ensure continued funding and support for this project. Additional supporting data is needed to add to existing safety push including the impact of I-81 shutdowns on local emergency response time and the consequences of spillover on secondary routes due to rerouting from 81.
Advocating for state and federal funding support for construction of a new control tower at the Hagerstown Regional Airport. The estimated project cost is approximately $10M (final number to be confirmed), and the upgrade is necessary to meet safety and operational needs as traffic at the airport grows. The group was informed that the federal government has declined to fund any portion of the tower’s construction and therefore is requesting state funding for its completion. After construction, all maintenance and operations will become the County’s responsibility (FAA will still provide staffing and required navigational equipment).
Requesting additional funding to expand the county’s transit system, enhancing accessibility and service in underserved areas. $23.3M cost for total project. Most of funds will come from federal earmark, requesting assistance from coalition to secure those federal funds.
Continuing advocacy for improvements at the I-70/MD-65 interchange to address safety and congestion issues, which remain a priority for both the County and the Coalition.
The Rt 11 bridge will remain on the priority list, with a revised approach planned for supporting documentation to better advocate for the project in the coming year.
1 NO County Legislative Support for Project Prioritization Scoring for Rural Areas
Support legislation or administrative changes to ensure the state’s project scoring system fairly evaluates rural roads/bridges rather than favoring urban transit developments. The group were updated on MDOT’s new draft pilot program scoring system for evaluating and prioritizing transportation projects. While still in development, currently projects are assessed across multiple weighted categories: Safety, Accessibility and Mobility, Climate Change and Environment, Social Equity, Economic Competitiveness, and Sustainability/Land Use/Management. Concerns were raised about the process combining highway and transit projects under one system rather than evaluating each mode separately, which may disadvantage rural highway projects. Additionally, cost-benefit analysis plays a major role, often penalizing large projects with higher costs. Discussion also focused on how safety is measured (by accident frequency or fatalities) and whether the scoring approach fairly accounts for rural vs. urban priorities. It will be important to express our views on a new scoring system as this will ultimately need to be approved by the General Assembly, and a poor system could cost us transportation funding for many years.
Health/Public Safety
3 NO County
Renewed advocacy for funding the high-bay training and storage building at the Public Safety Training Center, an item included in last year’s priorities. The facility will support advanced training and equipment needs for emergency response agencies. This was an item last year.
1 NO Smithsburg Sewer Pump Upgrades The Town of Smithsburg continues to prioritize upgrades to its water and sewer infrastructure, including phased improvements to its sewer pump stations. This remains the town’s primary long-term capital project and is expected to require a multi-year, phased approach to complete. While no new updates were provided at the most recent meeting, the Mayor has previously confirmed this project will continue to be advanced as Smithsburg’s top priority.
to protect first responders from liability concerns who drop off non-critical patients suffering from mental illness or addiction directly to Meritus’ Crisis Center instead of the ER –Waiting for feedback from Meritus
Seeking legislative support over liability concerns preventing first responders (EMS, law enforcement) from transporting individuals directly to the local crisis center at Meritus Hospital. Currently, first responders only drop off non-critical patients suffering from mental illness and/or drug use to our Emergency Department (ED). Our crisis center was strategically placed at Meritus Hospital, adjacent to our ER, so it would have ER doctors readily available if critical health issues arise, and so it could pull noncritical patients from the ER that create inefficiencies, delay care, and increase emergency room wait times. Meritus is researching state-level liability protections or policy changes that would protect emergency services personnel that drop off qualifying patients directly to our licensed crisis center. If feasible, the Coalition will work with our state delegation to craft legislation that removes liability concerns for our first responders
The Williamsport Library is moving forward with a $21M capital project. The state is expected to cover 70% of the cost (~$14–15M), while the county will fund the remaining 30%. Jenny Bakos, Executive Director of the Washington County Free Library, provided an update ahead of this meeting. The Williamsport Library project remains on schedule, with no changes to the previously discussed design and construction figures. The Maryland State Library Agency is expected to release additional details this spring, and Jenny will keep us informed as new information becomes available. In addition, Jenny is gathering more details on other library priorities, including proposed increases to the State Library Resource Center funding and per capita funding for public libraries.
1 NO HCC Scholar Drive Re-Routing Advocacy is needed to secure additional funding to complete the Scholar Drive re-routing project on the Hagerstown Community College campus. The project was initially supported pre-COVID but stalled due to delays and rising costs. The project remains on the capital funding list but is lower in priority, raising concerns it could be cut unless there is consistent advocacy.
1 NO CVB NEW Washington County Visitor Welcome Center (Old Antietam Paper Building)
Renewed request for $1.5M in state funding to support the museum’s capital campaign. This funding had been pledged under the Hogan administration but later rescinded, and the Coalition seeks to re-establish this commitment. The project aligns with educational priorities due to its learning and community engagement components.
Funding is needed for a new Visitor Welcome Center for Hagerstown and Washington County, to be located in the leased Antietam Paper building near Meritus Park. While $1.8 million has been committed toward the $3.25 million goal enough to keep the project active but not enough to begin construction significant gaps remain for build-out costs such as ADA accessibility, security, bus parking, and office space. The CVB has received $1 million in grant funds for museum-style exhibits, and the Appalachian Regional Commission is holding an additional $500K grant, matched by $500K from the State’s 2024 Capital Budget. CVB could sustain the long-term lease using hotel/motel tax revenue if build-out costs are secured from other sources. MEDCO is assisting with financial oversight and consolidating revised cost estimates, though a dedicated project manager is still needed. The Coalition must determine whether to pursue additional state funding this session or explore a phased approach, while awaiting confirmation of continued legislative support from Senator Corderman and Delegate offices
1 NO CVB Lift the Cap on MD Heritage Area Funding
1 YES City of Hagerstown Field House Exemption from City/County Real and Personal Property Taxes
The CAP legislation passed both chambers last session but was vetoed by the Governor. Must determine a clear strategy to pursue a veto override, or re-file the legislation for consideration in the upcoming session.
The City of Hagerstown is requesting legislation to exempt the Hagerstown Field House from city and county real and personal property taxes. Although the City owns the facility, it is operated by Eastern Sports Management (a for-profit entity), which under state rules makes the property taxable. Similar exemptions have been granted for other Maryland sports facilities, including Frederick’s Grove Stadium and Aberdeen’s Ripken Stadium The Field House, a $24M multi-purpose indoor sports complex opened in 2024, is designed to expand recreational opportunities and attract sports tourism. It features basketball, volleyball, futsal, and field hockey courts, plus a fitness center and community spaces. The facility is expected to generate substantial local economic benefits:
• 27,600+ out-of-town visitors annually, supporting roughly 9,200 hotel nights and $1.4M in lodging revenue, plus significant restaurant and retail spending.
• Employment impact: 43 direct jobs and nearly 7 indirect/induced jobs, with an estimated $30.5M in payroll over 20 years.
• Community reinvestment: Savings from the tax exemption would be reinvested by ESM into operations and expanded programming for local residents.
The request is to align the Field House with similar publicly owned/privately operated facilities across Maryland, ensuring it remains exempt from taxes if it is owned by the City and used primarily for public recreational purposes
2026 Watch List (updated):
Monitors legislation or policy changes that impact Washington County
• Shifting of liabilities from state to localities – track as well due to budget challenges
• Highway User Revenue Restoration
• Gaming revenue protection
• State funding of K-12 education – MD Blueprint for Education
• Higher Education Funding (CADE Formula & USM)
• Monitor any capital funding requests for the Washington County Museum of Fine Arts Expansion Project (REMOVE from Watch List if this becomes a full 2026 agenda item)
Misc. Items.
• Work to secure visits from key Maryland General Assembly Committees (House Appropriations, Senate Budget & Tax, etc.) and the Governor’s Administration.
SAVE THE DATE: Tuesday, January 27, 2026 – Washington County Day in Annapolis
• Lunch with Western MD Delegation (11:30am – 1:00pm)
• Large Group Meetings with State VIP’s (1:00pm – 4:00pm)
• Washington Co. Reception (4:30 - 6:30pm)

Board of County Commissioners of Washington County, Maryland Agenda Report Form
Open Session Item
SUBJECT: Contract Awards under PUR-1714 – Three (3) Airport Capital Improvement Project Design/Bidding Proposals
PRESENTATION DATE: October 21, 2025
PRESENTATION BY: Neil Doran, Airport Director, Andrew Eshleman, Director of Public Works
RECOMMENDED MOTION(S): Move to award the contracts for design/bid services with Airport Design Consultants, Inc (ADCI) for Taxiway A rehabilitation project totaling $342,459; the T-Hangar Taxilanes rehabilitation totaling $203,987 and the Taxiway H totaling $161,957
Motion 1: Move to empower the BOCC President to execute Task Order No. 4 proposal from ADCI, Inc. to provide Design & Bidding Phase Services for Taxiway A Rehabilitation in the amount of $342,459.
Motion 2. Move to empower the BOCC President to execute Task Order No. 4 proposal from ADCI, Inc. to provide Design & Bidding Phase Services for T-Hangar Taxilanes Rehabilitation in the amount of $203,987.
Motion 3. Move to empower the BOCC President to execute Task Order No. 2 proposal from ADCI, Inc. to provide Design & Bidding Phase Services for Taxiway H Rehabilitation in the amount of $161,957.
REPORT-IN-BRIEF: The Airport and its engineers/consultants at ADCI have identified three needed airfield projects. In order to successfully compete for the available grant funding, airports need to mature the projects using their own money through the design and bid stage. With “bids in hand” HGR can then apply for FAA funding that will allow for reimbursement of these design costs along with expenses associated with the construction phase.
Payment of purchase orders will involve the use of airport fund monies “fronted” for later anticipated reimbursement under one or more future Federal Aviation Administration (FAA) grant agreements. The projects have been initially identified by FAA for funding under the Bipartisan Infrastructure Law (BIL AIG).
DISCUSSION: The projects are identified in the County’s Capital Improvement Plan. THangar Taxi Lane Rehabilitation was described in the Capital Improvement Plan – Airport Infrastructure Grant (RUN023); Taxiway A Pavement and Lighting Rehabilitation (RUN024), Taxiway H Rehabilitation (RUN025).
In a letter dated 12/15/2022 from Kyle Allison of the FAA’s Washington Airports District Office, the FAA expresses an “optimism” in our ability to compete favorably for AIP funding for an identified list of projects that included the TWY A, H and T-Hangar Taxilane projects.
Independent Fee Estimate (IFEs) were completed in June 2025 and have been forwarded on to the FAA for review and concurrence. ADCI, Inc. serves as the Airport’s contracted On-Call Consultant/Engineer of Record and was previously selected under solicitation PUR-1714.
FISCAL IMPACT:
• $342,459 for design/bidding services for Taxiway A.
• $161,957 for design/bidding services for Taxiway H.
• $203,987 for design/bidding services for T-Hangar Taxilanes.
• Funding for this project is budgeted within the Airport’s RUN023; RUN024 and RUN025 Budget. 515000-35-45010-RUN023-ENGR-000000. 515000-35-45010RUN024-ENGR-000000. 515000-35-45010-RUN025-ENGR-000000.
CONCURRENCES: Michelle Gordon, County Administrator, Kelcee Mace, Chief Financial Officer; Zane Garrett, Deputy Director, Budget and Finance
ALTERNATIVES: N/A
ATTACHMENTS: ADCI Task Order Proposals No. 2, 3 and 4
AUDIO/VISUAL TO BE USED: N/A
TASK ORDER NO: 2
PROFESSIONAL SERVICES AGREEMENT: PUR-1714


PROJECT TITLE:Rehabilitate Taxiway H
AIRPORT:

AIRPORT DESIGN CONSULTANTS, INC

Hagerstown Regional Airport – Richard A. Henson Field (HGR)
PROJECT NO:County PO No.:Pending FAA Grant No.:Pending State Grant No.:Pending
DATE OF ISSUANCE:
METHOD OF PAYMENT:
TASK ORDER AMOUNT:
PROJECT DESCRIPTION:
06/06/25
Design/Bidding:Lump Sum
Construction:Pending
Design/Bidding:$161,957.00
Construction:$0.00
Task Order Total:$161,957.00
See the attached ADCI's Scope of Work and Price Proposal.
ATTACHMENTS:
The original Agreement for Professional Services between Board of County Commissioners of Washington County, Maryland (County) and Airport Design Consultants, Inc. (ADCI) for professional services at the Hagerstown Regional Airport – Richard A. Henson Field (HGR) dated January 27, 2025 shall govern all task orders executed under this agreement unless modified in writing and agreed to by the County and ADCI. The current Federal Contract Provisions have been included in Attachment A and are herewith being made a part of this Task Order Proposal.
ACCEPTED
by:by:

Ronald N. Morris, PE, CM forNeil Doran, C.M, ACE
Mahesh S. Kukata, P.EAirport Director Vice PresidentHagerstown Regional Airport
Airport Design Consultants, Inc18434 Showalter Road 6031 University Blvd, Suite 330Hagerstown, MD 21742 Ellicott City, MD 21043
June 6, 2025
Mr. Neil Doran, C.M, ACE Airport Director
Hagerstown Regional Airport – Richard A. Henson Field 18434 Showalter Road Hagerstown, Maryland 21742
Sentelectronicallyto:ndoran@washco-md.net
Reference: Scope of Work andPriceProposal

2025-HGR-1702
Task Order No. Two (2) –Rehabilitate Taxiway H Design and BidPhase Services Hagerstown Regional Airport– RichardA. HensonField (HGR),Hagerstown,MD
Dear Mr. Doran:
Airport Design Consultants, Inc. (ADCI) is pleased to submit this proposal to the Board of County Commissioners of Washington County, Maryland, a body corporate and politic and a political subdivision of the Stateof Maryland (County) to provide Professional Engineering Services associated with the Rehabilitate Taxiway H – Design and Bid Phase Services (Project) at the Hagerstown Regional Airport – Richard A. Henson Field (HGR).
Whereas the County and ADCI entered into an Agreement (PUR-1714) for ADCI to provide Professional Services that was originally executed on January 27, 2025. All the terms and conditions of the Agreement remain in full effect and apply to this Specific Project Proposal. By execution of this Proposal, ADCI accepts thecurrentapplicablerequired FederalContractProvisionsfor AirportImprovementProgramProjects,issued on May 24, 2023, included as Attachment A to this Proposal.
For this task, the following subconsultants will assist us:
Field Topographic Survey – Triad Engineering, Inc.
Geotechnical Investigations – Triad Engineering, Inc.
Whereas, the County and ADCI in their mutual covenants herein agree in respect to the scope of work and price proposal for the referenced Project as set forth below:
Mr. Neil Doran, C.M, ACE
June 6, 2025
DESCRIPTIONOF WORK
BackgroundInformation

The Airport serves all aviation markets including general aviation, business, military and commercial service. Scheduled passenger service is offered at HGR by Allegiant Air and Sun Air. The Airport Reference Code is shown as C-III on the current Airport Layout Plan (ALP) and the Design Aircraft is A321-200. The Taxiway included in this project primarily serves Taxiway A to Runway 9-27, which is the Airports only commercial service runway. Taxiway H is a taxiway to Runway 9-27 and was extended by about 2200 feet during the Runway 9-27 extension project in 2007. The length of the taxiway existing prior to 2007 was rehabilitated in 2015. This taxiway is an Airport Design Group (ADG) III and TDG-3 taxiway. The design will meet the requirements of Federal Aviation Administration (FAA) Advisory Circular (AC) 150/5300-13B.
This Project is for the design and bidding phases of a project to rehabilitate the existing Taxiway H pavement at HGR. A Pavement Management Program (PMP) was prepared in 2019. Taxiway H hasaBranchareaofover55,000 sfandwasdividedinto twoSections,withatotalof11testsamples.
The Sections being rehabilitated as part of this Project include TWAY H-20 and portions of SNCAPRON-10, ROYALAPRON-10 and ROYALAPRON-20 within the Taxiway Object Free Area (TOFA). The outcome of the functional condition evaluation of a pavement is the Pavement Condition Index (PCI) which is a numerical rating scale from 0-100 and provides a measure of the pavement’s functional surface condition. Taxiway H has an area-weighted PCI of 73, which is rated as “Satisfactory”. The primary distress observed over the surface of Taxiway H is weathering. Taxiway H also shows low severity and medium severity longitudinal cracking. The outcome of the structural evaluation of a pavement is the Pavement Classification number (PCN) which is an indicator of the load carrying capacity of the pavement and indicates a pavement's ability to support an aircraft that has an Aircraft Classification number (ACN) value equal to or less than the PCN value. The ACN is a number that expresses the relative structural load of an aircraft on a pavement. The PCN of Taxiway H was determined to be 26 (26/F/A/W/T). For Taxiway H, this means that the pavement cannot support repeated loadings of Aircraft that have an ACN of 26 or higher. The PCN for the 69,170 sf Royal Apron was determined to be a 4 (4/F/A/W/T) and this pavement had a weighted PCI of 73 in 2019. A PCN was not generated for the 73,500 sf SNC Apron; however, it was determined that this pavement had a PCI of 67 in 2019. Section TWAY H-10 was last rehabilitated in 2015, while Section 20 was rehabilitated in 2000. ROYAL Apron-10 was constructed in 1994 and Section 20 was in 1995. SNCAPRON-10 was constructed in 2006. Per the PMP, there were only two borings taken on the Taxiway. Boring B-25, in Section TWAY H-10, had 5 inches of Asphalt on 8 inches of Gravel and Boring B-24, in Section TWAY H-20, had 11” of Asphalt and no discernable base material.
A further investigation was conducted in April of 2025 to calculate updated PCI’s for the pavement. Based on our updated visual inspection, the new overall average PCI for the area is a 71. Using the methodology outlined in the 2019 PMP, referencing criteria set forth in ASTM D5340-20, a PCI of 71 indicates that the pavement is in SATISFACTORY Condition and has scattered low- and mediumseverity distresses that should require only routine maintenance. As a PCI value of 71 is on the lower end of the Satisfactory Range (71-85), major maintenance and repair may be necessary in the near-
Mr. Neil Doran, C.M, ACE
June 6, 2025

term in addition to routine maintenance. As outlined in the PMP, when a pavement nears the bottom of the Fair Range (56-70) it hits the Critical PCI; whereafter the costs to extend the life of the pavement begin to increase exponentially with time. In addition to the distresses, it should be noted thattheedgeofpavement for the taxiwayislower than the off-pavementturf, whichiscreating issues with positive drainage. It is anticipated that the pavement repairs for this Project will include isolated full depth repairs, a mill and overlay, crack repair, and new surface painted markings.
During a field visit in April 2025, it was noted that the existing taxiway edge lights are incandescent and are too tall for the offset from the edge of pavement. In accordance with the requirements set forth in Federal Aviation Administration (FAA) Advisory Circular (AC) 150/5340-30J, Design and Installation Details for Airport Visual Aids, LED lights are not to be interspersed with their incandescent counterparts; therefore, the incandescent fixtures will be removed and replaced with Light Emitting Diode (LED) fixtures. It is assumed that the existing base cans will remain and will be reused. The existing edge light layout will be evaluated in accordance with the requirements set forth in AC 150/5340-30J and if current standards are not met the Engineer will advise HGR, FAA, and MAA of the updates required. The existing edge lights on Taxiway H were installed in the early 2000’s andareover20 years old. The existing lightingcables will also bereplaced within theexisting conduits and a new homerun cable will be installed back to the airfield electrical vault. The existing constant current regulators for Taxiway North East and West are being replaced with a new more efficient units as part of another Project.
Under this Proposal, the following Professional Engineering Services will be provided:
A. BASIC SERVICES OF CONSULTANT
Professional Engineering Services to be performed under this task will be as detailed below.
1. Project Development
a. ScopingMeeting. Attend one (1) project scoping meeting, prepare the Scope of Work and assist the County in satisfying the requirements of Federal Aviation Administration (FAA) and/or Maryland Aviation Administration Office of Regional Aviation Assistance (MAA) Grant Offer(s) to receive grant funding for this Project.
b. ProposalPreparation. Prepare the Scope of Work, Schedule of Fees/Fee Estimate by Task. Prepare Project Survey and Geotechnical Investigation Exhibits. Prepare Requests for Proposal (RFP) for Survey and Geotechnical Exploration and obtain Price Proposals for inclusion in the Engineering Agreement. Verify Disadvantage Business Enterprise (DBE) requirements for Project and ensure that DBE Goals are included.
c. Airspacing. Completion and submission of required Federal Aviation Administration (FAA) Form 7460-1, Notice of Proposed Construction or Alteration’s, for the critical Construction Equipment and one for the Construction Safety and Phasing Plan (CSPP) in accordance with FAA Office of Airports (ARP) Standard Operating Procedure (SOP) 9.2 Standard Operating Procedure for FAA Aeronautical Study, Coordination and Evaluation.
d. ALPP&IUpdate. Because pavement geometrics are not being modified as part of this
Mr. Neil Doran, C.M, ACE
June 6, 2025

Project, a Pen & Ink (P&I) Update to the Airport Layout Plan (ALP), in accordance with FAA SOP2.0Standard Procedure for FAA Review and Approvalof Airport Layout Plans (ALPs) is not required for submission to and approval by the FAA. If during design it is determined that a geometric change is required, the required as-built geometric updates will be included under a separate agreement and submitted for FAA approvals.
e. FAA Documented Categorical Exclusion (CATX). Based on coordination with the FAA it was determined that the FAA Documented Categorical Exclusion (CATX) would be the appropriate National Environmental Policy Act (NEPA) document for this Project. This Project will include the preparation of one (1) FAA Documented Categorical Exclusion (CATX) for the construction of the proposed development in accordance with the requirements set forth in Federal Aviation Administration (FAA) Airports Standard Operating Procedure (SOP) No. 5.1, based upon the guidance in Federal Aviation Administration (FAA) Orders 1050.1F – Environmental Impacts: Policies and Procedures, and the Environmental Desk Reference for Airport Actions and 5050.4B –NEPA Implementing Instructions for Airport Actions for submission to and approval by the FAA.
2. Project Administration
a. Project Administration. Throughout the course of the project ADCI shall provide all necessary coordination with County, HGR Staff, Subconsultants, and appropriate Federal, State and Local agencies, including correspondence, telephone contact, memorandums and a maximum of one (1) meeting(s) or conference(s). Such coordination shall be provided during period covered by the agreed upon schedule for completion of the Project.
b. GrantManagementAssistance. ThroughoutthecourseoftheprojectADCIshallprovide the following grant management services to assist the County:
1. Prepare one (1) Federal Grant Application for County Review and submittal to FAA, including all correspondence and communications related thereto.
2. Assist County with FAA Quarterly Performance Reporting, as required.
3. Assist County with Annual Financial Reporting, as needed.
4. Assist County in the preparation of Requests for Reimbursement (RFR) from the Federal and State Agencies during the duration of the Project, with legal assistance provided by the County. Prepare and submit draft FAA requests for reimbursement of County's project expenses. Prepare pay request summary spreadsheet, project summary spreadsheet and documentation for County's use in submitting RFR’s.
5. Preparation and Submission of one (1) Final Grant Closeout Package including the Additional Documents Needed for Financial Close Out of Grant, Final Project Report, Sponsor Certifications, and Final Project Cost Summary/Administrative Cost Plan for County review and transmittal to Funding Agencies.
c. Internal QA/QC Review. Engineer’s Senior Engineer and Senior Project/Construction Manager will perform an Independent Technical Quality Assurance/Control Review of the Documents for each submittal prior to submitting them to County/Agencies for each
Mr. Neil Doran, C.M, ACE
June 6, 2025

submittal and prior to approval to advertise the Project for Bidding. ADCI will utilize the checklist included in the FAA ARP SOP 1.00, FAA Evaluation of Sponsor’s Construction Safety and Phasing Plans Funded by the AIP or PFC Programs, as a guide for the review of the CSPP.
3. Programmatic Design
The Program Development phase will include a programmatic submission for a new full length parallel TaxiwayEtoRunway8-26and itsten (10)ultimate taxiway connectors. More specifically the Programmatic Design phase includes the following tasks:
a. Pre-Design Meeting. Prepare for, attend, and provide meeting notes for one (1) project Pre-Design Meeting with personnel from the County, FAA, ATCT, MAA, and other stakeholders to discuss the overall project scope, work schedule, airport operational safety, project coordination, design investigations, and other project specific items in accordance with the requirements of FAA Advisory Circular (AC) 150/5370-12B Quality Management for Federally Funded Airport Construction Projects. All comments will be given due consideration and differences resolved.
b. Pavement Design. Complete a pavement design for this project is in accordance with FAA Advisory Circular 150/5320-6, Airport Pavement Design and Evaluation, based on the anticipated fleet mix/forecast and geotechnical findings for the 20-year design life. The pavement structural sections will be determined utilizing the FAA Rigid and Flexible Iterative Elastic Layered Design (FAARFIELD) software. The inputs for FAARFIELD include fleet mix with average annual departures, subgrade CBR values and type of subbase materials. These factors as well as other design parameters will be evaluated to determine the optimum pavement section(s) to be utilized for this Project.
c. Preliminary Plans. Design effort to reach 30% completion of plans to include evaluation and documentation of design criteria, and written descriptions of the work elements involved in each phase of the Project. The current editions of FAA Advisory Circular (AC) 150/5370-2, Operational Safety on Airport During Construction, and AC 150/530013B, Airport Design, will be the basis of most geometric design parameters ADCI will utilize for this Project. Plans to be included in this submission generally include:
Cover Sheet
Baseline Layout Plans
Paving and Geometry Plans
Paving Profiles
Typical Sections and Paving Details
Grading Plans
Pavement Marking Plan
Pavement Marking Details
Boring Location Plan
Boring Logs
Mr. Neil Doran, C.M, ACE
June 6, 2025
Electrical Legend and Abbreviations
Electrical Plans
Electrical Details

d. Preliminary Engineer’s Opinion of Probable Cost (EOPC). Based on the information contained in the preliminary design documents, prepare and submit an Engineer’s Opinion of Probable Cost (EOPC).
e. Preliminary Design Engineers Report. Prepare the Design Engineer's Report in accordance with the Federal and/or State requirements and furnish to the County such documents and design data, so that approval may be secured from such governmental authorities having jurisdiction over the Project.
4. Final Design Development (90%, andBid (Signed/Sealed))
The Final Design Development phase will build upon feedback from the programmatic submission and a determination on what area will be included in Construction Package 1 based on impacts to airport operations, costs, and funding availability. The remaining Phases of the Program will be taken to final design under a subsequent agreement(s). Final Design will include three (3) separate submissions of the documents at the 60%, 90% and Final Bid Submission stages. Each submission will include a design review meeting with pertinent stakeholders to include:
County/Airport Personnel (Executive, Operations, Finance, etc.),
FAA (ADO, ATCT) as needed,
MAA, and
Airport Tenant representatives, as needed.
ADCI will prepare for incorporation in the Contract Documents final drawings to show the general scope, extent, and character of the work to be furnished and performed by Contractor(s) and Specifications prepared in accordance with Federal Aviation Administration (FAA) Advisory Circular (AC) 150/5370-10H and/or State guidelines.
a. Final Design Review Meeting. Furnish electronic copies of the Final Design documents to the County, FAA, MAA, and other appropriate agencies for review and approval. Prepare for, attend, and provide meeting notes for three (3) Design Review Meetings with the County, FAA, MAA, and other appropriate agencies. All comments will be given due consideration and differences resolved.
b. Final Plans. Design effort to reach 90% and Final Bid Submission completion of plans to include evaluation and documentation of design criteria, and written descriptions of the work elements involved in each phase of the Project. The current editions of FAA Advisory Circulars at the date of issuance of a Notice ToProceed (NTP)will be the basis of design parameters ADCI will utilize for this Project. Plans to be included in these submissions will generally include:
Cover Sheet
Drawing Index
Mr. Neil Doran, C.M, ACE
June 6, 2025
Earthwork and Quantity Tables
General Construction and Safety Notes
General Project Layout
Baseline Layout Plans
Construction Safety and Phasing Plans
Construction Safety and Phasing Notes
Construction Safety and Phasing Details
Demolition Plans
Paving and Geometry Plans
Paving Profiles
Typical Sections and Paving Details
Grading Plans
Pavement Marking Plan
Pavement Marking Details
Boring Location Plan
Boring Logs
Electrical Legend and Abbreviations
Electrical Plans
Electrical Details

c. Final Project Manual. Prepare for review and approval by the County, its legal counsel and other advisors, instructions to bidders, minimum wage rate determination, bid proposal forms and certifications, bid bond form, contract agreement forms, contract bond form, general conditions, supplementary conditions, federal general provisions, federal contract regulations, and include all required appendices to the manual. Prepare the FAA general contract provisions and technical specifications conforming to the requirements set forth in FAA AC 150/5370-10H. When circumstances do not provide for a standard general provision or technical specification to completement the required scope of work, utilize astandard stateprovision ortechnical specification or developone specific to the Project.
d. Final Engineer's Report. Provide technical criteria, written descriptions and design data for County 's use in filing applications for permits with or obtaining approvals of such governmental authorities as have jurisdiction to approve the design of the Project and assist County in consultations with appropriate authorities.
e. Final Engineer’s Opinion of Probable Cost (EOPC). Advise County of any adjustments to the EOPC caused by changes in general scope, extent or character or design requirements of the Project or Construction Costs. Furnish to the County a revised EOPC based on updated quantity takeoffs of the Plans and Specifications for each submission.
Mr. Neil Doran, C.M, ACE
June 6, 2025
5. Bid PhaseServices

Following final approval of the plans and specifications by the County, FAA and MAA, as appropriate, bidding services will commence and will include the following services:
a. Bid Document Distribution. Prepare electronic PDF copies of the As-Bid documents for distribution to the County, FAA, MAA, and prospective bidders.
b. Pre-Bid Meeting. Schedule, prepare for, and conduct one (1) Pre-Bid Meeting between County, FAA, MAA, prospective bidders, and other agencies. The Pre-Bid Meeting will be conducted in accordance with FAA AC 150/5370-12B, Quality Management for Federally Funded Airport Construction Projects, to discuss project scope, work schedule, funding, airport operational safety, contract requirements, and other project specific items. Prepare and distribute meeting notes in an Addendum.
c. Bid Addendum(s). Preparation of responses to bidder’s questions and requests for clarifications as appropriate to interpret, clarify or expand the Bidding Documents. Preparation of one (1) addenda and coordination with the County.
d. Bid Opening, Tabulation and Recommend Award. Attend one (1) virtual Bid Opening hosted by the County. Prepare the Bid Tabulation and transmit it to the County, FAA, MAA, and Bidders. Prepare the Recommendation of Award and transmit to the County for their consideration in offering award.
e. Conformed Documents Preparation. Coordinate and assemble Construction Contracts (Agreements, Bonds and Insurances) and submit executed Contract Information to Funding Agencies. Incorporate completed bid proposal forms, executed contracts, bonds, insurance certificates, and all addenda into a Conformed set of Contract Documents. TheConformedDocumentswillbe transmitted electronicallyto theCounty, FAA, MAA, and Contractor. Three (3) full-sized sets, or as prescribed in the contract documents, will be printed for the Contractor.
B. SPECIAL SERVICESOF CONSULTANT
1. Pavement Evaluation
Using the pavement branch / sections identified in the 2019 Pavement Management Program (PMP) being rehabilitated as part of this Project, to include TWAY H-20 and portions of SNCAPRON-10, ROYALAPRON-10 and ROYALAPRON-20 within the Taxiway Object Free Area (TOFA), ADCI will conduct a pavement evaluation of these sections to determine the current PCI using the methodology set forth in ASTM D5340-12, Standard Test Method for Airport Pavement Condition Index Surveys. The new information gathered from the field inspection will be entered into the U.S. Army Construction Engineering Research Laboratory PAVERTM Software along with the aircraft traffic data and historical pavement section information to generate an updated composite Pavement Condition Index (PCI) for the area being rehabilitated.
Mr. Neil Doran, C.M, ACE
June 6, 2025
2. Mapping and Surveys

ADCI will provide all necessary base mapping for the project. Existing maps will be utilized where possible and supplemental maps provided where necessary. Existing maps are, in general, adequate to serve as location maps for the project. Supplemental mapping will be required in the vicinity of the Project site.
ADCI will obtain all necessary field surveys to provide sufficient detail to prepare the supplemental maps. The ground surveys conducted will be based on the existing National Geodetic Survey (NGS) PACS and SACS or if not present, other NGS Control established at the Airport. GroundSurveys willbe conducted by Triad Engineering, Inc.and theservices to be provided are attached to this Proposal.
3. Soils and Subsurface Investigation
ADCI will obtain the required testing and evaluation for the Project, including determining the pavement section and the soils and drainage characteristics for the project area as well as analyzing the on-site borrow areas. The extent of such evaluation shall be determined by ADCI and shall be in sufficient detail to permit proper design. The evaluation will include soil and rock borings, along with various laboratory tests, such as, natural moisture content, grain size analysis, Atterberg Limits, standard Proctor and CBR test. The Geotechnical Consultation and Testing are to be performed by Triad Engineering, Inc. and the scope of services is attached to this Proposal.
ADCI will include, in the Engineer’s Report, a written report provided by the Subconsultant setting forth the test results and evaluations determined during this material evaluation and soil survey, making recommendations for the applicable portions of the Project design.
C. COMPENSATION
For the Professional Engineering Services described in Paragraph B above, we request compensation on a Lump Sum Fee basis. Billing will be based on the approximate percentage of work completed. The detailed fee estimate is attached. Reimbursable expenses will be billed in accordance with the Master Consultant Agreement. The total cost for the scope of services to be provided is $161,957. A list of tasks, including list of drawings and breakdowns of the man-hours and costs required for the project are attached to this Proposal.
D. ASSUMPTIONS
Items not included in this contract include:
1. All application, submission, and review fees will be paid by the client and are not part of this proposal. If paid for by ADCI, they shall be reimbursed as an additional service, in addition to the quoted fee herein.
2. Should additional services for revisions or work outside of this Scope of Services be required, we will provide a scope of work and fee estimate for those services to the client. We will not
Mr. Neil Doran, C.M, ACE
June 6, 2025

commence additional services work until the additional services scope and fee estimate have been approved.
3. We assume that offsite stormwater design and/or associated permitting will not be needed for the project. If required, an additional services proposal will be developed.
4. This proposal does not include the preparation of the NPDES Notice of Termination paperwork or inspection services.
5. This proposal does not include preparation or recording the land development plan.
6. All expenses will be billed on a reimbursable basis on the assumptions presented in the attached fee.
7. Construction Phase Services will be provided under a separate agreement.
E. TIME OF COMPLETION
It is anticipated that construction funding be available in Federal Fiscal Year (FFY) 2026; therefore, the bid process will be completed in the Summer of 2026. ADCI anticipates the following design and bid procurement completion schedule for this project relative to Notice-to-Proceed.
FieldWork/Design Initiation
Survey
GeotechnicalResults
30% Submittal(Programmatic Design)
90% Submittal
Submit7460/CSPP
100%Submittal/Bid Documents
Bidding PhaseServices
F. AUTHORIZATION
NTP + 60 Calendar Days
NTP+30CalendarDays
NTP+45CalendarDays
NTP + 90 Calendar Days
NTP + 150 Calendar Days
NTP+150CalendarDays
NTP+ 180 Calendar Days
NTP + 210 Days
ADCI will proceed with this project immediately upon receipt of the written Notice-to-Proceed by the County.
Thank you for the opportunity to submit this Proposal. We look forward to collaborating with you and your stakeholders on this Project. If you have any questions, please do not hesitate to contact me.
Sincerely,

Ronald N. Morris, PE, CM Senior Engineering Manager
Attachments
L:\Proposals\HGR\2025-HGR-1704 Rehab TW A TO 4\20250606 TO 4 Proposal - 2025-HGR-1704 Rehab TW A R0.docx

PROFESSIONAL SERVICES COST SUMMARY
Hagerstown Regional Airport – Richard A. Henson Field (HGR) Rehabilitate Taxiway H
1.TravelandSubsistence
2.Sub-ConsultantServices

1Project Development (PD)
1.01Scoping Meeting0112400028$2,087.84
1.02Proposal Preparation0001200025$1,172.62
1.03Airspacing30001060310$1,544.43
1.04ALP P&I Update00002040410$1,687.43
1.05FAA Documented Categorical Exclusion (CATX)00041002401654$9,752.77 Subtotal Project Development (PD)31171903402787$16,245.09
2Project Administration (PA)
2.01Project Administration (1 Meeting and 1 hrs/Week for 26 Weeks)111120260029$4,633.28
2.02Grant Management Assistance Prepare Grant Application1001002003$600.61 Prepare Quarterly Performance Reports2002004006$1,201.22
(RFR)800800160024$4,804.88 Prepare FAA Grant Closeout Package1001008009$1,458.63
2.03Internal Independent Technical Review (ITR)300012000012$3,603.66
Subtotal Project Administration (PA)171114140600088$17,188.90
3Programmatic Design (30%)
3.01Pre-Design Meeting11120040410$1,716.03
3.02Pavement Design000050100015$2,931.55
3.03Preliminary Plans Cover Sheet1000102025$843.71
Baseline Layout Plans1000102047$1,101.12
Paving and Geometry Plans1000102047$1,101.12
Paving Profiles1000102047$1,101.12

4.01Design
4.03Final
4.04Final
4.05Final

5.03Bidder
5.04Bid

Copies2000copies$0.12/copy$240.00 Exhibit Prints/Plots50dwgs$1.80/drawing$90.00 Drawing Prints/Plots22 dwg per set x5sets$1.80/drawing$198.00 Subtotal Reproduction$528.00 Sub-Consultant Services
Design Survey - Triad Engineering, Inc.1Lump Sum$8,400.00/LS$8,400.00
Geotechnical - Triad Engineering, Inc.1Lump Sum$14,000.00/LS$14,000.00 Subtotal Sub-Consultant Services$22,400.00
March 21, 2025
Ronald N. Morris, PE
Airport Design Consultants, Inc.
6031 University Boulevard, Suite 330
Ellicott City, MD 21043
RE: Proposal for Professional Surveying Services
HGR Rehabilitate Taxiway H
Design and Bid Phase Services
Hagerstown, Maryland 21742
Triad Proposal No. 03-25-0250
Dear Mr. Morris:
Triad Engineering, Inc. (Triad) is pleased to provide a fee proposal for Professional Services associated with the project mentioned above. This proposal outlines our understanding of the project, describes our planned scope of services and contains the fee for our services.
PROJECT UNDERSTANDING
In accordance with your request for proposal, we understand that you are requesting a Design Ground Survey of Taxiway H within the Hagerstown Regional Airport, consisting of approximately 4.5 acres. It is also understood that this project is for the design and bidding phases to rehabilitate Taxiway H. Per your request and the provided RFP, the following scope of services is anticipated to assist in this project.
SCOPE OF SERVICES AND FEES
Design Ground (Topographic) Survey
Triad will establish survey control points based upon using the Primary Airport Control Stations (PACS) established at the Airport If a different datum is preferred, survey control information will need to be provided. We will perform a field run topographic survey within the project area, see attached Exhibit “EX-1”. Triad will request a utility designation and marking through Miss Utility, and also subcontract a private SUE firm for utility designation. Based on available information combined with utility markings and above ground evidence, an effort will be made to show, describe and label above ground and underground utilities.
The following is the required survey requirements in the RFP as provided by Airport Design Consultants, Inc.
SCOPE OF WORK
Item 1 – Design Survey
1. All topographical information including ground spot elevations, shall be provided to the limits shown on Exhibit “EX-1” (approximately 4.5 Acres).
2. Drainage structure (information and description) within the marked survey area shall be given with top elevations, inverts (in and out for all connections) inside pipe diameters, pipe and manhole construction materials, etc. Drainage outfall lines existing within the project limits shall be traced to the next junction point outside the project limits.
3 Pavement joints in areas between visibly differing pavement sections shall be surveyed. In the areas of asphalt overlay on concrete pavement, the visible reflective cracking of the asphalt over the previously concrete pavement shall be surveyed to establish concrete joint pattern.
4 Locations of all utilities within the marked survey area (underground and above) shall be marked and identified, including, but not limited to sanitary sewer, water, gas, and electrical using ground penetrating radar, electromagnetic, and/or sonde locating equipment. Utility structures shall be given with top elevations and size/type of cover. Storm, sanitary and waterlines shall be traced to the next junction or appurtenance upstream and downstream outside the project limits. Triad will perform a design one-call with the Miss Utility System to have each utility company field locate and mark their service lines prior to survey, as required. (Private SUE services are excluded).
5. Proposed Boring Locations will be surveyed and marked in the field with the Boring Location Number. The surveyed locations and elevations shall be provided to ADCI for use by the Geotechnical Consultant.
Item 2 – Additional On-Call Design Survey
6. The cost for one (1) additional day of on-call design survey to be used upon ADCI’s request shall be included separately. This shall include both field and office time. These services will be required on short notice to verify critical locations and/or elevations.
FORMAT
7. Horizontal and vertical control for this project shall be obtained using the Primary Airport Control Station (PACS) established at the Airport. The PACS designation is
HGR Rehabilitate Taxiway H March 21, 2025
Triad Proposal No. 03-25-0250
Page 3
HGR AP STA B and the Point ID is JV7053. Horizontal control shall be referenced to the state plane coordinate system North American Datum (NAD) 83, latest adjustment at time of survey; as provided on the NGS Data Sheet. Vertical control shall be referenced to the North American Vertical Datum (NAVD) 88 datum. Reference all Ellipsoidal Heights to NAD83 (GRS 80) realization. The most recent National Geodetic Survey (NGS) GEOID model, shall be used. Spot elevations shall be given to V0.01 feet for paved sections and V0.1 feet for turfed sections. Locations of permanent items within the project limits shall be shown relative to “Baseline R” (horizontal control V0.05Y).
8. It is requested that three (3) files (AutoCAD Civil3D 2018 or later) containing the following information be submitted for our use:
File 1 – plan.dwg - Planimetric file. (All objects in this file shall have zero elevation.)
File 2 – cont.dwg - Contours file. This file should include contours, contour labels, spot information, breaklines and the Surface Triangulated Irregular Network (TIN) used to generate the contours.
+ The drawing world shall be oriented with the State Plane Coordinate System NAD 83.
+ The grid pattern on the drawings shall be based on the State Plane Grid Coordinate System.
+ No elevations shall be assigned to any lines or objects in the planimetrics file. Only contours, breaklines and spot elevations shall have elevations assigned to them.
+ Provide contour mapping with a contour interval of 0.5 foot.
+ All spots shall be on the appropriate layer and contain an attribute for elevation and point description.
+ All contours shall be continuous polylines with intermediate and index layers. (Break contours for annotation only.)
+ All text in the drawing file shall be standard (Arial font), sized to match “Leroy” standard templates (80, 100, 120, etc.) scaled for a 1”= 30’ plot scale.
+ Drawing entities shall have color and linetype set “BYLAYER”.
+ If any non-standard symbols are used in the drawing, provide a copy of the necessary code required to load and edit the drawing as submitted.
+ No linework shall be broken in order to add specific “patterns” to create the look of a custom linetype. (An example of this would be breaking a line at specific intervals to add an “X” text object to distinguish a fenceline.) As stated, a copy of ADCI’s standard linetype definition file is included. If the surveyor is unable to use this linetype definition file, the “continuous” linetype should be used in place of ADCI’s custom linetypes. No additional text items or symbols should be placed along the line to “approximate” a custom linetype.
9. It is also requested that a ASCII text point file be included for both the Planimetrics and Contours files and both should be in the format: point number, northing, easting, elevation, description (P,N,E,Z,D)
File 3: SPC.asc All points given in the State Plane Grid Coordinate System.
10. It is requested that a photographic record be kept of all monuments used and proposed monuments set as part of the performance of these services. Copies of these photographs shall be provided electronically in JPEG format.
11. All computer files (drawing files, ASCII points file, photographs, etc.) shall be submitted electronically.
FEES
The fees for our services have been based on the site-specific characteristics and the anticipated quantities of work.
Taxiway H, approximately 4.5 acres Design Ground Survey………………………….………….
The following services are excluded.
1. FEMA Hydrology and Hydraulic studies or permitting.
2. National Environmental Policy Act (NEPA) Compliance.
3. Historical and Archaeological Studies.
4. Studies for Rare, Threatened, or Endangered Species.
5. Obtaining an approved jurisdictional determination from the USACE/MDE.
6. Consultation, Permitting, compensatory mitigation design, and/or mitigation monitoring for impacts to jurisdictional waters of the United States and/or waters of the State, including wetlands.
7. Attendance at monthly progress meetings.
8. Attendance at public meetings or hearings.
9. Applying for permits.
10. Boundary Surveys.
11. ALTA/NSPS Land Title Surveys.
12. Easement Description or Plat Preparation.
13. Title Search and Report.
14. Zoning Variances or Traffic Studies.
SCHEDULE
Triad will endeavor to complete the assigned tasks as efficiently as possible and provide all related deliverables to ADCI within four to six (4 - 6) weeks of written notice to proceed. Circumstances may arise beyond our control that could result in delays.
AUTHORIZATION
This proposal represents the entire understanding between Triad and the client in regard to the referenced project. If our scope of services and related fees are acceptable, please complete, sign, and return the attached Professional Services Agreement. Our receipt of the signed Professional Services Agreement will constitute formal notice to proceed.
This proposal shall remain open for acceptance for a period of 60 days from this date. Triad Engineering appreciates the opportunity to submit this proposal and we look forward to working with you on this project. If you have any questions or require any additional information, please do not hesitate to contact us.
Sincerely,
TRIAD ENGINEERING, INC.

Ronald D. Bidle, Jr., Prof. LS Survey Practice Leader
Attachments:Exhibit “EX-1” Professional Services Agreement

NORTHING:745649.57 EASTING:1106364.33
NORTHING:745696.70 EASTING:1106199.94
NORTHING:744979.67 EASTING:1106024.94
NORTHING:745033.75 EASTING:1106195.32
TWAYH-20(72)
NORTHING:744575.40 EASTING:1106089.28
NORTHING:744602.28 EASTING:1106258.15
NOTES:
1.ALLSURFACEFEATURES:LIGHTFIXTURES,PAVEMENTMARKING,UTILITIES, PAVEMENTBREAKS,PAVEMENTJOINTS,PAVEMENTLIMITS,SWALES/BREAKSIN GRADE,UTILITYINVERTS,ANDANYOTHERVISIBLEITEMSWITHINTHELIMITS SHOWN.
2.EXISTINGGROUNDSURVEYCANBECOMPLETEDBYDRONEANDSUPPLEMENTED WITHGROUNDBASEDTOPICKUPSURFACEFEATURES.
3.BORINGLOCATIONSAREAPPROXIMATE.EXACTBORINGLOCATIONSWILLBE PROVIDEDPRIORTOSTARTING.
4.SURVEYORISTOFIELDLOCATEPROPOSEDBORINGLOCATIONSUSINGPKNAILS ONPAVEMENTANDPROVIDEELEVATIONSATTHESELOCATIONSTOADCITO PROVIDETOTHEGEOTECHNICALCONSULTANTFORINCLUSIONONBORINGLOGS.
5.PAVEMENTCONDITITIONINDEXESAREBASEDONTHE2019AIRSIDEPAVEMENT MANAGEMENTPROGRAM

SURVEYCONTROLTABLE
SECONDARYAIRPORTCONTROLSTATION(SACS)HGRARP(NGSPIDJV7051)
PRIMARYAIRPORTCONTROLSTATION(PACS)HGRAPSTAB(NGSPIDJV7053)
SECONDARYAIRPORTCONTROLSTATION(SACS)HGRAPSTAA(NGSPIDAA9254)
*ELEVATIONSTOBEPROVIDEDBYSURVEYORUPON COMPLETIONOFFIELDSURVEY.
PAVEMENTCONDITIONINDEXLEGEND
SERIOUS(11-25) FAILED(0-10)
(PAVEMENTCONDITION

March 27, 2025
Mr. Ron Morris, PE, CM, Senior Engineering Manager
Airport Design Consultants, Inc. (ACDI)
1800 JFK Boulevard, Suite 444
Philadelphia, PA 19103
RE: Proposal for Geotechnical Exploration
HGR – Rehabilitate Taxiway H
Hagerstown, Maryland
Triad Proposal No. 03-25-0267
Dear Mr. Morris:
Triad Engineering, Inc. (Triad) is pleased to submit this proposal for a geotechnical exploration of the above-referenced site. We received the project RFP dated March 19, 2025 from you. This proposal outlines our understanding of the project, describes our planned scope of services, and contains an estimated fee quotation for our services.
PROJECT DESCRIPTION
The site for the planned project is at Hagerstown Regional Airport. The project consists of rehabilitating the existing pavements in Taxiway H at the airport. You requested that we explore the existing subgrade and pavement sections and provide you with existing conditions data and subgrade recommendations based on our exploration for pavement design in accordance with FAA AC 150/5320-6G.
SCOPE OF SERVICES
As requested, we propose to drill 6 test borings and obtain 6 asphalt cores. The test borings and cores will be drilled at the locations indicated on the provided Survey and Boring Exhibit. Upon completion of the field work, we will conduct appropriate soil testing in our laboratory and prepare a detailed geotechnical report. Our planned scope of services is more fully discussed below.
Field Exploration
We will obtain asphalt and concrete cores utilizing a 10 inch diameter diamond core barrel. After recovery of the core, we propose to accomplish the test borings with a track- or ATV-mounted rotary auger drill rig and perform Standard Penetration Testing and sampling at 2.5-foot sample intervals to a depth of ten feet and at 5-foot intervals thereafter. The borings will be extended to a maximum depth of 10 feet each or refusal, whichever occurs first.
The borings will be checked for groundwater upon completion. The borings will then be backfilled with auger cuttings. After backfilling with the auger cuttings, the holes will be patched with quick set concrete. Please note that some settling of this backfill may occur over time. Any excess spoils will be spread flat in green areas or hauled off site. Our proposal does not include return site visits for maintenance of the test locations after our on-site work is complete.
A geotechnical engineer or geologist from our office will be present during the field work to supervise the field exploration program and log each boring. We assume that the test locations will staked by others prior to our mobilization.
Underground Utilities
Unmarked underground utilities pose a threat to workers performing subsurface drilling and excavation. Because of this, Triad will contact the appropriate public utility location service (e.g., Miss Utility, One-Call, etc.) to mark underground utilities prior to our subsurface exploration. However, it must be noted that public utility location services will not mark private underground lines or public underground utilities beyond a meter. Therefore, it is your responsibility to disclose the presence and provide the accurate location of all underground utilities not marked by the public utility location service. Triad will not be responsible for any damages that may result from striking underground utilities during the subsurface exploration.
Unless you have specific knowledge regarding on-site utility locations, we recommend that a private utility locator be engaged to provide this service. Triad plans to subcontract this service, and we have included the fee in our estimated total. If you choose to be responsible for on-site utility location, please notify our Project Manager and provide satisfactory evidence that the onsite utility location was completed. If evidence of unmarked underground utilities is encountered during our subsurface investigation, Triad will immediately stop work in these areas. You will be responsible for any costs that result from project delays or additional work caused by unmarked on-site utilities.
Laboratory Testing
Laboratory testing will be conducted on representative samples. The following types and numbers of tests are planned:
Evaluation and Detailed Report
Upon completion of the field investigation and laboratory testing, we will prepare a detailed geotechnical report, which will include the following:
1. A detailed discussion of the site geology and subsurface conditions encountered.
2. Detailed logs with a test location plan.
3. Results of laboratory soil testing.
4. Subgrade recommendations based on the results of our field exploration and laboratory testing for pavement design in accordance with FAA AC 150/53206G.
Our services for this project are strictly limited to those described herein. If necessary, additional services which may be required will be addressed by a change order to this contract.
ESTIMATED FEE AND SCHEDULE
The fee for our services will be based on the unit prices listed herein and the actual quantities of work performed. Based on these unit rates and the scope of work outlined in this proposal, we estimate a total fee of $12,629.25. An itemized fee estimate is attached to this proposal. If the field work is completed under the same mobilization as projects 03-25-0237, 03-25-0268, and 03-25-0269 there will be a cost savings for mobilization and the drilling will be billed per linear foot.
Triad will submit invoices for payment on a monthly basis, or upon project completion, whichever occurs first. Our invoices will be based on the actual amount of work completed in the previous period. Any subcontractor costs will be invoiced immediately upon receipt. Payment is due no more than 30 days following receipt of our invoice unless the provisions of our contract set forth an alternate schedule for payment.
The quoted unit rates are firm. The quantities of work are estimated based on our past experience and judgment, and therefore, the actual fee for the project may be more or less than estimated. We recommend a “not to exceed fee” of $14,000. This includes a contingency to cover unforeseen conditions that may arise during field work and require that additional work be performed while personnel and/or equipment are immediately available. This contingency is designed to protect your interests. If it is necessary to demobilize and later remobilize personnel and equipment, both cost and schedule could be impacted significantly. If we recognize that the Scope of Work required to complete the project will increase significantly (beyond the
contingency discussed above), Triad will provide you with a Change Order to authorize additional fees.
The field exploration fees include mobilization and transportation of drill rig and crew to and from the site and the listed totals of soil drilling and sampling. Fees for stand-by time (at the Client’s request) or additional soil and rock drilling footage have not been included. The charges for these items will be additional, if required. Charges associated with post-report meetings, plan reviews and extensive consultation have not been included and will be invoiced on a time and materials basis at the prevailing Schedule of Fees rates.
Our workload at the time of authorization will have some influence on the starting date for the investigation. We are normally able to initiate field work within five to ten working days after written authorization is received. We anticipate that the field exploration will require approximately 1 day, and laboratory testing will require about 2 to 3 weeks. Our report can be submitted within 1 to 2 weeks after completion of the field and laboratory work. It is emphasized that this schedule is an estimate and it is based on normal work loads and appropriate weather conditions.
AUTHORIZATION
This proposal and the attached Professional Services Agreement (PSA) represent the entire understanding between you and Triad with respect to the subject project. If our scope of services and related fees are acceptable, please complete the attached PSA and return it to us. Our receipt of the signed PSA will constitute formal notice to proceed. This proposal will remain open for a period of sixty (60) days from this date.
We appreciate the opportunity to submit this proposal and look forward to working with you on this project.
Sincerely,
TRIAD ENGINEERING, INC.

Anthony R. King, E.I.T. Staff Engineer

Stephen J. Gyurisin, P.E. Geotechnical Services Manager
Attachments: Itemized Fee Estimate Professional Services Agreement
ITEMIZED FEE ESTIMATE
Proposal for Geotechnical Exploration
HGR Rehabilitate Taxiway H
Triad Proposal No. 03-25-0267
FIELD EXPLORATION
TASK ORDER NO: 3
PROFESSIONAL SERVICES AGREEMENT: PUR-1714


PROJECTTITLE:RehabilitateT-HangarTaxilanes
AIRPORT:

AIRPORTDESIGNCONSULTANTS,INC.

HagerstownRegionalAirport–RichardA.HensonField(HGR)
PROJECTNO:CountyPONo.:Pending FAAGrantNo.:Pending StateGrantNo.:Pending
DATEOFISSUANCE:
METHODOFPAYMENT:
TASKORDERAMOUNT:
PROJECTDESCRIPTION:
06/06/25
Design/Bidding: LumpSum Construction: Pending
Design/Bidding:$203,987.00 Construction:$0.00 TaskOrderTotal:$203,987.00
SeetheattachedADCI'sScopeofWorkandPriceProposal.
ATTACHMENTS:
The original Agreement for Professional Services between Board of County Commissioners of Washington County, Maryland (County) and Airport Design Consultants, Inc. (ADCI) for professional services at the Hagerstown Regional Airport – Richard A. Henson Field (HGR) dated January 27, 2025 shall govern all task orders executed under this agreement unless modified in writing and agreed to by the County and ADCI. The current Federal Contract Provisions have been included in Attachment A and are herewith being made a part of this Task Order Proposal.
ACCEPTED APPROVED by:by:

Ronald N. Morris, PE, CM forNeil Doran, C.M, ACE Mahesh S. Kukata, P.EAirport Director Vice PresidentHagerstown Regional Airport
Airport Design Consultants, Inc18434 Showalter Road 6011 University Blvd, Suite 490Hagerstown, MD 21742 Ellicott City, MD 21043
June 6, 2025
Mr. Neil Doran, C.M, ACE
Airport Director
Hagerstown Regional Airport – Richard A. Henson Field 18434 Showalter Road
Hagerstown, Maryland 21742
Sentelectronicallyto:ndoran@washco-md.net
Reference: Scope of Work andPriceProposal

2025-HGR-1703
Task Order No. Three (3)– Rehabilitate T-Hangar Taxilanes
Design and BidPhase Services
Hagerstown Regional Airport– RichardA. HensonField (HGR),Hagerstown,MD
Dear Mr. Doran:
Airport Design Consultants, Inc. (ADCI) is pleased to submit this proposal to the Board of County Commissioners of Washington County, Maryland, a body corporate and politic and a political subdivision of the Stateof Maryland (County) to provide Professional Engineering Services associated with the Rehabilitate T-HangarTaxilanes–Design and BidPhaseServices(Project)atthe Hagerstown Regional Airport– Richard A. Henson Field (HGR).
Whereas the County and ADCI entered into an Agreement (PUR-1714) for ADCI to provide Professional Services that was originally executed on January 27, 2025. All the terms and conditions of the Agreement remain in full effect and apply to this Specific Project Proposal. By execution of this Proposal, ADCI accepts thecurrentapplicablerequired FederalContractProvisionsfor AirportImprovementProgramProjects,issued on May 24, 2023, included as Attachment A to this Proposal.
For this task, the following subconsultants will assist us:
Field Topographic Survey – Triad Engineering, Inc.
Geotechnical Investigations – Triad Engineering, Inc.
Whereas, the County and ADCI in their mutual covenants herein agree in respect to the scope of work and price proposal for the referenced Project as set forth below:
Mr. Neil Doran, C.M, ACE
June 6, 2025
DESCRIPTIONOF WORK
BackgroundInformation

The Airport serves all aviation markets including general aviation, business, military and commercial service. Scheduled passenger service is offered at HGR by Allegiant Air and Sun Air. The Airport Reference Code is shown as C-III on the current Airport Layout Plan (ALP) and the Design Aircraft is A321-200. The Taxilanes included in this project primarily serve Runway 2-20, which is an Aircraft Design Group (ADG) II runway which is accessed in this area by Taxiway C. Due to the space limitations between the existing hangars in this area, the hangar taxilanes are considered ADG I, TDG-1A taxilanes. The design will meet the requirements of Federal Aviation Administration (FAA) Advisory Circular (AC) 150/5300-13B. This project is for pavement rehabilitation only; however, separation standards will be analyzed between the hangars and recommendations made.
This Project is for the design and bidding phases of a project to rehabilitate the existing pavements in the T-Hangar area. There is direct access from T-Hangar Area to Taxiways C, C2 and the West Apron at the Airport. It is anticipated that the Project will include isolated full depth repairs, mill and overlay, crack repair, and new surface painted markings. A functional and structural evaluation of the pavement condition was performed in 2019 as part of the overall Pavement Management Program (PMP) and the Sections being rehabilitated as part of this Project include T-Hangar-10 through T-Hangar-50. The outcome of the functional condition evaluation of a pavement is the Pavement Condition Index (PCI) which is a numerical rating scale from 0-100 and provides a measure of the pavement’s functional surface condition. The cumulative average PCI of T-Hangar Area pavement was estimated to be 68, when averaging the five (5) Sections. The outcome of the structural evaluation of a pavement is the Pavement Classification number (PCN) which is an indicator of the load carrying capacity of the pavement and indicates a pavement's ability to support an aircraft that has an Aircraft Classification number (ACN) value equal to or less than the PCN value. The ACN is a number that expresses the relative structural load of an aircraft on a pavement. The composite PCN of the T-Hangar Taxilanes was determined to be 4/F/A/W/T; which means that the pavement cannot support repeated loadings of Aircraft that have an ACN of 4 or higher. The major distresses observed were low and medium severity alligator and longitudinal cracking. Weathering was also consistent throughout the area. Sections 10-40 were constructed in 2006, and Section 50 was constructed in 1999. Per the PMP, the existing pavement section is 5 inches of P401 Hot Mix Asphalt (HMA) on 5 inches of P-209 Crushed Aggregate Base Course (CABC) in sections 10, 20, 30 and 40 to 5 inches of asphalt on no base for Section 50.
A further investigation was conducted in April of 2025 to calculate updated PCI’s for the pavement. Based on our updated visual inspection, the new overall average PCI for the area is a 56. Using the methodology outlined in the 2019 PMP, referencing criteria set forth in ASTM D5340-12, a PCI of 56 indicates that the pavement is in FAIR Condition and has a combination of generally low- and medium-severity distresses. Near-term maintenance and repair needs for pavements in this range may range from routine to major. As outlined in the PMP, when a pavement nears the bottom of the Fair Range it hits the Critical PCI; where after the costs to extend the life of the pavement begin to increase exponentially with time.
Under this Proposal, the following Professional Engineering Services will be provided:
Mr. Neil Doran, C.M, ACE
June 6, 2025
A. BASIC SERVICES OF CONSULTANT

Professional Engineering Services to be performed under this task will be as detailed below.
1. Project Development
a. ScopingMeeting. Attend one (1) project scoping meeting, prepare the Scope of Work and assist the County in satisfying the requirements of Federal Aviation Administration (FAA) and/or Maryland Aviation Administration Office of Regional Aviation Assistance (MAA) Grant Offer(s) to receive grant funding for this Project.
b. ProposalPreparation. Prepare the Scope of Work, Schedule of Fees/Fee Estimate by Task. Prepare Project Survey and Geotechnical Investigation Exhibits. Prepare Requests for Proposal (RFP) for Survey and Geotechnical Exploration and obtain Price Proposals for inclusion in the Engineering Agreement. Verify Disadvantage Business Enterprise (DBE) requirements for Project and ensure that DBE Goals are included.
c. Airspacing. Completion and submission of required Federal Aviation Administration (FAA) Form 7460-1, Notice of Proposed Construction or Alteration’s, for the critical Construction Equipment and one for the Construction Safety and Phasing Plan (CSPP) in accordance with FAA Office of Airports (ARP) Standard Operating Procedure (SOP) 9.2 Standard Operating Procedure for FAA Aeronautical Study, Coordination and Evaluation.
d. ALPP&IUpdate. Because pavement geometrics are not being modified as part of this Project, a Pen & Ink (P&I) Update to the Airport Layout Plan (ALP), in accordance with FAA SOP2.0Standard Procedure for FAA Review and Approvalof Airport Layout Plans (ALPs) is not required for submission to and approval by the FAA. If during design it is determined that a geometric change is required, the required as-built geometric updates will be included under a separate agreement and submitted for FAA approvals.
e. FAA Documented Categorical Exclusion (CATX). Based on coordination with the FAA it was determined that the FAA Documented Categorical Exclusion (CATX) would be the appropriate National Environmental Policy Act (NEPA) document for this Project. This Project will include the preparation of one (1) FAA Documented Categorical Exclusion (CATX) for the construction of the proposed development in accordance with the requirements set forth in Federal Aviation Administration (FAA) Airports Standard Operating Procedure (SOP) No. 5.1, based upon the guidance in Federal Aviation Administration (FAA) Orders 1050.1F – Environmental Impacts: Policies and Procedures, and the Environmental Desk Reference for Airport Actions and 5050.4B –NEPA Implementing Instructions for Airport Actions for submission to and approval by the FAA.
2. Project Administration
a. Project Administration. Throughout the course of the project ADCI shall provide all necessary coordination with County, HGR Staff, Subconsultants, and appropriate Federal, State and Local agencies, including correspondence, telephone contact, memorandums and a maximum of one (1) meeting(s) or conference(s). Such
Mr. Neil Doran, C.M, ACE
June 6, 2025

coordination shall be provided during period covered by the agreed upon schedule for completion of the Project.
b. GrantManagementAssistance. ThroughoutthecourseoftheprojectADCIshallprovide the following grant management services to assist the County:
1. Prepare one (1) Federal Grant Application for County Review and submittal to FAA, including all correspondence and communications related thereto.
2. Assist County with FAA Quarterly Performance Reporting, as required.
3. Assist County with Annual Financial Reporting, as needed.
4. Assist County in the preparation of Requests for Reimbursement (RFR) from the Federal and State Agencies during the duration of the Project, with legal assistance provided by the County. Prepare and submit draft FAA requests for reimbursement of County's project expenses. Prepare pay request summary spreadsheet, project summary spreadsheet and documentation for County's use in submitting RFR’s.
5. Preparation and Submission of one (1) Final Grant Closeout Package including the Additional Documents Needed for Financial Close Out of Grant, Final Project Report, Sponsor Certifications, and Final Project Cost Summary/Administrative Cost Plan for County review and transmittal to Funding Agencies.
c. Internal QA/QC Review. Engineer’s Senior Engineer and Senior Project/Construction Manager will perform an Independent Technical Quality Assurance/Control Review of the Documents for each submittal prior to submitting them to County/Agencies for each submittal and prior to approval to advertise the Project for Bidding. ADCI will utilize the checklist included in the FAA ARP SOP 1.00, FAA Evaluation of Sponsor’s Construction Safety and Phasing Plans Funded by the AIP or PFC Programs, as a guide for the review of the CSPP.
3. Programmatic Design
The Program Development phase includes the following tasks:
a. Pre-Design Meeting. Prepare for, attend, and provide meeting notes for one (1) project Pre-Design Meeting with personnel from the County, FAA, ATCT, MAA and other stakeholders to discuss the overall project scope, work schedule, airport operational safety, project coordination, design investigations, and other project specific items in accordance with the requirements of FAA Advisory Circular (AC) 150/5370-12B Quality Management for Federally Funded Airport Construction Projects. All comments will be given due consideration and differences resolved.
b. Pavement Design. Complete a pavement design for this project is in accordance with FAA Advisory Circular 150/5320-6, Airport Pavement Design and Evaluation, based on the anticipated fleet mix/forecast and geotechnical findings for the 20-year design life. The pavement structural sections will be determined utilizing the FAA Rigid and Flexible Iterative Elastic Layered Design (FAARFIELD) software. The inputs for FAARFIELD include fleet mix with average annual departures, subgrade CBR values and type of subbase materials. These factors as well as other design parameters will be evaluated
Mr. Neil Doran, C.M, ACE
June 6, 2025

to determine the optimum pavement section(s) to be utilized for this Project.
c. Preliminary Plans. Design effort to reach 30% completion of plans to include evaluation and documentation of design criteria, and written descriptions of the work elements involved in each phase of the Project. The current editions of FAA Advisory Circular (AC) 150/5370-2, Operational Safety on Airport During Construction, and AC 150/530013B, Airport Design, will be the basis of most geometric design parameters ADCI will utilize for this Project. Plans to be included in this submission generally include:
Cover Sheet
Baseline Layout Plans
Paving and Geometry Plans
Paving Profiles
Typical Sections and Paving Details
Grading and Drainage Plans
Drainage Details
Pavement Marking Plan
Pavement Marking Details
Boring Location Plan
Boring Logs
d. Preliminary Engineer’s Opinion of Probable Cost (EOPC). Based on the information contained in the preliminary design documents, prepare and submit an Engineer’s Opinion of Probable Cost (EOPC).
e. Preliminary Design Engineers Report. Prepare the Design Engineer's Report in accordance with the Federal and/or State requirements and furnish to the County such documents and design data, so that approval may be secured from such governmental authorities having jurisdiction over the Project.
4. Final Design Development (90% and Bid (Signed/Sealed))
The Final Design Development phase will build upon feedback from the programmatic submission and a determination on what area will be included in Construction Package 1 based on impacts to airport operations, costs, and funding availability. The remaining Phases of the Program will be taken to final design under a subsequent agreement(s). Final Design will include three (3) separate submissions of the documents at the 60%, 90% and Final Bid Submission stages. Each submission will include a design review meeting with pertinent stakeholders to include:
County/Airport Personnel (Executive, Operations, Finance, etc.),
FAA (ADO, ATCT),
MAA, and
Airport Tenant representatives, as needed.
Mr. Neil Doran, C.M, ACE
June 6, 2025

ADCI will prepare for incorporation in the Contract Documents final drawings to show the general scope, extent, and character of the work to be furnished and performed by Contractor(s) and Specifications prepared in accordance with Federal Aviation Administration (FAA) Advisory Circular (AC) 150/5370-10H and/or State guidelines.
a. Final Design Review Meeting. Furnish electronic copies of the Final Design documents to the County, FAA, MAA and other agencies, as required, for review and approval. Prepare for, attend, and provide meeting notes for three (3) Design Review Meetings with the County, FAA, MAA, and other appropriate agencies. All comments will be given due consideration and differences resolved.
b. Final Plans. Design effort to reach 90% and Final Bid Submission completion of plans to include evaluation and documentation of design criteria, and written descriptions of the work elements involved in each phase of the Project. The current editions of FAA Advisory Circulars at the date of issuance of a Notice ToProceed (NTP)will be the basis of design parameters ADCI will utilize for this Project. Plans to be included in these submissions will generally include:
Cover Sheet
Drawing Index
Quantity Tables
General Construction and Safety Notes
General Project Layout
Baseline Layout Plans
Construction Safety and Phasing Plans
Construction Safety and Phasing Notes
Construction Safety and Phasing Details
Demolition Plans
Paving and Geometry Plans
Paving Profiles
Typical Sections and Paving Details
Grading and Drainage Plans
Drainage Details
Pavement Marking Plan
Pavement Marking Details
Boring Location Plan
Boring Logs
c. Final Project Manual. Prepare for review and approval by the County, its legal counsel and other advisors, instructions to bidders, minimum wage rate determination, bid proposal forms and certifications, bid bond form, contract agreement forms, contract bond form, general conditions, supplementary conditions, federal general provisions, federal contract regulations, and include all required appendices to the manual. Prepare
Mr. Neil Doran, C.M, ACE
June 6, 2025

the FAA general contract provisions and technical specifications conforming to the requirements set forth in FAA AC 150/5370-10H. When circumstances do not provide for a standard general provision or technical specification to completement the required scope of work, utilize astandard stateprovision ortechnical specification or developone specific to the Project.
d. Final Engineer's Report. Provide technical criteria, written descriptions and design data for County 's use in filing applications for permits with or obtaining approvals of such governmental authorities as have jurisdiction to approve the design of the Project and assist County in consultations with appropriate authorities.
e. Final Engineer’s Opinion of Probable Cost (EOPC). Advise County of any adjustments to the EOPC caused by changes in general scope, extent or character or design requirements of the Project or Construction Costs. Furnish to the County a revised EOPC based on updated quantity takeoffs of the Plans and Specifications for each submission.
5. Bid PhaseServices
Following final approval of the plans and specifications by the County, FAA and MAA, as appropriate, bidding services will commence and will include the following services:
a. Bid Document Distribution. Prepare electronic PDF copies of the As-Bid documents for distribution to the County, FAA, MAA, and prospective bidders.
b. Pre-Bid Meeting. Schedule, prepare for, and conduct one (1) Pre-Bid Meeting between County, FAA, MAA, prospective bidders, and other agencies. The Pre-Bid Meeting will be conducted in accordance with FAA AC 150/5370-12B, Quality Management for Federally Funded Airport Construction Projects, to discuss project scope, work schedule, funding, airport operational safety, contract requirements, and other project specific items. Prepare and distribute meeting notes in an Addendum.
c. Bid Addendum(s). Preparation of responses to bidder’s questions and requests for clarifications as appropriate to interpret, clarify or expand the Bidding Documents. Preparation of one (1) addenda and coordination with the County.
d. Bid Opening, Tabulation and Recommend Award. Attend one (1) virtual Bid Opening hosted by the County. Prepare the Bid Tabulation and transmit it to the County, FAA, MAA, and Bidders. Prepare the Recommendation of Award and transmit to the County for their consideration in offering award.
e. Conformed Documents Preparation. Coordinate and assemble Construction Contracts (Agreements, Bonds and Insurances) and submit executed Contract Information to Funding Agencies. Incorporate completed bid proposal forms, executed contracts, bonds, insurance certificates, and all addenda into a Conformed set of Contract Documents. TheConformedDocumentswillbe transmitted electronicallyto theCounty, FAA, MAA, and Contractor. Three (3) full-sized sets, or as prescribed in the contract documents, will be printed for the Contractor.
Mr. Neil Doran, C.M, ACE
June 6, 2025
B. SPECIAL SERVICESOF CONSULTANT
1. Pavement Evaluation

Using the pavement branch / sections identified in the 2019 Pavement Management Program (PMP) being rehabilitated as part of this Project, to include T Hangar-10 through T-Hangar-50, ADCI will conduct a pavement evaluation of these sections to determine the current PCI using the methodology set forth in ASTM D5340-12, Standard Test Method for Airport Pavement Condition Index Surveys. The new information gathered from the field inspection willbe entered into the U.S. ArmyConstruction Engineering Research Laboratory PAVERTM Software along with the aircraft traffic data and historical pavement section information to generate an updated composite Pavement Condition Index (PCI) for the area being rehabilitated.
2. Mapping and Surveys
ADCI will provide all necessary base mapping for the project. Existing maps will be utilized where possible and supplemental maps provided where necessary. Existing maps are, in general, adequate to serve as location maps for the project. Supplemental mapping will be required in the vicinity of the Project site.
ADCI will obtain all necessary field surveys to provide sufficient detail to prepare the supplemental maps. The ground surveys conducted will be based on the existing National Geodetic Survey (NGS) PACS and SACS or if not present, other NGS Control established at the Airport. GroundSurveys willbe conducted by Triad Engineering, Inc.and theservices to be provided are attached to this Proposal.
3. Soils and Subsurface Investigation
ADCI will obtain the required testing and evaluation for the Project, including determining the pavement section and the soils and drainage characteristics for the project area as well as analyzing the on-site borrow areas. The extent of such evaluation shall be determined by ADCI and shall be in sufficient detail to permit proper design. The evaluation will include soil and rock borings, along with various laboratory tests, such as, natural moisture content, grain size analysis, Atterberg Limits, standard Proctor and CBR test. The Geotechnical Consultation and Testing are to be performed by Triad Engineering, Inc. and the scope of services is attached to this Proposal.
ADCI will include, in the Engineer’s Report, a written report provided by the Subconsultant setting forth the test results and evaluations determined during this material evaluation and soil survey, making recommendations for the applicable portions of the Project design.
C. COMPENSATION
For the Professional Engineering Services described in Paragraph B above, we request compensation on a LumpSumFee basis. Billing will be based on approximate percentage of work completed. The detailed fee estimate is attached. Reimbursable expenses will be billed in
Mr. Neil Doran, C.M, ACE
June 6, 2025

accordance with the Master Consultant Agreement. The total cost for the scope of services to be provided is $203,987.
A list of tasks, including list of drawings and breakdowns of the man-hours and costs required for the project are attached to this Proposal.
D. ASSUMPTIONS
Items not included in this contract include:
1. All application, submission, and review fees will be paid by the client and are not part of this proposal. If paid for by ADCI, they shall be reimbursed as an additional service, in addition to the quoted fee herein.
2. Should additional services for revisions or work outside of this Scope of Services be required, we will provide a scope of work and fee estimate for those services to the client. We will not commence additional services work until the additional services scope and fee estimate have been approved.
3. We assume that offsite stormwater design and/or associated permitting will not be needed for the project. If required, an additional services proposal will be developed.
4. This proposal does not include the preparation of the NPDES Notice of Termination paperwork or inspection services.
5. This proposal does not include preparation or recording the land development plan.
6. All expenses will be billed on a reimbursable basis on the assumptions presented in the attached fee.
7. Construction Phase Services will be provided under a separate agreement.
E. TIME OF COMPLETION
It is anticipated that construction funding be available in Federal Fiscal Year (FFY) 2026; therefore, the bid process will be completed in the Spring/Summer of 2026. ADCI anticipates the following design and bid procurement completion schedule for this project relative to Notice-to-Proceed.
FieldWork/Design Initiation
NTP + 60 Calendar Days
Survey NTP+30CalendarDays
GeotechnicalResults
30% Submittal(Programmatic Design)
90% Submittal
Submit7460/CSPP
100%Submittal/Bid Documents
Bidding PhaseServices
F. AUTHORIZATION
NTP+45CalendarDays
NTP + 90 Calendar Days
NTP + 150 Calendar Days
NTP+150CalendarDays
NTP+ 180 Calendar Days
NTP + 210 Days
ADCI will proceed with this project immediately upon receipt of the written Notice-to-Proceed by the County.
Mr. Neil Doran, C.M, ACE
June 6, 2025

Thank you for the opportunity to submit this Proposal. We look forward to collaborating with you and your stakeholders on this Project. If you have any questions, please do not hesitate to contact me.
Sincerely,

Ronald N. Morris, PE, CM Senior Engineering Manager
Attachments
L:\Proposals\HGR\2025-HGR-1703 Rehab T Hangar TL TO 3\20250606 TO 3 Proposal - 2025-HGR-1703 Rehab T-Hangar TL R0.docx

PROFESSIONAL SERVICES COST SUMMARY
1.TravelandSubsistence
2.Sub-ConsultantServices

1Project Development (PD)
1.01Scoping Meeting01108000816$3,432.06
1.02Proposal Preparation00018000413$3,231.86 1.03Airspacing500003100518$2,588.35
1.04ALP P&I Update00002040814$2,202.24
1.05FAA Documented Categorical Exclusion (CATX)00001024001650$9,180.76
Project Development (PD)5111282714041111$20,635.27
2Project Administration (PA)
2.01Project Administration (1 Meeting and 2 hrs/Week for 26 Weeks)111025200054$9,523.97
2.02Grant Management Assistance800000160016$2,288.04
2.03Internal Independent Technical Review (ITR)300012000012$3,603.66
3Programmatic Design (30%)
3.01Pre-Design Meeting11120040410$1,716.03
3.02Pavement Design0000510100025$4,647.58
3.03Preliminary Plans Cover Sheet1000112048$1,272.72 Baseline Layout Plans1000112048$1,272.72 Paving and Geometry Plans400044801632$5,090.89 Paving Profiles20002240816$2,545.44

4.03Final
5.01Bid
5.02Pre-Bid

3.01Subconsultant
3.02Subconsultant
Per Diem (RPR)0days @ local GSA rates$166.00/day$0.00 Meals & Incidentals (M&IE)8people on trips$68.00/person$544.00
Lodging0nights$110.00/night$0.00
Cell Phone0months$60.00/month$0.00
Tolls0trips$0.00/trip$0.00
Postage6packages$15.00/package$90.00
March 21, 2025
Ronald N. Morris, PE
Airport Design Consultants, Inc.
6031 University Boulevard, Suite 330
Ellicott City, MD 21043
RE: Proposal for Professional Surveying Services
HGR Rehabilitate T-Hangar Taxilanes
Design and Bid Phase Services
Hagerstown, Maryland 21742
Triad Proposal No. 03-25-0249
Dear Mr. Morris:
Triad Engineering, Inc. (Triad) is pleased to provide a fee proposal for Professional Services associated with the project mentioned above. This proposal outlines our understanding of the project, describes our planned scope of services and contains the fee for our services.
PROJECT UNDERSTANDING
In accordance with your request for proposal, we understand that you are requesting a Design Ground Survey of the T-Hangar Taxilanes area within the Hagerstown Regional Airport, consisting of approximately 24 acres It is also understood that this project is for the design and bidding phases to rehabilitate the existing pavements in the T-Hangar area leading from Taxiway C Per your request and the provided RFP, the following scope of services is anticipated to assist in this project.
SCOPE OF SERVICES AND FEES
Design Ground (Topographic) Survey
Triad will establish survey control points based upon using the Primary Airport Control Stations (PACS) established at the Airport. If a different datum is preferred, survey control information will need to be provided. We will perform a field run topographic survey within the project area, see attached Exhibit “EX-1”. Triad will request a utility designation and marking through Miss Utility, and also subcontract a private SUE firm for utility designation. Based on available information combined with utility markings and above ground evidence, an effort will be made to show, describe and label above ground and underground utilities.
The following is the required survey requirements in the RFP as provided by Airport Design Consultants, Inc.
SCOPE OF WORK
Item 1 – Design Survey
1. All topographical information including ground spot elevations, shall be provided to the limits shown on Exhibit “EX-1” (approximately 24 Acres).
2. Drainage structure (information and description) within the marked survey area shall be given with top elevations, inverts (in and out for all connections) inside pipe diameters, pipe and manhole construction materials, etc. Drainage outfall lines existing within the project limits shall be traced to the next junction point outside the project limits.
3 Pavement joints in areas between visibly differing pavement sections shall be surveyed. In the areas of asphalt overlay on concrete pavement, the visible reflective cracking of the asphalt over the previously concrete pavement shall be surveyed to establish concrete joint pattern.
4 Locations of all utilities within the marked survey area (underground and above) shall be marked and identified, including, but not limited to sanitary sewer, water, gas, and electrical using ground penetrating radar, electromagnetic, and/or sonde locating equipment. Utility structures shall be given with top elevations and size/type of cover. Storm, sanitary and waterlines shall be traced to the next junction or appurtenance upstream and downstream outside the project limits. Triad will perform a design one-call with the Miss Utility System to have each utility company field locate and mark their service lines prior to survey, as required. (Private SUE services are excluded).
5. Proposed Boring Locations will be surveyed and marked in the field with the Boring Location Number. The surveyed locations and elevations shall be provided to ADCI for use by the Geotechnical Consultant.
Item 2 – Additional On-Call Design Survey
6. The cost for one (1) additional day of on-call design survey to be used upon ADCI’s request shall be included separately. This shall include both field and office time. These services will be required on short notice to verify critical locations and/or elevations.
FORMAT
7. Horizontal and vertical control for this project shall be obtained using the Primary Airport Control Station (PACS) established at the Airport. The PACS designation is
HGR Rehabilitate T-Hanger Taxilanes March 21, 2025
Triad Proposal No. 03-25-0249
Page 3
HGR AP STA B and the Point ID is JV7053. Horizontal control shall be referenced to the state plane coordinate system North American Datum (NAD) 83, latest adjustment at time of survey; as provided on the NGS Data Sheet. Vertical control shall be referenced to the North American Vertical Datum (NAVD) 88 datum. Reference all Ellipsoidal Heights to NAD83 (GRS 80) realization. The most recent National Geodetic Survey (NGS) GEOID model, shall be used. Spot elevations shall be given to V0.01 feet for paved sections and V0.1 feet for turfed sections. Locations of permanent items within the project limits shall be shown relative to “Baseline R” (horizontal control V0.05Y).
8. It is requested that three (3) files (AutoCAD Civil3D 2018 or later) containing the following information be submitted for our use:
File 1 – plan.dwg - Planimetric file. (All objects in this file shall have zero elevation.)
File 2 – cont.dwg - Contours file. This file should include contours, contour labels, spot information, breaklines and the Surface Triangulated Irregular Network (TIN) used to generate the contours.
+ The drawing world shall be oriented with the State Plane Coordinate System NAD 83.
+ The grid pattern on the drawings shall be based on the State Plane Grid Coordinate System.
+ No elevations shall be assigned to any lines or objects in the planimetrics file. Only contours, breaklines and spot elevations shall have elevations assigned to them.
+ Provide contour mapping with a contour interval of 0.5 foot.
+ All spots shall be on the appropriate layer and contain an attribute for elevation and point description.
+ All contours shall be continuous polylines with intermediate and index layers. (Break contours for annotation only.)
+ All text in the drawing file shall be standard (Arial font), sized to match “Leroy” standard templates (80, 100, 120, etc.) scaled for a 1”= 30’ plot scale.
+ Drawing entities shall have color and linetype set “BYLAYER”.
+ If any non-standard symbols are used in the drawing, provide a copy of the necessary code required to load and edit the drawing as submitted.
+ No linework shall be broken in order to add specific “patterns” to create the look of a custom linetype. (An example of this would be breaking a line at specific intervals to add an “X” text object to distinguish a fenceline.) As stated, a copy of ADCI’s standard linetype definition file is included. If the surveyor is unable to use this linetype definition file, the “continuous” linetype should be used in place of ADCI’s custom linetypes. No additional text items or symbols should be placed along the line to “approximate” a custom linetype.
9. It is also requested that a ASCII text point file be included for both the Planimetrics and Contours files and both should be in the format: point number, northing, easting, elevation, description (P,N,E,Z,D)
File 3: SPC.asc All points given in the State Plane Grid Coordinate System.
10. It is requested that a photographic record be kept of all monuments used and proposed monuments set as part of the performance of these services. Copies of these photographs shall be provided electronically in JPEG format.
11. All computer files (drawing files, ASCII points file, photographs, etc.) shall be submitted electronically.
FEES
The fees for our services have been based on the site-specific characteristics and the anticipated quantities of work.
T-Hangar Taxilanes, approximately 24 acres
Design Ground Survey………………………….………….
17,500 Additional On-Call Design Survey (One Additional Day).........................................$ 2,000
The following services are excluded.
1. FEMA Hydrology and Hydraulic studies or permitting.
2. National Environmental Policy Act (NEPA) Compliance.
3. Historical and Archaeological Studies.
4. Studies for Rare, Threatened, or Endangered Species.
5. Obtaining an approved jurisdictional determination from the USACE/MDE.
6. Consultation, Permitting, compensatory mitigation design, and/or mitigation monitoring for impacts to jurisdictional waters of the United States and/or waters of the State, including wetlands.
7. Attendance at monthly progress meetings.
8. Attendance at public meetings or hearings.
9. Applying for permits.
10. Boundary Surveys.
11. ALTA/NSPS Land Title Surveys.
12. Easement Description or Plat Preparation.
13. Title Search and Report.
14. Zoning Variances or Traffic Studies.

TWAYG-10(84)

THANGAR-50(67)
THANGAR-30(67)
NORTHING:746300.00
EASTING:1106987.34
NORTHING:745515.34
EASTING:1106749.05
ROYALAPRON-20(78)
ROYALAPRON-10(70)
TWAYH-20(72)
TWAYA-30(94)
TWAYH-10(94)
TWAYA-40(89)
WESTAPRON-10(65)
WESTAPRON-30(81)
SNCAPRON-10(67)
WESTAPRON-20(81)
TWAYD-20(94)
TWAYC-20(81)
TWAYA-10(80)
NORTHING:746907.28
EASTING:1108092.85
THANGAR-20(67)
NORTHING:745926.75
EASTING:1107643.37
THANGAR-10(75)
NORTHING:745875.95
EASTING:1107810.66
RWAY220-30(85)
TWAYC2-10(94)
THANGAR-40(69)
TWAYC-20(94)
NORTHING:745323.60
EASTING:1107460.20
TWAYA-50(94)
TWAYA-60(93)
TWAYB-30(84)
RUNWAY9-27(7,000'X150')
SECONDARYAIRPORTCONTROLSTATION(SACS)HGRARP(NGSPIDJV7051)
PRIMARYAIRPORTCONTROLSTATION(PACS)HGRAPSTAB(NGSPIDJV7053)
SECONDARYAIRPORTCONTROLSTATION(SACS)HGRAPSTAA(NGSPIDAA9254)
TWAYA-70(100)
TWAYB-20(64)
TWAYB-10(89)
1.ALLSURFACEFEATURES:LIGHTFIXTURES,PAVEMENT MARKING,UTILITIES,PAVEMENTBREAKS,PAVEMENTJOINTS, PAVEMENTLIMITS,SWALES/BREAKSINGRADE,UTILITY INVERTS,ANDANYOTHERVISIBLEITEMSWITHINTHELIMITS SHOWN.
2.EXISTINGGROUNDSURVEYCANBECOMPLETEDBYDRONE ANDSUPPLEMENTEDWITHGROUNDBASEDTOPICKUP SURFACEFEATURES.
3.BORINGLOCATIONSAREAPPROXIMATE.EXACTBORING LOCATIONSWILLBEPROVIDEDPRIORTOSTARTING.
4.SURVEYORISTOFIELDLOCATEPROPOSEDBORING LOCATIONSUSINGPKNAILSONPAVEMENTANDPROVIDE ELEVATIONSATTHESELOCATIONSTOADCITOPROVIDETO THEGEOTECHNICALCONSULTANTFORINCLUSIONON BORINGLOGS.
5.PAVEMENTCONDITITIONINDEXESAREBASEDONTHE2019 AIRSIDEPAVEMENTMANAGEMENTPROGRAM
27APRON-10(84)
TWAYA-90(84)
TWAYA-100(78)
TWAYA-80(83)
TWAY A-110(81)
PAVEMENTCONDITIONINDEXLEGEND
SERIOUS(11-25) FAILED(0-10) *ELEVATIONSTOBEPROVIDEDBYSURVEYORUPON COMPLETIONOFFIELDSURVEY.

March 20, 2025
Mr. Ron Morris, PE, CM, Senior Engineering Manager
Airport Design Consultants, Inc. (ACDI)
1800 JFK Boulevard, Suite 444
Philadelphia, PA 19103
RE: Proposal for Geotechnical Exploration
HGR – Rehabilitate T-Hanger Taxilanes
Hagerstown, Maryland
Triad Proposal No. 03-25-0237
Dear Mr. Morris:
Triad Engineering, Inc. (Triad) is pleased to submit this proposal for a geotechnical exploration of the above-referenced site. We received the project RFP dated March 11, 2025 from you. This proposal outlines our understanding of the project, describes our planned scope of services, and contains an estimated fee quotation for our services.
PROJECT DESCRIPTION
The site for the planned project is at Hagerstown Regional Airport. The project consists of rehabilitating the existing pavements in the T-Hanger area leading from Taxiway C at the airport. This project includes T-Hanger-10 through T-Hanger-50. You requested that we explore the existing subgrade and pavement sections and provide you with existing conditions data and subgrade recommendations based on our exploration for pavement design in accordance with FAA AC 150/5320-6G.
SCOPE OF SERVICES
As requested, we propose to drill 8 test borings and obtain 8 asphalt cores. The test borings and cores will be drilled at the locations indicated on the provided Survey and Boring Exhibit. Upon completion of the field work, we will conduct appropriate soil testing in our laboratory and prepare a detailed geotechnical report. Our planned scope of services is more fully discussed below.
Field Exploration
We will obtain asphalt and concrete cores utilizing a 10 inch diameter diamond core barrel. After recovery of the core, we propose to accomplish the test borings with a track- or ATV-mounted rotary auger drill rig and perform Standard Penetration Testing and sampling at 2.5-foot sample intervals to a depth of ten feet and at 5-foot intervals thereafter. The borings will be extended to a maximum depth of 10 feet each or refusal, whichever occurs first.
The borings will be checked for groundwater upon completion. The borings will then be backfilled with auger cuttings. After backfilling with the auger cuttings, the holes will be patched with quick set concrete. Please note that some settling of this backfill may occur over time. Any excess spoils will be spread flat in green areas or hauled off site. Our proposal does not include return site visits for maintenance of the test locations after our on-site work is complete.
A geotechnical engineer or geologist from our office will be present during the field work to supervise the field exploration program and log each boring. We assume that the test locations will staked by others prior to our mobilization.
Underground Utilities
Unmarked underground utilities pose a threat to workers performing subsurface drilling and excavation. Because of this, Triad will contact the appropriate public utility location service (e.g., Miss Utility, One-Call, etc.) to mark underground utilities prior to our subsurface exploration. However, it must be noted that public utility location services will not mark private underground lines or public underground utilities beyond a meter. Therefore, it is your responsibility to disclose the presence and provide the accurate location of all underground utilities not marked by the public utility location service. Triad will not be responsible for any damages that may result from striking underground utilities during the subsurface exploration.
Unless you have specific knowledge regarding on-site utility locations, we recommend that a private utility locator be engaged to provide this service. Triad plans to subcontract this service, and we have included the fee in our estimated total. If you choose to be responsible for on-site utility location, please notify our Project Manager and provide satisfactory evidence that the onsite utility location was completed. If evidence of unmarked underground utilities is encountered during our subsurface investigation, Triad will immediately stop work in these areas. You will be responsible for any costs that result from project delays or additional work caused by unmarked on-site utilities.
Laboratory Testing
Laboratory testing will be conducted on representative samples. The following types and numbers of tests are planned:
Evaluation and Detailed Report
Upon completion of the field investigation and laboratory testing, we will prepare a detailed geotechnical report, which will include the following:
1. A detailed discussion of the site geology and subsurface conditions encountered.
2. Detailed logs with a test location plan.
3. Results of laboratory soil testing.
4. Subgrade recommendations based on the results of our field exploration and laboratory testing for pavement design in accordance with FAA AC 150/53206G.
Our services for this project are strictly limited to those described herein. If necessary, additional services which may be required will be addressed by a change order to this contract.
ESTIMATED FEE AND SCHEDULE
The fee for our services will be based on the unit prices listed herein and the actual quantities of work performed. Based on these unit rates and the scope of work outlined in this proposal, we estimate a total fee of $12,629.25. An itemized fee estimate is attached to this proposal.
Triad will submit invoices for payment on a monthly basis, or upon project completion, whichever occurs first. Our invoices will be based on the actual amount of work completed in the previous period. Any subcontractor costs will be invoiced immediately upon receipt. Payment is due no more than 30 days following receipt of our invoice unless the provisions of our contract set forth an alternate schedule for payment.
The quoted unit rates are firm. The quantities of work are estimated based on our past experience and judgment, and therefore, the actual fee for the project may be more or less than estimated. We recommend a “not to exceed fee” of $14,000. This includes a contingency to cover unforeseen conditions that may arise during field work and require that additional work be performed while personnel and/or equipment are immediately available. This contingency is designed to protect your interests. If it is necessary to demobilize and later remobilize personnel and equipment, both cost and schedule could be impacted significantly. If we recognize that the Scope of Work required to complete the project will increase significantly (beyond the contingency discussed above), Triad will provide you with a Change Order to authorize additional fees.
The field exploration fees include mobilization and transportation of drill rig and crew to and from the site and the listed totals of soil drilling and sampling. Fees for stand-by time (at the Client’s request) or additional soil and rock drilling footage have not been included. The charges for these items will be additional, if required. Charges associated with post-report meetings, plan reviews and extensive consultation have not been included and will be invoiced on a time and materials basis at the prevailing Schedule of Fees rates.
Our workload at the time of authorization will have some influence on the starting date for the investigation. We are normally able to initiate field work within five to ten working days after written authorization is received. We anticipate that the field exploration will require approximately 1 day, and laboratory testing will require about 2 to 3 weeks. Our report can be submitted within 1 to 2 weeks after completion of the field and laboratory work. It is emphasized that this schedule is an estimate and it is based on normal work loads and appropriate weather conditions.
AUTHORIZATION
This proposal and the attached Professional Services Agreement (PSA) represent the entire understanding between you and Triad with respect to the subject project. If our scope of services and related fees are acceptable, please complete the attached PSA and return it to us. Our receipt of the signed PSA will constitute formal notice to proceed. This proposal will remain open for a period of sixty (60) days from this date.
We appreciate the opportunity to submit this proposal and look forward to working with you on this project.
Sincerely,
TRIAD
ENGINEERING, INC.

Anthony R. King, E.I.T. Staff Engineer

Stephen J.
Gyurisin,
P.E. Geotechnical Services Manager
Attachments: Itemized Fee Estimate Professional Services Agreement
FIELD EXPLORATION
ITEMIZED FEE ESTIMATE
Proposal for Geotechnical Exploration HGR Rehabilitate T-Hanger Taxilanes
Triad Proposal No. 03-25-0237
EVALUATION AND REPORT
ESTIMATED PROJECT FEES
TASK ORDER NO: 4
PROFESSIONAL SERVICES AGREEMENT: PUR-1714


PROJECT TITLE:Rehabilitate Taxiway A
AIRPORT:

AIRPORT DESIGN CONSULTANTS, INC

Hagerstown Regional Airport – Richard A. Henson Field (HGR)
PROJECT NO:County PO No.:Pending FAA Grant No.:Pending State Grant No.:Pending
DATE OF ISSUANCE:
METHOD OF PAYMENT:
TASK ORDER AMOUNT:
PROJECT DESCRIPTION:
06/06/25
Design/Bidding:Lump Sum Construction:Pending
Design/Bidding:$342,459.00
Construction:$0.00 Task Order Total:$342,459.00
See the attached ADCI's Scope of Work and Price Proposal.
ATTACHMENTS:
The original Agreement for Professional Services between Board of County Commissioners of Washington County, Maryland (County) and Airport Design Consultants, Inc. (ADCI) for professional services at the Hagerstown Regional Airport – Richard A. Henson Field (HGR) dated January 27, 2025 shall govern all task orders executed under this agreement unless modified in writing and agreed to by the County and ADCI. The current Federal Contract Provisions have been included in Attachment A and are herewith being made a part of this Task Order Proposal.
ACCEPTED APPROVED by:by:

Ronald N. Morris, PE, CM forNeil Doran, C.M, ACE
Mahesh S. Kukata, P.EAirport Director Vice PresidentHagerstown Regional Airport
Airport Design Consultants, Inc18434 Showalter Road 6031 University Blvd, Suite 330Hagerstown, MD 21742 Ellicott City, MD 21043
June 6, 2025
Mr. Neil Doran, C.M, ACE Airport Director
Hagerstown Regional Airport – Richard A. Henson Field 18434 Showalter Road Hagerstown, Maryland 21742
Sentelectronicallyto:ndoran@washco-md.net
Reference: Scope of Work andPriceProposal

2025-HGR-1704
Task Order No. Four (4)–Rehabilitate Taxiway A Design and BidPhase Services Hagerstown Regional Airport– RichardA. HensonField (HGR),Hagerstown,MD
Dear Mr. Doran:
Airport Design Consultants, Inc. (ADCI) is pleased to submit this proposal to the Board of County Commissioners of Washington County, Maryland, a body corporate and politic and a political subdivision of the Stateof Maryland (County) to provide Professional Engineering Services associated with the Rehabilitate Taxiway A – Design and Bid Phase Services (Project) at the Hagerstown Regional Airport – Richard A. Henson Field (HGR).
Whereas the County and ADCI entered into an Agreement (PUR-1714) for ADCI to provide Professional Services that was originally executed on January 27, 2025. All the terms and conditions of the Agreement remain in full effect and apply to this Specific Project Proposal. By execution of this Proposal, ADCI accepts thecurrentapplicablerequired FederalContractProvisionsfor AirportImprovementProgramProjects,issued on May 24, 2023, included as Attachment A to this Proposal.
For this task, the following subconsultants will assist us:
Field Topographic Survey – Triad Engineering, Inc.
Geotechnical Investigations – Triad Engineering, Inc.
Whereas, the County and ADCI in their mutual covenants herein agree in respect to the scope of work and price proposal for the referenced Project as set forth below:
Mr. Neil Doran, C.M, ACE
June 6, 2025
DESCRIPTIONOF WORK
BackgroundInformation

The Airport serves all aviation markets including general aviation, business, military and commercial service. Scheduled passenger service is offered at HGR by Allegiant Air and Sun Air. The Airport Reference Code is shown as C-III on the current Airport Layout Plan (ALP) and the Design Aircraft is A321-200. TheTaxiway included inthisprojectprimarily serves Runway9-27, which is theAirports only commercial service runway. Taxiway A is a parallel taxiway to Runway 9-27 and was extended by about 2200 feet during the Runway 9-27 extension project in 2007. The length of the taxiway existing prior to 2007 was rehabilitated in 2015. This taxiway is an Airport Design Group (ADG) III and TDG-3 taxiway. The design will meet the requirements of Federal Aviation Administration (FAA) Advisory Circular (AC) 150/5300-13B.
This Project is for the design and bidding phases of a project to rehabilitate the full length of the existing Taxiway A pavement to extend its useful life. A Pavement Management Program (PMP) was prepared in 2019 and the Sections being rehabilitated as part of this Project include TWAY A10 through TWAY A-110, 27APRON-10 and portions of connector taxiways outside of the Runway 9-27 Runway Safety Area (RSA). Taxiway A is an eleven (11) section pavement area of almost 500,000 square feet. The apron has a total sample count of 109, of which 16 samples were tested. Taxiway A has an area-weighted PCIof 88, which is rated as “Good”. The primary distress observed was low-severity linear cracking. A small quantity of bleeding and weathering were also observed. Sections 10 thru 60 were rehabilitated in 2015, while Sections 70 thru 100 comprise the portion of the Taxiway A extended in 2007 and exhibited distresses like low severity weathering and low severity Longitudinal cracking. Per the PMP, the existing pavement section is 6 to 8 inches of P-401 Hot Mix Asphalt (HMA) on 5 to 7 inches of P-209 Crushed Aggregate Base Course (CABC). It is anticipated that the Project will include isolated full depth repairs, a mill and overlay, crack repair, and new surface painted markings.
A further investigation was conducted in April of 2025 to calculate updated PCI’s for the pavement. The new overall average PCI for the area is a 74. It should be noted that this average excludes two sections of the pavement network, Taxiway A-10 and -120, as no data was collected from these areas during the inspection. Using the methodology outlined in the 2019 PMP, referencing criteria set forthinASTMD5340-20,aPCIof74indicatesthat thepavementisinSATISFACTORYCondition andhas scatteredlow-andmedium-severitydistressesthatshouldrequireonlyroutine maintenance. As a PCI value of 74 is on the lower end of the Satisfactory Range (71-85), major maintenance and repair may be necessary in the near-term inaddition to routine maintenance. As outlined in the PMP, when a pavement nears the bottom of the Fair Range (56-70) it hits the Critical PCI; whereafter the costs to extend the life of the pavement begin to increase exponentially with time.
The existing taxiway edge lights are a mix of incandescent and Light Emitting Diode (LED) fixtures. In accordance with the requirements set forth in Federal Aviation Administration (FAA) Advisory Circular (AC) 150/5340-30J, Design and Installation Details for Airport Visual Aids, LED lights are not to be interspersed with their incandescent counterparts; therefore, the remaining incandescent fixtures will be removed and replaced with LED fixtures. It is assumed that the existing base cans
Mr. Neil Doran, C.M, ACE
June 6, 2025

will remain and will be reused. During a field visit in April 2025, it was noted that at intersection of Taxiway A and A1 there are currently no edge lights at the stub out for future Hangar K. The existing layout will be evaluated in accordance with the requirements set forth in AC 150/5340-30J and if current standards are not met the Engineer will advise HGR, FAA, and MAA of the updates required. The existing edge lights on Taxiway A from the Runway 27 end to just past the intersection with Taxiway B were installed as part of the Taxiway A and D Rehabilitation project in 2015 and are over 10 years old, while the edge lights on the remainder of the taxiway date back to the 2007 Runway 927 Improvement Program, Package 4 project and are over 18 years old. The incandescent lights at the intersection of Taxiway A and B were replaced with LED fixtures as part of the 2020 Runway 927 Rehabilitation project that also included geometric changes to Taxiways D and B. These fixtures will not be replaced. The existing lighting cables will also be replaced within the existing conduits and a new homerun cable will be installed back to the airfield electrical vault. The existing constant current regulators for Taxiway North East and West are over 10 years old and will be replaced with a new more efficient units as part of this Project.
Under this Proposal, the following Professional Engineering Services will be provided:
A. BASIC SERVICES OF CONSULTANT
Professional Engineering Services to be performed under this task will be as detailed below.
1. Project Development
a. ScopingMeeting. Attend one (1) project scoping meeting, prepare the Scope of Work and assist the County in satisfying the requirements of Federal Aviation Administration (FAA) and/or Maryland Aviation Administration Office of Regional Aviation Assistance (MAA) Grant Offer(s) to receive grant funding for this Project.
b. ProposalPreparation. Prepare the Scope of Work, Schedule of Fees/Fee Estimate by Task. Prepare Project Survey and Geotechnical Investigation Exhibits. Prepare Requests for Proposal (RFP) for Survey and Geotechnical Exploration and obtain Price Proposals for inclusion in the Engineering Agreement. Verify Disadvantage Business Enterprise (DBE) requirements for Project and ensure that DBE Goals are included.
c. Airspacing. Completion and submission of required Federal Aviation Administration (FAA) Form 7460-1, Notice of Proposed Construction or Alteration’s, for the critical Construction Equipment and one for the Construction Safety and Phasing Plan (CSPP) in accordance with FAA Office of Airports (ARP) Standard Operating Procedure (SOP) 9.2 Standard Operating Procedure for FAA Aeronautical Study, Coordination and Evaluation.
d. ALPP&IUpdate. Because pavement geometrics are not being modified as part of this Project, a Pen & Ink (P&I) Update to the Airport Layout Plan (ALP), in accordance with FAA SOP2.0Standard Procedure for FAA Review and Approvalof Airport Layout Plans (ALPs) is not required for submission to and approval by the FAA. If during design it is determined that a geometric change is required, the required as-built geometric updates will be included under a separate agreement and submitted for FAA approvals.
Mr. Neil Doran, C.M, ACE
June 6, 2025

e. FAA Documented Categorical Exclusion (CATX). Based on coordination with the FAA it was determined that the FAA Documented Categorical Exclusion (CATX) would be the appropriate National Environmental Policy Act (NEPA) document for this Project. This Project will include the preparation of one (1) FAA Documented Categorical Exclusion (CATX) for the construction of the proposed development in accordance with the requirements set forth in Federal Aviation Administration (FAA) Airports Standard Operating Procedure (SOP) No. 5.1, based upon the guidance in Federal Aviation Administration (FAA) Orders 1050.1F – Environmental Impacts: Policies and Procedures, and the Environmental Desk Reference for Airport Actions and 5050.4B –NEPA Implementing Instructions for Airport Actions for submission to and approval by the FAA.
2. Project Administration
a. Project Administration. Throughout the course of the project ADCI shall provide all necessary coordination with County, HGR Staff, Subconsultants, and appropriate Federal, State and Local agencies, including correspondence, telephone contact, memorandums and a maximum of one (1) meeting(s) or conference(s). Such coordination shall be provided during period covered by the agreed upon schedule for completion of the Project.
b. GrantManagementAssistance. ThroughoutthecourseoftheprojectADCIshallprovide the following grant management services to assist the County:
1. Prepare one (1) Federal Grant Application for County Review and submittal to FAA, including all correspondence and communications related thereto.
2. Assist County with FAA Quarterly Performance Reporting, as required.
3. Assist County with Annual Financial Reporting, as needed.
4. Assist County in the preparation of Requests for Reimbursement (RFR) from the Federal and State Agencies during the duration of the Project, with legal assistance provided by the County. Prepare and submit draft FAA requests for reimbursement of County's project expenses. Prepare pay request summary spreadsheet, project summary spreadsheet and documentation for County's use in submitting RFR’s.
5. Preparation and Submission of one (1) Final Grant Closeout Package including the Additional Documents Needed for Financial Close Out of Grant, Final Project Report, Sponsor Certifications, and Final Project Cost Summary/Administrative Cost Plan for County review and transmittal to Funding Agencies.
c. Internal QA/QC Review. Engineer’s Senior Engineer and Senior Project/Construction Manager will perform an Independent Technical Quality Assurance/Control Review of the Documents for each submittal prior to submitting them to County/Agencies for each submittal and prior to approval to advertise the Project for Bidding. ADCI will utilize the checklist included in the FAA ARP SOP 1.00, FAA Evaluation of Sponsor’s Construction Safety and Phasing Plans Funded by the AIP or PFC Programs, as a guide for the review of the CSPP.
Mr. Neil Doran, C.M, ACE
June 6, 2025
3. Programmatic Design

The Program Development phase will include a programmatic submission for a new full length parallel TaxiwayEtoRunway8-26and itsten (10)ultimate taxiway connectors. More specifically the Programmatic Design phase includes the following tasks:
a. Pre-Design Meeting. Prepare for, attend, and provide meeting notes for one (1) project Pre-Design Meeting with personnel from the County, FAA, ATCT, MAA, and other stakeholders to discuss the overall project scope, work schedule, airport operational safety, project coordination, design investigations, and other project specific items in accordance with the requirements of FAA Advisory Circular (AC) 150/5370-12B Quality Management for Federally Funded Airport Construction Projects. All comments will be given due consideration and differences resolved.
b. Pavement Design. Complete a pavement design for this project is in accordance with FAA Advisory Circular 150/5320-6, Airport Pavement Design and Evaluation, based on the anticipated fleet mix/forecast and geotechnical findings for the 20-year design life. The pavement structural sections will be determined utilizing the FAA Rigid and Flexible Iterative Elastic Layered Design (FAARFIELD) software. The inputs for FAARFIELD include fleet mix with average annual departures, subgrade CBR values and type of subbase materials. These factors as well as other design parameters will be evaluated to determine the optimum pavement section(s) to be utilized for this Project.
c. Preliminary Plans. Design effort to reach 30% completion of plans to include evaluation and documentation of design criteria, and written descriptions of the work elements involved in each phase of the Project. The current editions of FAA Advisory Circular (AC) 150/5370-2, Operational Safety on Airport During Construction, and AC 150/530013B, Airport Design, will be the basis of most geometric design parameters ADCI will utilize for this Project. Plans to be included in this submission generally include:
Cover Sheet
Baseline Layout Plans
Paving and Geometry Plans
Paving Profiles
Typical Sections and Paving Details
Grading Plans
Pavement Marking Plan
Pavement Marking Details
Boring Location Plan
Boring Logs
Electrical Legend and Abbreviations
Electrical Plans
Electrical Details
Mr. Neil Doran, C.M, ACE
June 6, 2025

d. Preliminary Engineer’s Opinion of Probable Cost (EOPC). Based on the information contained in the preliminary design documents, prepare and submit an Engineer’s Opinion of Probable Cost (EOPC).
e. Preliminary Design Engineers Report. Prepare the Design Engineer's Report in accordance with the Federal and/or State requirements and furnish to the County such documents and design data, so that approval may be secured from such governmental authorities having jurisdiction over the Project.
4. Final Design Development (90%,
andBid (Signed/Sealed))
The Final Design Development phase will build upon feedback from the programmatic submission and a determination on what area will be included in Construction Package 1 based on impacts to airport operations, costs, and funding availability. The remaining Phases of the Program will be taken to final design under a subsequent agreement(s). Final Design will include three (3) separate submissions of the documents at the 60%, 90% and Final Bid Submission stages. Each submission will include a design review meeting with pertinent stakeholders to include:
County/Airport Personnel (Executive, Operations, Finance, etc.),
FAA (ADO, ATCT) as needed,
MAA, and
Airport Tenant representatives, as needed.
ADCI will prepare for incorporation in the Contract Documents final drawings to show the general scope, extent, and character of the work to be furnished and performed by Contractor(s) and Specifications prepared in accordance with Federal Aviation Administration (FAA) Advisory Circular (AC) 150/5370-10H and/or State guidelines.
a. Final Design Review Meeting. Furnish electronic copies of the Final Design documents to the County, FAA, MAA, and other appropriate agencies for review and approval. Prepare for, attend, and provide meeting notes for three (3) Design Review Meetings with the County, FAA, MAA, and other appropriate agencies. All comments will be given due consideration and differences resolved.
b. Final Plans. Design effort to reach 90% and Final Bid Submission completion of plans to include evaluation and documentation of design criteria, and written descriptions of the work elements involved in each phase of the Project. The current editions of FAA Advisory Circulars at the date of issuance of a Notice ToProceed (NTP)will be the basis of design parameters ADCI will utilize for this Project. Plans to be included in these submissions will generally include:
Cover Sheet
Drawing Index
Earthwork and Quantity Tables
General Construction and Safety Notes
General Project Layout
Mr. Neil Doran, C.M, ACE
June 6, 2025
Baseline Layout Plans
Construction Safety and Phasing Plans
Construction Safety and Phasing Notes
Construction Safety and Phasing Details
Demolition Plans
Paving and Geometry Plans
Paving Profiles
Typical Sections and Paving Details
Grading Plans
Pavement Marking Plan
Pavement Marking Details
Boring Location Plan
Boring Logs
Electrical Legend and Abbreviations
Electrical Plans
Electrical Details

c. Final Project Manual. Prepare for review and approval by the County, its legal counsel and other advisors, instructions to bidders, minimum wage rate determination, bid proposal forms and certifications, bid bond form, contract agreement forms, contract bond form, general conditions, supplementary conditions, federal general provisions, federal contract regulations, and include all required appendices to the manual. Prepare the FAA general contract provisions and technical specifications conforming to the requirements set forth in FAA AC 150/5370-10H. When circumstances do not provide for a standard general provision or technical specification to completement the required scope of work, utilize astandard stateprovision ortechnical specification or developone specific to the Project.
d. Final Engineer's Report. Provide technical criteria, written descriptions and design data for County 's use in filing applications for permits with or obtaining approvals of such governmental authorities as have jurisdiction to approve the design of the Project and assist County in consultations with appropriate authorities.
e. Final Engineer’s Opinion of Probable Cost (EOPC). Advise County of any adjustments to the EOPC caused by changes in general scope, extent or character or design requirements of the Project or Construction Costs. Furnish to the County a revised EOPC based on updated quantity takeoffs of the Plans and Specifications for each submission.
5. Bid PhaseServices
Following final approval of the plans and specifications by the County, FAA and MAA, as appropriate, bidding services will commence and will include the following services:
Mr. Neil Doran, C.M, ACE
June 6, 2025

a. Bid Document Distribution. Prepare electronic PDF copies of the As-Bid documents for distribution to the County, FAA, MAA, and prospective bidders.
b. Pre-Bid Meeting. Schedule, prepare for, and conduct one (1) Pre-Bid Meeting between County, FAA, MAA, prospective bidders, and other agencies. The Pre-Bid Meeting will be conducted in accordance with FAA AC 150/5370-12B, Quality Management for Federally Funded Airport Construction Projects, to discuss project scope, work schedule, funding, airport operational safety, contract requirements, and other project specific items. Prepare and distribute meeting notes in an Addendum.
c. Bid Addendum(s). Preparation of responses to bidder’s questions and requests for clarifications as appropriate to interpret, clarify or expand the Bidding Documents. Preparation of one (1) addenda and coordination with the County.
d. Bid Opening, Tabulation and Recommend Award. Attend one (1) virtual Bid Opening hosted by the County. Prepare the Bid Tabulation and transmit it to the County, FAA, MAA, and Bidders. Prepare the Recommendation of Award and transmit to the County for their consideration in offering award.
e. Conformed Documents Preparation. Coordinate and assemble Construction Contracts (Agreements, Bonds and Insurances) and submit executed Contract Information to Funding Agencies. Incorporate completed bid proposal forms, executed contracts, bonds, insurance certificates, and all addenda into a Conformed set of Contract Documents. TheConformedDocumentswillbe transmitted electronicallyto theCounty, FAA, MAA, and Contractor. Three (3) full-sized sets, or as prescribed in the contract documents, will be printed for the Contractor.
B. SPECIAL SERVICESOF CONSULTANT
1. Pavement Evaluation
Using the pavement branch / sections identified in the 2019 Pavement Management Program (PMP) being rehabilitated as part of this Project, to include TWAY A-10 through TWAY A-110, 27APRON-10 and portions of connector taxiways outside of the Runway 927 Runway Safety Area (RSA), ADCI will conduct a pavement evaluation of these sections to determine the current PCI using the methodology set forth in ASTM D5340-12, Standard Test Method for Airport Pavement Condition Index Surveys. The new information gathered from the field inspection will be entered into the U.S. Army Construction Engineering Research Laboratory PAVERTM Software along with the aircraft traffic data and historical pavement section information to generate an updated composite Pavement Condition Index (PCI) for the area being rehabilitated.
2. Mapping and Surveys
ADCI will provide all necessary base mapping for the project. Existing maps will be utilized where possible and supplemental maps provided where necessary. Existing maps are, in general, adequate to serve as location maps for the project. Supplemental mapping will be required in the vicinity of the Project site.
Mr. Neil Doran, C.M, ACE
June 6, 2025

ADCI will obtain all necessary field surveys to provide sufficient detail to prepare the supplemental maps. The ground surveys conducted will be based on the existing National Geodetic Survey (NGS) PACS and SACS or if not present, other NGS Control established at the Airport. GroundSurveys willbe conducted by Triad Engineering, Inc.and theservices to be provided are attached to this Proposal.
3. Soils and Subsurface Investigation
ADCI will obtain the required testing and evaluation for the Project, including determining the pavement section and the soils and drainage characteristics for the project area as well as analyzing the on-site borrow areas. The extent of such evaluation shall be determined by ADCI and shall be in sufficient detail to permit proper design. The evaluation will include soil and rock borings, along with various laboratory tests, such as, natural moisture content, grain size analysis, Atterberg Limits, standard Proctor and CBR test. The Geotechnical Consultation and Testing are to be performed by Triad Engineering, Inc. and the scope of services is attached to this Proposal.
ADCI will include, in the Engineer’s Report, a written report provided by the Subconsultant setting forth the test results and evaluations determined during this material evaluation and soil survey, making recommendations for the applicable portions of the Project design.
C. COMPENSATION
For the Professional Engineering Services described in Paragraph B above, we request compensation on a Lump Sum Fee basis. Billing will be based on the approximate percentage of work completed. The detailed fee estimate is attached. Reimbursable expenses will be billed in accordance with the Master Consultant Agreement. The total cost for the scope of services to be provided is $335,236.00.
A list of tasks, including list of drawings and breakdowns of the man-hours and costs required for the project are attached to this Proposal.
D. ASSUMPTIONS
Items not included in this contract include:
1. All application, submission, and review fees will be paid by the client and are not part of this proposal. If paid for by ADCI, they shall be reimbursed as an additional service, in addition to the quoted fee herein.
2. Should additional services for revisions or work outside of this Scope of Services be required, we will provide a scope of work and fee estimate for those services to the client. We will not commence additional services work until the additional services scope and fee estimate have been approved.
3. We assume that offsite stormwater design and/or associated permitting will not be needed for the project. If required, an additional services proposal will be developed. $342,460.
Mr. Neil Doran, C.M, ACE
June 6, 2025

4. This proposal does not include the preparation of the NPDES Notice of Termination paperwork or inspection services.
5. This proposal does not include preparation or recording the land development plan.
6. All expenses will be billed on a reimbursable basis on the assumptions presented in the attached fee.
7. Construction Phase Services will be provided under a separate agreement.
E. TIME OF COMPLETION
It is anticipated that construction funding be available in Federal Fiscal Year (FFY) 2026; therefore, the bid process will be completed in the Summer of 2026. ADCI anticipates the following design and bid procurement completion schedule for this project relative to Notice-to-Proceed.
FieldWork/Design Initiation
Survey
GeotechnicalResults
30% Submittal(Programmatic Design)
90% Submittal
Submit7460/CSPP
100%Submittal/Bid Documents
Bidding PhaseServices
F. AUTHORIZATION
NTP + 90 Calendar Days
NTP+30CalendarDays
NTP+75CalendarDays
NTP + 120 CalendarDays
NTP + 180 CalendarDays
NTP+180CalendarDays
NTP+ 210 Calendar Days
NTP + 255 Calendar Days
ADCI will proceed with this project immediately upon receipt of the written Notice-to-Proceed by the County.
Thank you for the opportunity to submit this Proposal. We look forward to collaborating with you and your stakeholders on this Project. If you have any questions, please do not hesitate to contact me.
Sincerely,

Ronald N. Morris, PE, CM Senior Engineering Manager
Attachments
L:\Proposals\HGR\2025-HGR-1704 Rehab TW A TO 4\20250606 TO 4 Proposal - 2025-HGR-1704 Rehab TW A R0.docx

PROFESSIONAL SERVICES COST SUMMARY
Airport Design Consultants, Inc.
6031 University Blvd., Suite 330, Ellicott City, MD 21043
Hagerstown Regional Airport – Richard A. Henson Field (HGR) Rehabilitate Taxiway A
Work
SeniorProjectManager
SeniorAirportEngineer
ProjectEngineer
DesignEngineer
ResidentProjectRepresentative
CADDesigner
1.TravelandSubsistence
2.Sub-ConsultantServices

1Project Development (PD)
1.01Scoping Meeting01148000820$4,690.48
1.02Proposal Preparation00018000413$3,231.86
1.03Airspacing500003100518$2,588.35
1.04ALP P&I Update00002040814$2,202.24
1.05FAA Documented Categorical Exclusion (CATX)00041024001654$10,439.18
Subtotal Project Development (PD)5119282714041119$23,152.11
2Project Administration (PA)
2.01Project Administration (1 Meeting and 2 hrs/Week for 30 Weeks)111126000063$11,211.40
2.02Grant Management Assistance
Prepare Grant Application1001020003$657.81
Prepare Quarterly Performance Reports3003060009$1,973.43
Assist in Preparing Annual Financial Reports1001040005$1,001.02
Assist in Preparing Requests for Reimbursement (RFR)10001000200030$6,006.11
Prepare FAA Grant Closeout Package10010280011$1,801.83
2.03Internal Independent Technical Review (ITR)300012000012$3,603.66
Subtotal Project Administration (PA)20111714742800133$26,255.26
3Programmatic Design (30%)
3.01Pre-Design Meeting11120040410$1,716.03
3.02Pavement Design0000510100025$4,647.58
3.03Preliminary Plans0
Cover Sheet1000112048$1,272.72
Baseline Layout Plans1000112048$1,272.72
Paving and Geometry Plans8000881603264$10,181.78

4.01Design
Construction Safety and Phasing Details10002260212$2,059.24 Demolition Plans300066180636$6,177.71 Paving and Geometry Plans300666180642$8,065.34 Paving Profiles300366180639$7,121.52
Details20002240816$2,545.44
4.03Final Project Manual200260320040$7,007.12
4.04Final Engineer’s Opinion of Probable Cost (EOPC)2002481801648$7,836.54
4.05Final Design Engineers Report20024162401258$9,552.57
Subtotal Final Design Development (90% and Bid (Signed/Sealed))412231851072800156659$113,758.50

5.03Bidder
5.04Bid

Per Diem (RPR)0days @ local GSA rates$166.00/day$0.00 Meals & Incidentals (M&IE)8people on trips$68.00/person$544.00 Lodging0nights$110.00/night$0.00 Cell Phone0months$60.00/month$0.00
Tolls0trips$0.00/trip$0.00
Postage7packages$15.00/package$105.00
Reproduction
Copies5000copies$0.12/copy$600.00
Exhibit Prints/Plots50dwgs$1.80/drawing$90.00
Drawing Prints/Plots41 dwg per set x5sets$1.80/drawing$369.00
Subtotal Reproduction$1,059.00
Sub-Consultant Services
Design Survey - Triad Engineering, Inc.1Lump Sum$45,900.00/LS$45,900.00
Geotechnical - Triad Engineering, Inc.1Lump Sum$25,491.25/LS$25,492.00
Subtotal Sub-Consultant Services$71,392.00 TOTAL REIMBURSABLE EXPENSES$73,958.00 TOTAL FEE$342,459.00
March 26, 2025
Ronald N. Morris, PE
Airport Design Consultants, Inc.
6031 University Boulevard, Suite 330
Ellicott City, MD 21043
RE: Proposal for Professional Surveying Services
HGR Rehabilitate Taxiway A
Design and Bid Phase Services
Hagerstown, Maryland 21742
Triad Proposal No. 03-25-0251
Dear Mr. Morris:
Triad Engineering, Inc. (Triad) is pleased to provide a fee proposal for Professional Services associated with the project mentioned above. This proposal outlines our understanding of the project, describes our planned scope of services and contains the fee for our services.
PROJECT UNDERSTANDING
In accordance with your request for proposal, we understand that you are requesting a Design Ground Survey of Taxiway A within the Hagerstown Regional Airport, consisting of approximately 18 acres. It is also understood that this project is for the design and bidding phases to rehabilitate Taxiway H. Per your request and the provided RFP, the following scope of services is anticipated to assist in this project.
SCOPE OF SERVICES AND FEES
Design Ground (Topographic) Survey
Triad will establish survey control points based upon using the Primary Airport Control Stations (PACS) established at the Airport If a different datum is preferred, survey control information will need to be provided. We will perform a field run topographic survey within the project area, see attached Exhibit “EX-1”. Triad will request a utility designation and marking through Miss Utility, and also subcontract a private SUE firm for utility designation. Based on available information combined with utility markings and above ground evidence, an effort will be made to show, describe and label above ground and underground utilities.
The following is the required survey requirements in the RFP as provided by Airport Design Consultants, Inc.
SCOPE OF WORK
Item 1 – Design Survey Taxiway A East
1. All topographical information including ground spot elevations, shall be provided to the limits shown on Exhibit EX-1 (approximately 18 Acres).
2. Drainage structure (information and description) within the marked survey area shall be given with top elevations, inverts (in and out for all connections) inside pipe diameters, pipe and manhole construction materials, etc. Drainage outfall lines existing within the project limits shall be traced to the next junction point outside the project limits.
3 Pavement joints in areas between visibly differing pavement sections shall be surveyed. In the areas of asphalt overlay on concrete pavement, the visible reflective cracking of the asphalt over the previously concrete pavement shall be surveyed to establish concrete joint pattern.
4 Locations of all utilities within the marked survey area (underground and above) shall be marked and identified, including, but not limited to sanitary sewer, water, gas, and electrical using ground penetrating radar, electromagnetic, and/or sonde locating equipment. Utility structures shall be given with top elevations and size/type of cover. Storm, sanitary and waterlines shall be traced to the next junction or appurtenance upstream and downstream outside the project limits. Triad will perform a design one-call with the Miss Utility System to have each utility company field locate and mark their service lines prior to survey, as required. (Private SUE services are excluded).
5. Proposed Boring Locations will be surveyed and marked in the field with the Boring Location Number. The surveyed locations and elevations shall be provided to ADCI for use by the Geotechnical Consultant.
Item 2 – Design Survey Taxiway A West
6. All topographical information including ground spot elevations, shall be provided to the limits shown on Exhibit EX-1 (approximately 36 Acres) and include all topographic information identified in paragraphs 2 through 5 above for this area.
Item 3 – Additional On-Call Design Survey
7 The cost for one (1) additional day of on-call design survey to be used upon ADCI’s request shall be included separately. This shall include both field and office time. These services will be required on short notice to verify critical locations and/or elevations
HGR Rehabilitate Taxiway A March 26, 2025
Triad Proposal No. 03-25-0251
FORMAT
8. Horizontal and vertical control for this project shall be obtained using the Primary Airport Control Station (PACS) established at the Airport. The PACS designation is HGR AP STA B and the Point ID is JV7053. Horizontal control shall be referenced to the state plane coordinate system North American Datum (NAD) 83, latest adjustment at time of survey; as provided on the NGS Data Sheet. Vertical control shall be referenced to the North American Vertical Datum (NAVD) 88 datum. Reference all Ellipsoidal Heights to NAD83 (GRS 80) realization. The most recent National Geodetic Survey (NGS) GEOID model, shall be used. Spot elevations shall be given to V0.01 feet for paved sections and V0.1 feet for turfed sections. Locations of permanent items within the project limits shall be shown relative to “Baseline R” (horizontal control V0.05Y).
9. It is requested that three (3) files (AutoCAD Civil3D 2018 or later) containing the following information be submitted for our use:
File 1 – plan.dwg - Planimetric file. (All objects in this file shall have zero elevation.)
File 2 – cont.dwg - Contours file. This file should include contours, contour labels, spot information, breaklines and the Surface Triangulated Irregular Network (TIN) used to generate the contours.
+ The drawing world shall be oriented with the State Plane Coordinate System NAD 83.
+ The grid pattern on the drawings shall be based on the State Plane Grid Coordinate System.
+ No elevations shall be assigned to any lines or objects in the planimetrics file. Only contours, breaklines and spot elevations shall have elevations assigned to them.
+ Provide contour mapping with a contour interval of 0.5 foot.
+ All spots shall be on the appropriate layer and contain an attribute for elevation and point description.
+ All contours shall be continuous polylines with intermediate and index layers. (Break contours for annotation only.)
+ All text in the drawing file shall be standard (Arial font), sized to match “Leroy” standard templates (80, 100, 120, etc.) scaled for a 1”= 30’ plot scale.
+ Drawing entities shall have color and linetype set “BYLAYER”.
+ If any non-standard symbols are used in the drawing, provide a copy of the necessary code required to load and edit the drawing as submitted.
+ No linework shall be broken in order to add specific “patterns” to create the look of a custom linetype. (An example of this would be breaking a line at specific intervals to add an “X” text object to distinguish a fenceline.) As stated, a copy of ADCI’s standard linetype definition file is included. If the surveyor is unable to use this
HGR Rehabilitate Taxiway A March 26, 2025
Triad Proposal No. 03-25-0251
linetype definition file, the “continuous” linetype should be used in place of ADCI’s custom linetypes. No additional text items or symbols should be placed along the line to “approximate” a custom linetype.
10 It is also requested that a ASCII text point file be included for both the Planimetrics and Contours files and both should be in the format: point number, northing, easting, elevation, description (P,N,E,Z,D)
File 3: SPC.asc All points given in the State Plane Grid Coordinate System.
11. It is requested that a photographic record be kept of all monuments used and proposed monuments set as part of the performance of these services. Copies of these photographs shall be provided electronically in JPEG format.
12 All computer files (drawing files, ASCII points file, photographs, etc.) shall be submitted electronically.
FEES
The fees for our services have been based on the site-specific characteristics and the anticipated quantities of work.
Taxiway A
Item 1 - Design Ground Survey Taxiway A East (approximately 18 acres) $ 15,400
Item 2 - Design Ground Survey Taxiway A West (approximately 36 acres) …….$ 28,500
Item 3 - Additional On-Call Design Survey (One Additional Day)... $ 2,000
The following services are excluded.
1. FEMA Hydrology and Hydraulic studies or permitting.
2. National Environmental Policy Act (NEPA) Compliance.
3. Historical and Archaeological Studies.
4. Studies for Rare, Threatened, or Endangered Species.
5. Obtaining an approved jurisdictional determination from the USACE/MDE.
6. Consultation, Permitting, compensatory mitigation design, and/or mitigation monitoring for impacts to jurisdictional waters of the United States and/or waters of the State, including wetlands.
7. Attendance at monthly progress meetings.
8. Attendance at public meetings or hearings.
9. Applying for permits.
10. Boundary Surveys.
11. ALTA/NSPS Land Title Surveys.
12. Easement Description or Plat Preparation.
13. Title Search and Report.
14. Zoning Variances or Traffic Studies.
SCHEDULE
Triad will endeavor to complete the assigned tasks as efficiently as possible and provide all related deliverables to ADCI within four to six (4 - 6) weeks of written notice to proceed. Circumstances may arise beyond our control that could result in delays.
AUTHORIZATION
This proposal represents the entire understanding between Triad and the client in regard to the referenced project. If our scope of services and related fees are acceptable, please complete, sign, and return the attached Professional Services Agreement. Our receipt of the signed Professional Services Agreement will constitute formal notice to proceed.
This proposal shall remain open for acceptance for a period of 60 days from this date. Triad Engineering appreciates the opportunity to submit this proposal and we look forward to working with you on this project. If you have any questions or require any additional information, please do not hesitate to contact us.
Sincerely,
TRIAD
ENGINEERING, INC.

Ronald D. Bidle, Jr., Prof. LS Survey Practice Leader
Attachments:Exhibit “EX-1” Professional Services Agreement
TWAY A-20(77)

NORTHING:744518.38
EASTING:1104333.93
NORTHING:744589.16
EASTING:1104733.52
TWAYA-30(94)
WESTAPRON-20(81)
TWAYA-40(89)
TWAYD-20(94)
NORTHING:744199.28
TWAYC-20(81)
TWAYA-50(94)
TWAYA-60(93)
TWAYB-30(84)
NOTES:
1.ALLSURFACEFEATURES:LIGHTFIXTURES,PAVEMENTMARKING,UTILITIES, PAVEMENTBREAKS,PAVEMENTJOINTS,PAVEMENTLIMITS,SWALES/BREAKSIN GRADE,UTILITYINVERTS,ANDANYOTHERVISIBLEITEMSWITHINTHELIMITS SHOWN.
2.EXISTINGGROUNDSURVEYCANBECOMPLETEDBYDRONEANDSUPPLEMENTED WITHGROUNDBASEDTOPICKUPSURFACEFEATURES.
3.BORINGLOCATIONSAREAPPROXIMATE.EXACTBORINGLOCATIONSWILLBE PROVIDEDPRIORTOSTARTING.
4.SURVEYORISTOFIELDLOCATEPROPOSEDBORINGLOCATIONSUSINGPKNAILSON PAVEMENTANDPROVIDEELEVATIONSATTHESELOCATIONSTOADCITOPROVIDE TOTHEGEOTECHNICALCONSULTANTFORINCLUSIONONBORINGLOGS.
5.PAVEMENTCONDITITIONINDEXESAREBASEDONTHE2019AIRSIDEPAVEMENT MANAGEMENTPROGRAM
NORTHING:745741.05 EASTING:1111381.21
TWAYA-80(83)

EASTING:1104810.60
TWAYA-10(80)
NORTHING:743931.82
EASTING:1104427.25
NORTHING:744732.97 EASTING:1108024.58 RUNWAY9-27(7,000'X150')
TWAYA-70(100)
TWAYB-20(64)
TWAYB-10(89)
27APRON-10(84)
TWAYA-90(84)
TWAYA-100(78)
NORTHING:745351.03 EASTING:1111151.02
TWAY A-110(81)
NORTHING:745012.10
EASTING:1111217.22
NORTHING:745076.59
EASTING:1111622.55

SECONDARYAIRPORTCONTROLSTATION(SACS)HGRARP(NGSPIDJV7051)
PRIMARYAIRPORTCONTROLSTATION(PACS)HGRAPSTAB(NGSPIDJV7053)
SECONDARYAIRPORTCONTROLSTATION(SACS)HGRAPSTAA(NGSPIDAA9254)

*VERTICALDATUM:NAVD88
**HORIZONTALDATUM:NAD83MARYLANDSTATEPLANECOORDINATESYSTEM,USFOOT
TWAWESTSURVEY AREA(36ACRES)

TWAEASTSURVEY AREA(18ACRES)

*ELEVATIONSTOBEPROVIDEDBYSURVEYORUPON COMPLETIONOFFIELDSURVEY.
1SURVEY CONTROLPOINT

March 27, 2025
Mr. Ron Morris, PE, CM, Senior Engineering Manager
Airport Design Consultants, Inc. (ACDI)
1800 JFK Boulevard, Suite 444 Philadelphia, PA 19103
RE: Proposal for Geotechnical Exploration
HGR – Rehabilitate Taxiway A Hagerstown, Maryland
Triad Proposal No. 03-25-0268
Dear Mr. Morris:
Triad Engineering, Inc. (Triad) is pleased to submit this proposal for a geotechnical exploration of the above-referenced site. We received the project RFP dated March 19, 2025 from you. This proposal outlines our understanding of the project, describes our planned scope of services, and contains an estimated fee quotation for our services.
PROJECT DESCRIPTION
The site for the planned project is at Hagerstown Regional Airport. The project consists of rehabilitating the existing pavements in Taxiway A at the airport. You requested that we explore the existing subgrade and pavement sections and provide you with existing conditions data and subgrade recommendations based on our exploration for pavement design in accordance with FAA AC 150/5320-6G.
SCOPE OF SERVICES
As requested, we propose to drill 9 test borings and obtain 9 asphalt cores. The test borings and cores will be drilled at the locations indicated on the provided Survey and Boring Exhibit. Upon completion of the field work, we will conduct appropriate soil testing in our laboratory and prepare a detailed geotechnical report. Our planned scope of services is more fully discussed below.
Field Exploration
We will obtain asphalt and concrete cores utilizing a 10 inch diameter diamond core barrel. After recovery of the core, we propose to accomplish the test borings with a track- or ATV-mounted rotary auger drill rig and perform Standard Penetration Testing and sampling at 2.5-foot sample intervals to a depth of ten feet and at 5-foot intervals thereafter. The borings will be extended to a maximum depth of 10 feet each or refusal, whichever occurs first.
The borings will be checked for groundwater upon completion. The borings will then be backfilled with auger cuttings. After backfilling with the auger cuttings, the holes will be patched with quick set concrete. Please note that some settling of this backfill may occur over time. Any excess spoils will be spread flat in green areas or hauled off site. Our proposal does not include return site visits for maintenance of the test locations after our on-site work is complete.
A geotechnical engineer or geologist from our office will be present during the field work to supervise the field exploration program and log each boring. We assume that the test locations will staked by others prior to our mobilization.
Underground Utilities
Unmarked underground utilities pose a threat to workers performing subsurface drilling and excavation. Because of this, Triad will contact the appropriate public utility location service (e.g., Miss Utility, One-Call, etc.) to mark underground utilities prior to our subsurface exploration. However, it must be noted that public utility location services will not mark private underground lines or public underground utilities beyond a meter. Therefore, it is your responsibility to disclose the presence and provide the accurate location of all underground utilities not marked by the public utility location service. Triad will not be responsible for any damages that may result from striking underground utilities during the subsurface exploration.
Unless you have specific knowledge regarding on-site utility locations, we recommend that a private utility locator be engaged to provide this service. Triad plans to subcontract this service, and we have included the fee in our estimated total. If you choose to be responsible for on-site utility location, please notify our Project Manager and provide satisfactory evidence that the onsite utility location was completed. If evidence of unmarked underground utilities is encountered during our subsurface investigation, Triad will immediately stop work in these areas. You will be responsible for any costs that result from project delays or additional work caused by unmarked on-site utilities.
Laboratory Testing
Laboratory testing will be conducted on representative samples. The following types and numbers of tests are planned:
Evaluation and Detailed Report
Upon completion of the field investigation and laboratory testing, we will prepare a detailed geotechnical report, which will include the following:
1. A detailed discussion of the site geology and subsurface conditions encountered.
2. Detailed logs with a test location plan.
3. Results of laboratory soil testing.
4. Subgrade recommendations based on the results of our field exploration and laboratory testing for pavement design in accordance with FAA AC 150/53206G.
Our services for this project are strictly limited to those described herein. If necessary, additional services which may be required will be addressed by a change order to this contract.
ESTIMATED FEE AND SCHEDULE
The fee for our services will be based on the unit prices listed herein and the actual quantities of work performed. Based on these unit rates and the scope of work outlined in this proposal, we estimate a total fee of $12,796.00. An itemized fee estimate is attached to this proposal. If the field work is completed under the same mobilization as projects 03-25-0237, 03-25-0267, and 03-25-0269 there will be a cost savings for mobilization.
Triad will submit invoices for payment on a monthly basis, or upon project completion, whichever occurs first. Our invoices will be based on the actual amount of work completed in the previous period. Any subcontractor costs will be invoiced immediately upon receipt. Payment is due no more than 30 days following receipt of our invoice unless the provisions of our contract set forth an alternate schedule for payment.
The quoted unit rates are firm. The quantities of work are estimated based on our past experience and judgment, and therefore, the actual fee for the project may be more or less than estimated. We recommend a “not to exceed fee” of $15,000. This includes a contingency to cover unforeseen conditions that may arise during field work and require that additional work be performed while personnel and/or equipment are immediately available. This contingency is designed to protect your interests. If it is necessary to demobilize and later remobilize personnel and equipment, both cost and schedule could be impacted significantly. If we recognize that the Scope of Work required to complete the project will increase significantly (beyond the
contingency discussed above), Triad will provide you with a Change Order to authorize additional fees.
The field exploration fees include mobilization and transportation of drill rig and crew to and from the site and the listed totals of soil drilling and sampling. Fees for stand-by time (at the Client’s request) or additional soil and rock drilling footage have not been included. The charges for these items will be additional, if required. Charges associated with post-report meetings, plan reviews and extensive consultation have not been included and will be invoiced on a time and materials basis at the prevailing Schedule of Fees rates.
Our workload at the time of authorization will have some influence on the starting date for the investigation. We are normally able to initiate field work within five to ten working days after written authorization is received. We anticipate that the field exploration will require approximately 1 day, and laboratory testing will require about 2 to 3 weeks. Our report can be submitted within 1 to 2 weeks after completion of the field and laboratory work. It is emphasized that this schedule is an estimate and it is based on normal work loads and appropriate weather conditions.
AUTHORIZATION
This proposal and the attached Professional Services Agreement (PSA) represent the entire understanding between you and Triad with respect to the subject project. If our scope of services and related fees are acceptable, please complete the attached PSA and return it to us. Our receipt of the signed PSA will constitute formal notice to proceed. This proposal will remain open for a period of sixty (60) days from this date.
We appreciate the opportunity to submit this proposal and look forward to working with you on this project.
Sincerely,
TRIAD ENGINEERING, INC.

Anthony R. King, E.I.T. Staff Engineer

Stephen J. Gyurisin, P.E. Geotechnical Services Manager
Attachments: Itemized Fee Estimate Professional Services Agreement
FIELD EXPLORATION
ITEMIZED FEE ESTIMATE
Proposal for Geotechnical Exploration HGR Rehabilitate Taxiway A
Triad Proposal No. 03-25-0268

Board of County Commissioners of Washington County, Maryland Agenda Report Form
Open Session Item
SUBJECT: Bid Award (PUR-1778) Rubrik Enterprise Data Protection for Information Technology Department
PRESENTATION DATE: October 21, 2025
PRESENTATION BY: Carin Bakner, CPPB , Buyer, Purchasing Department; Josh O’Neal , Chief Technical Officer, Information Technology
RECOMMENDED MOTION: Move to award the contract for Rubrik Enterprise Data Protection to the responsible, responsive bidder, GHA Technologies Inc. of Scottsdale, AZ who submitted the Total Lump Sum of $ 288,842.64 for these services.
REPORT-IN-BRIEF: Rubrik is an enterprise data backup and ransomware protection product, consisting of hardware, software and cloud services which currently protect County systems.
The Invitation to Bid was listed on the State of Maryland’s eMMA (eMaryland Market Place Advantage) website and on the County’s new online bidding website. Twenty (20) persons/companies registered/downloaded the bid document online. Eleven (11) bids were received as indicated on the attached bid tabulation.
DISCUSSION: N/A
FISCAL IMPACT: Funds are available in the department’s operating budget 10-11000.
CONCURRENCES: N/A
ALTERNATIVES: N/A
ATTACHMENTS: Bid Matrix Tabulation
AUDIO/VISUAL NEEDS: N/A

Board of County Commissioners of Washington County, Maryland Agenda Report Form
Open Session Item
SUBJECT: Intergovernmental Cooperative Purchase (INTG-25-0216) – NVIDIA vPC License Renewal
PRESENTATION DATE: October 21, 2025
PRESENTATION BY: Brandi Kentner, CPPO, Buyer, Purchasing Department, and Joshua O’Neal, Chief Technical Officer, Information Technology
RECOMMENDED MOTION: Move to authorize by Resolution, the approval for the purchase of the renewalof licensing for NVIDIA vPC Subscription from Dell Technologies of Round Rock, TX, at the contracted pricing totaling $56,099.40 based on the contract awarded by OMNIANational Cooperative Purchasing Alliance (NCPA) RFP #01-143
REPORT-IN-BRIEF: NVIDIA VPS (Virtual PC ) subscription is a per-user license for “thin clients” or virtual machines. It enables users to access high-performance virtual PC’s from any device, improving productivity and providing a superior user experience for demanding tasks that benefit from GPU power. The subscription includes software and support for a five-year term.
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. Subsection (c) of 1-106.3 provides that a determination to allow or participate in an intergovernmental cooperative purchasingarrangement 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.
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. Acquisition of the licenses by utilizing the Omnia - NCPA contract and eliminating our county’s bid process would result in administrative and cost savings for the Department of Information Technologies and the Purchasing Department in preparing specifications.
DISCUSSION: N/A
FISCAL IMPACT: Funding is available in the department’s operating software budget. Account 515180-10-11000
CONCURRENCES : N/A
ALTERNATIVES: Process solicitation
ATTACHMENTS: Dell Technologies quote dated October 2, 2025
AUDIO/VISUAL NEEDS: N/A
RESOLUTION NO. RS-20 2 5 -
(Intergovernmental Cooperative Purchase [INTG-2 5 -0 2 1 6 ] NVIDIA vPC License Renewal)
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 Information Systems Division seeks to purchase licensing renewals for a NVIDIA vPC Subscription from Dell Technologies of Round Rock, Texas, at the contracted pricing totaling $56,099.40, based on the contract awarded by OMNIA-National Cooperative Purchasing Alliance (NCPA) RFP #01-143.
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 Information Systems Division is hereby authorized to purchase renewal of the licensing for NVIDIA vPC Subscription from Dell Technologies of Round Rock, Texas, at the contracted pricing totaling $56,099.40, based on the contract awarded by OMNIA-National Cooperative Purchasing Alliance (NCPA) RFP #01-143.
Adopted and effective this day of October, 2025.
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
QuoteNo.
3000194902391.1
Total $56,099.40
Customer# 23991352
QuotedOn Oct.02,2025
Expiresby Nov.01,2025
ContractName OMNIA-National CooperativePurchasing Alliance(NCPA)
ContractCode C000001019611
CustomerAgreement# NCPA01-143
MessagefromyourSalesRep
OrderNow
SalesRep
PleaseusetheOrderbuttontosecurelyplacetheorderwithyourpreferredpaymentmethodonline.Youmaycontact yourDellsalesteamifyouhaveanyquestions.ThankyouforshoppingwithDell.
Regards, AndreaAnderson
ShippingGroup
ShippingTo DAVIDELLIOTT WASHINGTONCOUNTYINFOTECH 100WWASHINGTONST STE334 HAGERSTOWN,MD21740-4748 (240)313-2276
Subtotal: Shipping: Non-TaxableAmount: TaxableAmount: EstimatedTax: Total: $56,099.40 $0.00 $56,099.40 $0.00 $0.00 $56,099.40


Board of County Commissioners of Washington County, Maryland Agenda Report Form
Open Session Item
SUBJECT: Sole Source Procurement (PUR-1781) – ESRI Cloud Model of Geographic Information Software Enterprise License Agreement
PRESENTATION DATE: October 21, 2025
PRESENTATION BY: Brandi Kentner, CPPO, Director, Purchasing Department; Josh O’Neal, Chief Technical Officer, Information Technology
RECOMMENDED MOTION: Move to authorize a Sole Source procurement of a Esri Enterprise License Agreement for use by the Washington County Department of Information Technologies from Environmental Systems Research Institute, Inc. of Redlands, CA. for the total sum of $360,900 for three consecutive one-year periods beginning January 4, 2026 The annual cost per one (1) year period will be $120,300. This is contingent on the final approval of the agreement by the County Attorneys office.
REPORT-IN-BRIEF: ESRI is the software that drives all GIS-related operations for all County departments. It provides mapping and planning data essential to many aspects of Public Works and serves citizen and interagency requests and collaboration efforts around GIS data.
The Department of Information Technologies wishes to apply Sections 1-106.2(a)(1) & (2) of the Code of Local Public Laws of Washington County, Maryland, to the procurement requested. These sections state that a sole source procurement is authorized and permissible when: (1) Only one source exists that meets the County’s requirements.
This request requires the approval of four of the five Commissioners in order to proceed with a sole-source procurement. If approved, the following remaining steps of the process will occur as outlined by the law: 1) Not more than ten (10) days after the execution and approval of a contract under this section, the procurement agency shall publish notice of the award in a newspaper of generalcirculationintheCountyand2)An appropriaterecordofthesolesourceprocurementshall be maintained as required.
DISCUSSION: N/A
FISCAL IMPACT Funds are available in departments software account 515180-10-11000 for this expenditure.
CONCURRENCES: N/A
ATTACHMENTS: Environmental Systems Research Institute, Inc. quote dated 10/14/2025.

Environmental Systems Research Institute, Inc.
380 New York St
Redlands, CA 92373-8100
Phone: (909) 793-2853
DUNS Number: 06-313-4175 CAGE Code: 0AMS3
To expedite your order, please attach a copy of
Date: October 14, 2025
Customer # 268948 Contract #
County of Washington Information Technology 100 W Washington St Rm 334 Hagerstown, MD 21740-4727
ATTENTION: Joseph Rathvon this quotation to your purchase order.
PHONE: 240-313-2278 Quote is valid from: 10/3/2025 To: 1/1/2026
EMAIL: jrathvon@washco-md.net
Populations of 125,000 to 150,000 Small Government Enterprise Agreement Annual Subscription. Year 1 Term: 1/4/2026-1/3/2027
For questions contact: Rob Hayward
Email: rhayward@esri.com
The items on this quotation are subject to and governed by the terms of this quotation, the most current product specific scope of use document found at https://assets.esri.com/content/dam/esrisites/media/legal/product-specific-terms-of-use/e300.pdf, and your applicable signed agreement with Esri. If no such agreement covers any item quoted, then Esri’s standard terms and conditions found at https://go.esri.com/MAPS apply to your purchase of that item. If any item is quoted with a multi-year payment schedule, Esri may invoice at least 30 days in advance of each anniversary date without the issuance or a Purchase Order, and Customer is required to make all payments without right of cancellation. Third-party data sets included in a quotation as separately licensed items will only be provided and invoiced if Esri is able to provide such data and will be subject to the applicable third-party's terms and conditions. If Esri is unable to provide any such data set, Customer will not be responsible for any further payments for the data set. US Federal government entities and US government prime contractors authorized under FAR 51.1 may purchase under the terms of Esri’s GSA Federal Supply Schedule. Supplemental terms and conditions found at https://www.esri.com/en-us/legal/terms/state-supplemental apply to some US state and local government purchases. All terms of this quotation will be incorporated into and become part of any additional agreement regarding Esri’s offerings. Acceptance of this quotation is limited to the terms of this quotation. Esri objects to and expressly rejects any different or additional terms contained in any purchase order, offer, or confirmation sent to or to be sent by buyer. Unless prohibited by law, the quotation information is confidential and may not be copied or released other than for the express purpose of system selection and purchase/license. The information may not be given to outside parties or used for any other purpose without consent from Esri. Delivery is FOB Origin for customers located in the USA.
HAYWARDR This offer is limited to the terms and conditions incorporated and attached herein.

Environmental Systems Research Institute, Inc.
380 New York St
Redlands, CA 92373-8100
Phone: (909) 793-2853
DUNS Number: 06-313-4175 CAGE Code: 0AMS3
To expedite your order, please attach a copy of
Quotation # Q-543388
Date: October 14, 2025
Customer # 268948 Contract #
County of Washington Information Technology 100 W Washington St Rm 334 Hagerstown, MD 21740-4727
ATTENTION: Joseph Rathvon this quotation to your purchase order.
Quote is valid from: 10/3/2025 To: 1/1/2026
PHONE: 240-313-2278
EMAIL: jrathvon@washco-md.net
Subtotal: $360,900.00 Sales Tax: $0.00
Estimated Shipping and Handling (2 Day Delivery): $0.00
Contract Price Adjust: $0.00 Total: $360,900.00
Esri may charge a fee to cover expenses related to any customer requirement to use a proprietary vendor management, procurement, or invoice program.
For questions contact: Rob Hayward
Email: rhayward@esri.com Phone: 703-506-9515 x8111
The items on this quotation are subject to and governed by the terms of this quotation, the most current product specific scope of use document found at https://assets.esri.com/content/dam/esrisites/media/legal/product-specific-terms-of-use/e300.pdf, and your applicable signed agreement with Esri. If no such agreement covers any item quoted, then Esri’s standard terms and conditions found at https://go.esri.com/MAPS apply to your purchase of that item. If any item is quoted with a multi-year payment schedule, Esri may invoice at least 30 days in advance of each anniversary date without the issuance or a Purchase Order, and Customer is required to make all payments without right of cancellation. Third-party data sets included in a quotation as separately licensed items will only be provided and invoiced if Esri is able to provide such data and will be subject to the applicable third-party's terms and conditions. If Esri is unable to provide any such data set, Customer will not be responsible for any further payments for the data set. US Federal government entities and US government prime contractors authorized under FAR 51.1 may purchase under the terms of Esri’s GSA Federal Supply Schedule. Supplemental terms and conditions found at https://www.esri.com/en-us/legal/terms/state-supplemental apply to some US state and local government purchases. All terms of this quotation will be incorporated into and become part of any additional agreement regarding Esri’s offerings. Acceptance of this quotation is limited to the terms of this quotation. Esri objects to and expressly rejects any different or additional terms contained in any purchase order, offer, or confirmation sent to or to be sent by buyer. Unless prohibited by law, the quotation information is confidential and may not be copied or released other than for the express purpose of system selection and purchase/license. The information may not be given to outside parties or used for any other purpose without consent from Esri. Delivery is FOB Origin for customers located in the USA.
HAYWARDR This offer is limited to the terms and conditions incorporated and attached herein.

Board of County Commissioners of Washington County, Maryland Agenda Report Form
Open Session Item
SUBJECT: CORRECTION - Sole Source Procurement Award (PUR-1776) for Mental Health Case Management Program – Adults and Older Adults
PRESENTATION DATE: October 21, 2025
PRESENTATION BY: Brandi Kentner, CPPO,
Purchasing Director
RECOMMENDED MOTION: Motion to approve a CORRECTION to the amount of the award presented on October 14, 2025, for a sole-source procurement to Potomac Community Services for a Mental Health Case Management Program The correct amount of this request is $69,886 The original amount presented was $69,866.
REPORT-IN-BRIEF: Supportive and encouraging case management services, while rendered predominantly at the Day Reporting Center, are focused on promoting stability in community living and working in Washington County. Participants of the program can receive case management services throughout all phases of the program and participate in aftercare services as needed. The target population for services are individual participants of the Day Reporting Program; however, family reunification is often a component that is vital to the wholeness of the individual. PCS’ case management services are delivered in such a way to promote wholeness and healthiness of the entire family. The contract is for a one-year period commencing on July 1, 2025, and ending June 30, 202 6
DISCUSSION: The Day Reporting Center wishes to apply Section 1-106.2(a)(1) to the Code of Local Public Laws of Washington County, Maryland, to the procurement requested. This section states that sole source procurements are authorized and permissible when (1) only one source exists that meets the County’s requirements.
This request requires the approval of four (4) out of the five (5) Commissioners in order to proceed with a sole-source procurement. If approved, the following remaining steps of the process will occur as outlined by the law: 1) Not more than ten (10) days after the execution and approval of a contract under this section, the procurement agency shall publish a notice of award in a newspaper of general circulation in the County, and 2) An appropriate record of the sole source procurement shall be maintained as required.
FISCAL IMPACT : Funding is available in 515000-24-24100-GRT544 in the amount of $69,886 for this purchase.
CONCURRENCES: The Behavioral Health Administration allows for one targeted case management agency per county; Washington County’s being Potomac Community Services.
ALTERNATIVES: Deny approval for submission of this request
ATTACHMENTS: Scope of Services and Certificate of Approval from Maryland Department of Health dated 8/4/25
Scope of Services
Mental Health Case Management Program – Adults and Older Adults
Case Management Services
Potomac Case Management Services, Inc. dba Potomac Community Services
Scope of Work for services provided July 1, 2025, through June 30, 2026
Potomac Community Services (PCS) provides on-site case management services for participants of the Washington County Day Reporting Center. Case management services include, but are not limited to;
• Completing individual intake with each participant, which includes goal setting
• Assisting participants with obtaining identification documentation (ID, license, birth certificate, social security card)
• Connection to community resources (food, housing, etc.)
• Attend and complete participant home inspection/approval with the DRC Deputy
• Assist clinician as needed, with Anger Management and Moral Reconation Therapy (MRT)
• Assist participants with other community-based appointments
• Assist participants with connections to other professional providers and therapies as needed
• Assist with family reunification and connect to parenting as needed
Supportive and encouraging case management services, while rendered predominantly at the Day Reporting Center, are focused on promoting stability in community living and working in Washington County. Participants of the program can receive case management services throughout all phases of the program and participate in aftercare services as needed. The target popu lation for services is individual participants of the Day Reporting Program; however, family reunification is often a component that is vital to the wholeness of the individual. PCS’ case management services are delivered in such a way to promote wholeness and healthiness of the entire family.
PCS case managers typically possess a 4-year degree and have experience providing mental health services in a community-based environment. PCS is the only agency certified by the State of Maryland’s Behavioral Health Administration to provide mental health case management in Washington County. Please see the attached certification.

Board of County Commissioners of Washington County, Maryland Agenda Report Form
Open Session Item
SUBJECT: Memorandum of Understanding (“MOU”) between the Town of Keedysville and the Board of County Commissioners of Washington County (“BOCC”) for allowing application of County Historic Property Tax Credits.
PRESENTATION DATE: October 21, 2025
PRESENTATION BY: Meghan Jenkins, GIS Coordinator/Historic Preservation Planner & Aaron Weiss, Assistant County Attorney.
RECOMMENDED ACTION: Motion to approve the MOU between the Town of Keedysville and BOCC.
REPORT-IN-BRIEF: The Town of Keedysville has requested to participate in the County Historic Structures Tax Credit Ordinance as a qualifying municipality through delegation to the County Historic District Commission (“HDC”) of permit review authority through a recorded MOU. This delegation is expressly permitted by County ordinance.
DISCUSSION: The BOCC updated the Historic Properties Tax Credit Ordinance in April of 2024. With the update, qualifying municipalities are explicitly defined and require the municipality to have exterior design review equivalent to those standards in place with the County’s Historic Preservation District as defined in the Zoning Ordinance or by delegation of permit review authority through a recorded MOU. Prior to the update in 2024, qualifying municipalities were not defined in the Ordinance. The purpose of HDC permit review is to ensure the activities proposed by the permit are in conformance with the County’s adopted Design Guidelines for Historic Structures and the Secretary of Interior Standards and Guidelines for Rehabilitation. The permit review would be VOLUNTARY as it will only apply when structures are pursuing tax credits. HDC review is not anticipated to add any additional time to the permit review. The HDC held a workshop in July of 2025 where they invited municipalities to comment on a draft MOU as well as to introduce to the updated historic properties tax credit program. Staff coordinated with the municipalities which were not able to attend to answer individual questions. The Town of Keedysville reviewed the information and wishes to execute this MOU to ensure they are a qualifying municipality for any citizens in the town that wish to voluntarily pursue these tax credits.
FISCAL IMPACT: None
CONCURRENCES: County Attorney, Director, Department of Planning and Zoning
ALTERNATIVES: Reject the MOU .
ATTACHMENTS: MOU
AUDIO/VISUAL NEEDS: N/A



Board of County Commissioners of Washington County, Maryland Agenda Report Form
Open Session Item
SUBJECT: Adoption of Opioid Restitution Funds Ordinance
PRESENTATION DATE: October 21, 2025
PRESENTATION BY: Zachary Kieffer, County Attorney
RECOMMENDED MOTION: Move to Approve the Adoption of the Administration of Opioid Restitution Funds Ordinance.
REPORT-IN-BRIEF: This ordinance authorizes the adoption of the Local Abatement Plan and governs the administration of the settlement funds in accordance with the Plan.
DISCUSSION: The State of Maryland requires the adoption of an approved Local Abatement Plan in order for the County to receive its portion of the funds from the opioid litigation settlements. The Administration of Opioid Restitution Funds Ordinance authorizes the adoption of the Plan. The Ordinance establishes a separate account to manage the proceeds received from opioid litigation settlements, generally sets forth the permissible uses of the funds and establishes a general framework for the disbursement of money from the account and oversight and reporting measures to ensure funds are used in a manner consistent with the national opioid settlement agreements, this ordinance and the Local Abatement Plan.
FISCAL IMPACT: N/A
CONCURRENCES: N/A
ALTERNATIVES: Reject Proposed Ordinance
ATTACHMENTS: Draft Ordinance
AUDIO/VISUAL NEEDS: N/A
ORDINANCE NO. ORD-2025-
ADMINISTRATION OPIOID RESTITUTION FUNDS
WASHINGTON COUNTY, MARYLAND
RECITALS
WHEREAS, opioid overdoses are a national crisis responsible for more than 80,000 deaths annually in the United States. 1
WHEREAS, a significant amount of illicit drugs now includes fentanyl. Fentanyl is a synthetic opioid which is 50 times more potent than heroin and 100 times stronger than morphine. 2
WHEREAS, research shows that people who have had at least 1 overdose are more likely to have another.2
WHEREAS, Washington County has identified substance abuse as one of the top three health priorities affecting residents. 3
WHEREAS, public health experts have estimated that the overdose death rate is 64.6 deaths per 100,000 population, with a more than 2:1 overdose death rate for males compared to females. 4
WHEREAS, overdose deaths have contributed to the decrease in life expectancy of Washington County residents for the past ten years.3
WHEREAS, more than 800 Washington County residents have lost their lives to overdose in the past ten years. 5
WHEREAS, while overdose deaths have seen an overall decrease in the past few years, the administration of Naloxone has seen a steady increase with an almost 60% increase in Emergency Medical Services (EMS) administered doses between 2022 and 2023.5
WHEREAS, overdose deaths are preventable and access to substance use disorder services, as well as educating the community on how to help prevent overdose deaths, can reduce the number of deaths and improve the quality of life of residents.
1 https://www.cdc.gov/overdose-prevention/about/understanding-the-opioid-overdose-epidemic.html
2 https://www.cdc.gov/overdose-prevention/prevention/
3 https://healthywashingtoncounty.com/reports-data/
4 https://washcohealth.org/wp-content/uploads/2025/03/2023-WCHD-Health-Report-2.pdf
5 https://health.maryland.gov/dataoffice/Pages/mdh-dashboards.aspx#Overdose
WHEREAS, it is in the best interests of the County and its residents that its programs and policies support substance use disorder services for individuals and communities impacted by the overdose crisis.
WHEREAS, increases in overdose-related deaths and the hardships that they cause communities across the County, among all demographic groups, threaten the well-being of the entire County.
WHEREAS, the Opioid Restitution Funds may be used for the following purposes:
• Harm reduction, including social determinants of health;
• Treatment and recovery, including wrap-around services;
• Education and preventing new initiation of opioid use disorder; and
• Addressing needs of special populations.
NOW THEREFORE, BE IT ORDAINED, by the Board of County Commissioners of Washington County, Maryland that the following shall govern the administration of Opioid Restitution Funds received by Washington County.
1. The County will establish a segregated account, “the Washington County Opioid Restitution Fund,” (hereafter referred to as “the Fund”) to manage proceeds received from opioid litigation. The Fund will be established with the County Department of Budget and Finance. The Fund shall operate as a dedicated fund to be administered by the County’s Office of Grant Management (hereafter referred to as “OGM”). The Department of Budget and Finance is authorized to create sub-funds or sub-accounts as may be necessary to appropriate or implement the purposes of this Ordinance
2. Utilization of Funds.
a. Monies in the Fund shall be spent only for permissible expenditures for substance use disorder abatement purposes as outlined in the National Settlement Agreement and the State-Subdivision Agreement Between the State of Maryland and Local Governments on Proceeds Relating to the Settlement of Opioids Litigation (the “State-Subdivision Agreement”), upon the recommendation of the Director of Grant Management and with final approval from the Board of County Commissioners, such as:
i. Programs, services, and supports that address substance use prevention, treatment, recovery, and harm reduction, including the social determinants of health, and that redress or prevent other harms caused by the opioid epidemic;
ii. Infrastructure required for such programs, services, and supports;
iii. The oversight, planning, assessing, and monitoring of these programs, as well as expenses associated with managing, investing, and disbursing monies in the Fund; and
iv. Evaluations of effectiveness and outcomes reporting for programs, services, supports, and resources for which monies from the Fund were disbursed.
b. Funding decisions will be made upon the recommendation of the Director of Grant Management and finalized upon approval from the Board of County Commissioners.
c. Monies in the Fund shall be disbursed to both governmental and nongovernmental entities for County initiatives and community-based programs which comply with the National Settlement Agreement and StateSubdivision Agreement.
i. County programs seeking funds will be required to submit a grant intake form.
ii. County departments seeking funds for programs may request funding through the annual budget process along with sufficient justification.
iii. Applicants and fund requests are required to outline adequate plans for data tracking and reporting that align with the requirements outlined in the notices of funding availability.
d. Fund disbursements to community-based organizations shall be made through Notice of Funding Availability (NOFA) process which will outline the steps required in the application process.
3. To ensure restitution funds are utilized in a manner of adherence with Section 2 of this Ordinance and in a manner that supports the County’s coordinated efforts to reduce overdose deaths and address hardships the opioid crisis has caused, the County will publish the following key documents:
a. A comprehensive County-wide overdose reduction strategy based on evidence at least once every two years to guide overall effort is to reduce overdoses.
b. A substance use community needs assessment at least once every two years to inform use of funding as it relates to the expansion of existing services, closing gaps in existing services, or identifying new needs.
c. A plan at least once every two years for robust and ongoing community engagement to ensure regular opportunities for people, including people affected by substance use disorders, to provide input to the County. This plan may be updated in part between major updates.
d. A transparency and accountability plan at least once every two years for the opioid restitution funds. This plan may be updated in part between major updates. The plan will include a public-facing dashboard that provides information on programs receiving funds that will be updated at least annually.
e. An annual report submitted to the Board of County Commissioners on funded programs and program performance.
4. To support efforts related to restitution funds the County will create a new position, Opioid Restitution Manager, reporting to the Director of Grant Management, to coordinate and manage the application process and preparing data and reporting on
the County’s response and progress in addressing the overdose epidemic. The duties of the Opioid Restitution Program Manager may include, but are not limited to:
a. Project management and coordination to support the County-wide response to the overdose crisis.
b. Coordinate and manage NOFA.
c. Develop grant agreements with, disburse funding to, and provide grant monitoring and oversight to funded organizations in partnership with the Director of Grant Management.
d. Ensuring robust public involvement, accountability, and transparency in allocating and accounting for the monies in the Fund.
e. Providing feedback and reporting on alignment among funding requirements and community engagement and publishing annual reports on spending.
f. Maintain a public facing dashboard that provides performance data on programs receiving funds.
Nothing in this Ordinance shall be construed to contravene any federal or state law, regulation, or County provision. Nothing in this Ordinance shall affect or alter existing statute powers of any state or local agency or be construed to transfer or alter existing state or local authority.
The Board of County Commissioners reserves the right to rescind any or all parts of this Ordinance or issue a new order revising this Ordinance, if this Ordinance is not complied with or unfit it is in the public health interest of the citizens of Washington County to rescind or modify the Ordinance.
If any provision of this Ordinance or its application to any person, entity, or circumstance is held invalid by any court of competent jurisdiction, all other provisions or applications of the Ordinance shall remain in effect to the extent possible without the invalid provision or application. To achieve this purpose, the provisions of this Ordinance are severable.
ADOPTED this _____ day of October, 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
Zachary J. Kieffer 100 W. Washington Street, Suite 1101
County Attorney Hagerstown, MD 21740

Board of County Commissioners of Washington County, Maryland Agenda Report Form
Open Session Item
SUBJECT: Washington County Community Reinvestment and Repair Fund (CRRF)
PRESENTATION DATE: October 21, 2025
PRESENTATION BY: Michelle Gordon, County Administrator; Maria Kramer, Director of Grants Management; Kelcee Mace, Chief Financial Officer
RECOMMENDATION: Move to approve the ordinance regarding the establishment of Community Reinvestment and Repair Fund (CRRF).
REPORT-IN-BRIEF: Move to approve the establishment of Community Reinvestment and Repair Fund (CRRF), potential uses of Community Reinvestment and Repair Fund (CRRF).
DISCUSSION: The County has received one-time conversion fees and cannabis sales and use tax funds. Those funds are maintained in a separate, special revenue fund and represented on the financial statements as restricted cash reserves and restricted fund balance. Staff anticipates that as long as the State does not modifytheexistingstatute,theCountywillreceiveapproximately $250,000annuallyforcommunity based initiatives through the State’s CRRF which was established under §1-322 of MD State Statute, Article-Alcoholic Beverages and Cannabis
The purpose of the Fund is to provide funds to community–based organizations that serve communities determined by the MD State Office of Social Equity, in consultation with the MD State Office of the Attorney General, to have been the most impacted by disproportionate enforcement of the cannabis prohibition before July 1, 2022. Restricted CRRF cannabis sales tax may only be used for community-based initiatives that focus on low-income and disproportionately impacted areas in zip code 21740. Zip code 21740 includes parts of the City of Hagerstown and parts of the unincorporated areas of the County outside of the City.
The Fund consists of: Sales and use tax revenue distributed to the Fund under § 2–1302.2 of the Tax –General Article; Conversion fees paid by businesses under § 36–403 of this article; and Any other money from any other source accepted for the benefit of the Fund, in accordance with any conditions adopted by the Comptroller for the acceptance of donations or gifts to the Fund.
1. The Fund may be used only for:
• Funding community–based initiatives intended to benefit low–income communities;
• Funding community–based initiatives that serve disproportionately impacted areas, as defined in § 36–101 of this article; and,
• Any related administrative expenses.
2. Money may not be expended from the Fund for law enforcement agencies or activities.
3. Money expended from the Fund is supplemental to and may not supplant funding that otherwise would be appropriated for preexisting local government programs.
Eligible programs are typically programs that are administered by the County; and, funds may be used for the following types of categories (the list is not all inclusive):
• Mental health and substance abuse services;
• Education and after school programs;
• Small business grants;
• Parks and recreational facilities;
• Criminal justice reform / re-entry; and,
• Housing and homelessness prevention
At this time, staff is recommending that an ordinance be drafted for your review and approval. That ordinance will outline that CRRF funds shall be administered by the Grants Management Department. The Grants Management Department will guide the use of the County’s restitution funds and ensure that funds are allocated and spent on permissible CRRF expenditures that align with the BOCC’s strategic goals. Additionally, the Grants Management Department will develop reporting for submission to the BOCC. Funding decisions will be made upon the recommendation of the Grants Management Department, reviewed by the County Administrator and finalized upon approval from the BOCC in a regular meeting.
Monies in the CRRF may be disbursed to both governmental and non-governmental entities for county programs or community-based programs. Requests from non-departmental agencies seeking funds will be required to submit an application and departments seeking funds may request funding through the Grants Management Department. All applicants will be required to outline adequate plans for data tracking and reporting that align with state and county requirements.
Up to 15% of the proceeds of the fund may be used to administer the program. To administer the program, staff recommends that the Department of Grants Management keep track of staff time required for program and grant administration for reimbursement from the CRRF.
FISCAL IMPACT: N/A
CONCURRENCES: N/A
ALTERNATIVES: None
ATTACHMENTS: CRRF Fund Ordinance
AUDIO/VISUAL NEEDS: None
ORDINANCE NO. ORD-2025-
AN ORDINANCE PERTAINING TO THE ESTABLISHMENT OF THE WASHINGTON COUNTY COMMUNITY REINVESTMENT AND REPAIR FUND
RECITALS
WHEREAS, the Maryland General Assembly has enacted the Community Reinvestment and Repair Act to provide financial resources to communities that have been historically underserved and disproportionately impacted;
WHEREAS, Washington County wishes to avail itself of the State revenue available for investing in community-based initiatives that benefit low-income and disproportionately impacted communities within the County;
WHEREAS, to do this, it is necessary to establish a local fund to ensure equitable distribution of resources in accordance with the provisions of Maryland law;
WHEREAS, upon due consideration of the furtherance of the public health, safety and welfare, the Board of County Commissioners finds that the creation of the Washington County Community Reinvestment and Repair Fund to receive restricted-use funding from the State of Maryland is in the best interest of the public.
NOW THEREFORE, BE IT ORDAINED, by the Board of County Commissioners of Washington County, Maryland (the “Board of County Commissioners”) that there is hereby established the Washington County Community Reinvestment and Repair Fund (the “Fund”);
BE IT FURTHER ORDAINED by the Board of County Commissioners that the Fund shall be budgeted and expended exclusively in accordance with a plan, adopted following a public hearing, for the distribution of funds to community-based organizations for use for the following purposes:
1. Funding community-based initiatives intended to benefit low-income communities as allowed by Maryland Ann. Code, Alcoholic Beverages and Cannabis Article, Section 1-3A-03(a)(6);
2. Funding community-based initiatives that serve disproportionately impacted areas, as defined in Maryland Ann. Code, Alcoholic Beverages and Cannabis Article, Section 36-101;
3. Administrative expenses incurred by this local government in administrating this Fund, not to exceed that percentage of funds received that is allowed by law;
BE IT FURTHER ORDAINED by the Board of County Commissioners that the Fund shall:
1. Not be used for law enforcement agencies or activities;
2. Supplement, and not supplant, any preexisting local government programs; and
3. Shall be held separately from other revenue and general funds;
BE IT FURTHER ORDAINED by the Board of County Commissioners that the County Administrator, or designee, shall oversee the management of the Fund, including:
1. Developing a Plan, in consultation with stakeholders, for public hearing that will guide the distribution of funds, to include guidelines and application procedures for eligible community-based organizations seeking funding;
2. Conducting a public hearing to adopt a Plan;
3. Administering and monitoring funding; and
4. Providing an annual report to the Board of County Commissioners and to the Comptroller’s Office detailing funding, distribution process and expenditures;
BE IT FURTHER ORDAINED by the Board of County Commissioners that, in the event any portion of this Ordinance is found to be unconstitutional, illegal, null or void, it is the intent of the Board of County Commissioners to sever only the invalid portion of the provision, and that the remainder of the Resolution shall be enforceable and valid;
BE IT FUTHER ORDAINED by the Board of County Commissioners that the foregoing recitals are adopted as if fully rewritten herein; and
BE IT FURTHER ORDAINED by the Board of County Commissioners that this Ordinance shall be effective upon recordation, without publication of a fair summary.
ADOPTED and EFFECTIVE this _____ day of October, 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:
Zachary J. Kieffer
Mail to:
Office of the County Attorney
100 W. Washington Street, Suite 1101 County Attorney Hagerstown, MD 21740

Board of County Commissioners of Washington County, Maryland Agenda Report Form
Open Session Item
SUBJECT: Recognition of Manufacturing Month, October 2025
PRESENTATION DATE: October 21, 2025
PRESENTATION BY: Linda Spence, Financial Programs Administrator
RECOMMENDED MOTION: Allow for the presentation of two short videos (2 minutes each) during the Board of County Commissioners’ meetings in October in recognition of Manufacturing Month.
REPORT-IN-BRIEF: October is nationally recognized as Manufacturing Month to highlight the importance of manufacturing in Washington County and to inspire the next generation of workers, staff has developed four 2-minute videos showcasing local manufacturers. Two videos are proposed to be shared at each of the Board of County Commissioners meetings in October.
DISCUSSION: The Manufacturing Month videos are designed to showcase the diversity and innovation of the manufacturing industry in Washington County. Each video highlights different sectors of manufacturing and challenges the traditional perception of “greasy floors and dingy surroundings” by featuring advanced technologies, clean facilities, and modern practices. The goal is to emphasize the wide range of local opportunities available and to highlight the positive contributions of this sector to our community.
Manufacturing is a cornerstone of Washington County’s economy, representing approximately 10% of local industries. In addition, about $1.1 billion of the county’s gross domestic product is tied to manufacturing, underscoring its significance to our workforce, community vitality, and economic growth. These videos will help educate and inspire the next generation of workers, while also celebrating the value of manufacturing to our county’s success.
FISCAL IMPACT: n/a
CONCURRENCES: Jonathan Horowitz, Director, Department of Business and Economic Development
ALTERNATIVES: n/a
ATTACHMENTS: na/
AUDIO/VISUAL NEEDS: Videos

Board of County Commissioners of Washington County, Maryland Agenda Report Form
Open Session Item
SUBJECT: Agriculture – Faces of Farming Presentation
PRESENTATION DATE: Tuesday, October 21, 2025
PRESENTATION BY: Kelsey Keadle, Business Specialist, Agriculture, Department of Business and Economic Development
RECOMMENDED MOTION: N/A
REPORT-IN-BRIEF: “Faces of Farming” is an agricultural-focused video marketing campaign that will showcase two local Washington County farms every month, for one year The “Faces of Farming” marketing videos will be showcased on the County’s website, as well as Facebook and other social media platforms, and will target a new industry and highlight a local farmer from that specific agricultural industry Additionally, the Faces of Farming marketing campaign will be utilized in Washington County Public Schools as an agricultural education element focused on kindergarten to Fifth grade students to connect Washington County youth directly with local farms.
DISCUSSION: Washington County’s agricultural business represents the backbone of the County’s landscape. With almost 900 operating family farms and $167,907,000 in market value of products sold, agriculture is the cornerstone of Washington County’s economy. The “Faces of Farming” marketing campaign will aim to educate residents in Washington County, along with the surrounding States and Counties, about the economic impact of the Ag industry. Additionally, these videos will be used for agricultural education to numerous streams around Washington County, such as, 4-H and FFA (Future Farmers of America) meetings, Ag Expo and Fair, and they will be available on the Washington County Ag App and website.
FISCAL IMPACT: N/A
CONCURRENCES: N/A
ALTERNATIVES: N/A
ATTACHMENTS: N/A
AUDIO/VISUAL NEEDS: Yes – 2 Faces of Farming Videos

SUBJECT: Building Plan Examiner
Board of County Commissioners of Washington County, Maryland
Agenda Report Form
Open Session Item
PRESENTATION DATE: October 21, 2025
PRESENTATION BY: Chip Rose, Director, Human Resources.
RECOMMENDATION: Staff requests approval to offer Bonnie Aguillar position #1887, Commercial Building Plans Examinerat Grade 14 / Step 6 - $79,206.
REPORT-IN-BRIEF: Staff requests approval to offer Bonnie Aguillar position #1887, Commercial Building Plans Examiner at Grade 14 / Step 6 - $79,206.
DISCUSSION: N/A
FISCAL IMPACT: Budgeted position will be vacant from 7/1 – 11/15
CONCURRENCES:
ALTERNATIVES:
ATTACHMENTS:

Board of County Commissioners of Washington County, Maryland Agenda Report Form
Open Session Item
SUBJECT: Hagerstown Regional Airport Advisory Commission - Appointment
PRESENTATION DATE: October 21, 2025
PRESENTATION BY: Dawn Marcus, County Clerk
RECOMMENDATION: Move to appoint John Cavey to serve a partial term through September 30, 2026, on the Airport Advisory Commission.
REPORT-IN-BRIEF: The Airport Advisory Commission consists of seven voting members that serve three-year terms. The County Commissioners also may appoint others to serve as non-voting, ex-officio members for various terms and differing purposes.
DISCUSSION: N/A
FISCAL IMPACT: This is not a paid board.
CONCURRENCES: Airport Advisory Commission; Neil Dorin, Director
ATTACHMENTS: N/A

Board of County Commissioners of Washington County, Maryland Agenda Report Form
Open Session Item
SUBJECT: Potential Legislative Items
PRESENTATION DATE: October 21, 2025
PRESENTATION BY: Zachary Kieffer, County Attorney
RECOMMENDED MOTION: N/A. Discussion only.
REPORT-IN-BRIEF: This is a discussion about potential issues the County may like to see addressed during the next session of the General Assembly
DISCUSSION: The next regular session of the General Assembly begins in January 2026. The County should begin to identify matters that require legislative action. Potential items suggested to date, include:
1. I-81 Widening.
2. Funding for air traffic control tower at HGR.
3. I-70 Interchange Improvements
4. State funding of priority transportation projects.
5. Transition of County Treasurer from elected to appointed position.
6. Revise MD Local Govt 28-203-County's Salary Study Commission Subtitle to replace Cumberland Valley Associated Builders and Contractors representative with representative from Home Builder’s Association of Washington County (or other interest group).
7. Revise Health-General 8-406 Zoning of Halfway Houses to remove the language that deems small halfway houses a single-family dwelling and large halfway houses a multifamily dwelling.
8. Review dimensional minimums of “Manufactured Homes” that are now permissible in residential zoning districts.
9. Loosening statutory or regulatory restrictions to allow property owners on septic systems to repair elements of their septic systems and exempt them from having to replace or upgrade septic to best available technology.
10. Revise Washington County Code of Public Local Laws Section 6-503(e) to include monetary penalty of $500 for misdemeanor restraint or hindrance of the right of public works employee to enter upon premises in performance of their duties.
FISCAL IMPACT: N/A
CONCURRENCES: N/A
ALTERNATIVES: N/A
ATTACHMENTS: N/A
AUDIO/VISUAL NEEDS: N/A