24
3T rnthrntalirnt Character Counts Pillar of the Month “Fairness” 2 1-29 WHEREAS, Queen Anne’s County was declared a Character Counts Community; and WHEREAS, we have all been called upon to embrace the Six Pillars of Character and incorporate these pillars into our daily lives; and WHEREAS, the Character Counts pillar for the Month of June is Fairness; and WHEREAS, the definition of Fairness is impartial and just treatment or behavior without favoritism or discrimination; and WHEREAS, the Queen Anne’s County Library strives to provide diversity and inclusion in all aspects of our library systems including collection development, programming, and accessibility of services; and WHEREAS, the citizens of Queen Anne’s County are encouraged to use the Queen Anne’s County Library, regardless of race, gender, religion, nationality, ability to pay or age; and WHEREAS, all citizens can expect to be treated with respect and kindness, and without prejudice, at all times while in the Queen Anne’s County Library buildings; and WHEREAS, the Queen Anne’s County Library should be seen as a place open and welcome to all to enter and find knowledge and connection; NOW, THEREFORE, WE, THE COUNTY COMMISSIONERS OF QUEEN ANNE’S COUNTY, do hereby, designate the Character Counts Pillar for the Month of June to be Fairness. Provided by Queen Anne’s County Library QUEEN ANNE’S COUNTY BOARD OF COUNTY COMMISSIONERS 1 Christopher Corchiarino, President

3T rnthrntalirnt Character Counts Pillar of the Month 2 1

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

3TrnthrntalirntCharacter Counts Pillar of the Month

“Fairness”2 1-29

WHEREAS, Queen Anne’s County was declared a Character Counts Community; and

WHEREAS, we have all been called upon to embrace the Six Pillars of Character and incorporate thesepillars into our daily lives; and

WHEREAS, the Character Counts pillar for the Month of June is Fairness; and

WHEREAS, the definition of Fairness is impartial and just treatment or behavior without favoritism ordiscrimination; and

WHEREAS, the Queen Anne’s County Library strives to provide diversity and inclusion in all aspects ofour library systems including collection development, programming, and accessibility of services; and

WHEREAS, the citizens of Queen Anne’s County are encouraged to use the Queen Anne’s CountyLibrary, regardless of race, gender, religion, nationality, ability to pay or age; and

WHEREAS, all citizens can expect to be treated with respect and kindness, and without prejudice, at alltimes while in the Queen Anne’s County Library buildings; and

WHEREAS, the Queen Anne’s County Library should be seen as a place open and welcome to all toenter and find knowledge and connection;

NOW, THEREFORE, WE, THE COUNTY COMMISSIONERS OF QUEEN ANNE’S COUNTY,do hereby, designate the Character Counts Pillar for the Month of June to be Fairness.

Provided by Queen Anne’s County Library

QUEEN ANNE’S COUNTYBOARD OF COUNTY COMMISSIONERS

1Christopher Corchiarino, President

Page 2: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

Queenfinne ‘sCounty

County Commissioners:James J. Moran, At LargeJack N. Wilson Jr., District 1Stephen Wilson, District 2Philip L. Dumenil, District 3Christopher M. Corchiarino, District 4

OFFICE OF BUDGET, FINANCE ANDINFORMATION TECHNOLOGY

The Liberty Building107 North Liberty Street

Centreville, Maryland 21617

Telephone: (410) 758-4064Fax: (410) 758-3036

County Adnunistrator: Todd R. MohnDirector, Budget and Finance: iVichole Hepfer

Chief Treasuiy Officer: Jeffrey A. RankInformation Technology Manager: Megan DelGaudio

ACTION ITEM

DATE: June 8, 2021

MEMORANDUM

TO:

CC:

FROM:

RE:

County Commissioners

Todd Mohn, County AdministratorAmy Lorenz, Systems Engineer

Megan DelGaudlo, IT Manager

Purchase of Additional Data Storage

This is a request to piggyback on the Fairfax County IT Hardware and Software contract to purchase

additional data storage to support the growth of the Countys technological infrastructure. Pure

Storage was chosen as the County’s data storage vendor through a competitive bid process in

November2017. The County’s data storage capacity needs have and will continue to grow with the

launch of the Munis Utility Billing, Financials and HR systems in June and July. Additional storage will

support this as well as storage demands for other current (GIS data, Energov, DocStar (document

management solution), etc.) and future applications.

If approved requested data storage capacity would increase the County’s current 3OTB’s by 20 TB’s

to 5OTB’s of storage. The cost is $1 12,922.73. Adequate funding is available in the IT Infrastructure

budget

RECOMMENDED ACTION:

I move that we approve the recommendation of County IT staff to purchase additional data storage

from CDW-G on the Fairfax County IT Hardware and Software contract for $112,922.73.

2

Page 3: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

C)C.,

C,

I•

z-

<w

•w0

Dz

IC)z

D-

a,()It

3

Page 4: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

QueenAnne sCounty

Coii,itj’ Coin IllisioIlei%:iarnc. j, loitn. .\t LargeJack N. Vil,on, Jr., [).nt IStcphm \ Ron. District 2Philip [ Dumenil. l)o.ti’is,i 3ClirRtoplwr \l C rchürino. l)isrn 4

Date: .Junc 8. 2021

THE DEPARTMENT OF PARKS & RECREATIONOF QUEEN ANNE’S COUNTY

1945 4H Park Rd.Centreville, MD 21617

Telephone: (410) 758-0835Fax: (410) 758-0566

e-mail: QACCommissioners8dministrac

Cou,iti ,-ldiniiiir,’cito’; 1()LI(.I tJtJI?,,lvcclitO’L’ .1ssicfctn! to ( (00:11 Co,,, ,icsl000rc tIai’gie A !iotn

County .1 ,toi Ift’ J’trir k ihOIflJ?.sOfl, [%qiiu’

VI’VIEMORANDUM

1 o: County (‘omiiiissioners ACTION ITEM

Via: Stephen (‘handlee, Director, Department of Parks and Recreation

[rum: Mike \Vatson, (‘hief’ of ( )perations. Department of Parks and Recreation

Subject: Old I we Point Lighting Project

The Department of Parks and Recreation is recluestine to enter a contract with MUSCO Lighting toreplace athletic held lights at old Love Point Park in the amount of S5 15.753.00. utilizing the Key stone

Purchasinu Network Arcement KPN-20 1901-01

[his project will replace the lights on baseball field #4, soccer fleld, the sand ‘ olleyhall court, and part ot’the parking lot. The current light pole bases are sho lug signs of deterioration and could pose as a safety’hazard in the near future. Parks and Recreation has submitted and been approved for a POS Grant in theamount of SI 61,004,02. Ihe remaining funds to complete the project will come from FY22 .\thleiic

Field Work Project (400837) in the amount of’ S354,748.98.

Requested Action:I move to authorize the l)epartment of Parks to enter a contract with MUSCO Lighting to replaceathletic field lights at 01(1 Love Point Park in the amount of S515,753, utilizing the KeystonePurchasing Network agreement. Funding to come from the Department of Parks & RecreationsFY22 Athletic Field Work Project and POS Grant Funds.

cc: Nicole Hetiier and E3ritanv Moran

4

Page 5: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

Project: Old Love Point ParkStevensville, MD

Ref: 210979Keystone Purchasing Network

Master Project: 195255, Contract Number KPN-201901-01, Expiration: 02/28/2024Comr” it Field/Co” .... t ....i.

Sales tax & bonding, if applicable, and unloading of the equipment are not included.Pricing furnished Is effective for 60 days unless otherwise noted and is considered confidential.

Light-Structure SystemTM with Total Light Control — TLCfor LED technology

Guaranteed Lighting Performance• Guaranteed light levels of SOFC lnfield/3OFC Outfield for baseball with uniformity of 2.0:1.0 lnfield/2.5:1.0

Outfield Field Size 325’/420’/325’ basepath 90’• Guaranteed light levels of 3OFC for soccer with uniformity of 2.0:1.0 — Field Size 330’ x 180’• Guaranteed light levels of 2OFC for volleyball with uniformity of 4.0:1.0• Average light levels of 2.37FC for parking — Irregular Size• BallTracker’TM technology — targeted light, optimizing visibility of the ball in play with no glare in the players

typical line-of-sight

System Description• (7) Pre-cast concrete bases with integrated lightning grounding• (7) Galvanized steel poles• Factory wired and tested remote electrical component enclosures• Pole length, factory assembled wire harnesses• Factory wired poletop luminaire assemblies• (54) Factory aimed and assembled luminaires, including BallTrackerTM luminaires• (4) OSQ area luminaires• UL Listed assemblies

Environmental Light Control• Spill light minimized at 150’ from edge of field to 0.13 max horizontal FC & 0.31 max vertical FC• Off-site glare light minimized at 150’ from edge of field to 9892 max candela

Control Systems and Services• Control-Link® control and monitoring system to provide remote on/off and dimming (high/medium/low)

control and performance monitoring with 24/7 customer support

Operation and Warranty Services• Reduction of energy and maintenance costs by 40% to 85% over typical 1500W metal halide equipment• Product assurance and viarranty program that covers materials and onsite labor, eliminating 100% of your

maintenance costs for 25 years• Support from Musco’s Lighting Services Team — over 170 Team members dedicated to operating and

maintaining your lighting system — plus a network of 1800+ contractors

Date: March 31, 2021To: Robbie 8lackiston

Queen Annes Countya)

0

Quotation Price — Materials Delivered to Job Site and Installation

Baseball/Soccer/VoIleyball/Parking - $515,753.00

Q_ o

M-2166-enUS-6

Page 6: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

Quote Baseball Soccer Volleyball Parking

Payment Terms

Musco’s Credit Department will provide payment terms. Email or fax a copy of the Purchase Order to Musco Sports Lighting,LIC & KPN:

Musco Sports Lighting, LLCAttn: Amanda HudnutFax: 800-374-6402Email: musco.contracts(musco,com

IpurtheordersshouidDCthCfoIIowing:KePurthasirigNe*k:pirniase —tntract Number: KPN-201901-O1

Delivery Timing

Keystone Purchasing NetworkAttn: Mark CarolloFax: 570-524-5600Email: [email protected]

6 -8 weeks for delivery of materials to the job site from the time of order, submittal approval, and confirmation of orderdetails including voltage, phase, and pole locations. Due to the built-in custom light control per luminaire, pole locationsneed to be confirmed prior to production. Changes to pole locations after the product is sent to production could result inadditional charges.

Notes

Quote is based on:• Shipment of entire project together to one location.• 480 Volt, 3 Phase electrical system.• Structural code and wind speed = IBC 2018, 115 mi/h, Exposure C, Importance Factor 1.• Owner is responsible for getting electrical power to the site, coordination with the utility, and any power company

fees.• Includes supply and installation of Musco system including underground wiring and conduit, service entrance panel

board, and controls by a licensed contractor. Also Includes (2) outlets on each A pole.• Standard soil conditions — rock, bottomless, wet or unsuitable soil may require additional engineering, special

installation methods and additional cost.• Confirmation of pole locations prior to production.

Thank you for considering Musco for your lighting needs. Please contact me with any questions or if you need additionaldetails.

John WindsorField Sales RepresentativeMusco Sports Lighting, LLCPhone: 410-688-4297E-mail: [email protected]

(r

3,

M2166-enUS-8

6

Page 7: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

Customer Responsibilities:

1. Complete access to the site for construction using standard 2-wheel drice rubber tire equipment.2. Locate existing underground utilities not covered by your local utilities. (i.e. water lines, electrical lines, rrigation systems, and sprinkler heads). Musco or

Subcontractor will not be responsible fr repairs to unmarked utilities.

3. locate and mark field reference points per Musco suplied layout. (i.e. home plate, center of F8 field)4. Pay for extra costs associated with foundation excavation in non-standard soils (rock, caliche, high water table, collapsing holes, etc.) or soils not defined

in geo-technical report. Standard soils are defined as soils that can be excavated using standard earth auguring equipment.5. Pay any necessary power company fees and requirements.6. Pay all permitting fees.7. Provide area on site for disposal of spoils from foundation excavation.8. Provide area on Site for dumpsters.

9. ProvIde sealed Electrical Plans. (if required)Musco ResponsIbIlitIes:

1. Provide required foundations, poles, electrIcal enclosures, lumirraires. pole harnesses, and control cabinets.2. Provide layout of pole locations and aiming diagram.3. Provide Pro)ect Management as required.4. Provide stamped foundation designs based on 2500 psI soils.5. AssIst our Installing subcontractor and ensure our responsibilities are satisfied.

Musco Subcontractor ResponsibilitiesGeneral:

1. Obtain any required permitting.2. Contact apps’opriate parties for locating public underground utilities and confirm they have been clearly marked.3. Contact the facility owner/manager to confirm the existing private underground utilities and irrigation systems have been located and are clearly rnalied

In order to avoid damage from construction equipment. Repair any such damage during construction.4. Provide labor, equipment, and materials to off load equipment at jobsite per scheduled delivery5. Provide storage containers for material, (including electrical components enclosures), as needed6. Provide necessary waste disposal and daily clean up.7. Provide adequate security to protect Musco delivered products from theft, vandalism or damage during the installation.8 Keep all heavy equipment off playing fields when possible. Repair damage to grounds which exceeds that which would be expected. Indentations caused

by heavy equipment traveling over dry ground would be an example of expected damage. Ruts and sod damage caused by equipment traveling over wetgrounds would be an example of damage requiring repair.

9. Provide startup and aiming as required to provide complete and operating sports lighting System.

10. Installation to commence upon delivery and proceed without interruption untl complete, Musco to be immedately notified of any breaks in schedule ordelays.

DemolItion:

1. Remove and dispose of the existing lighting poiss, luminaires, and electrical component enclosures. This will include the recycling of lamps, aluminumreflectors, ballast, arid steel as necessary.

2. Demolition of existing foundations to2 ft (0.6 m( below grade.

3. Leave existing power feed in place for connection to new pole locations.

Foundations, Poles, and Lumlnalres:1. Mark and confirm pole locations per the aiming diagram provided. If there are any Issues, Immediately notify your Musco Project Manager.2. Provide labor, materials, and equipment to install (6) ISS foundations as specified on Layout and per the stamped foundation drawings, if applicable.3. Remove spoiis to owner designated location at jobsite.4 Provide labor, materials, and equipment to assemble Musco TIC-LED luminairex, electrical component enclosures, poles, and pole harnesses,5. Provide labor, e%ulpment, and materials to erect (6) dressed LSS Poles and aim utilizing the pole alignment beam.Electrical:

1. Provide labor, materials, and equipment to reuse existing electrical service panels as required.2. Provide labor, materials, arid equipment to install all underground conduit, wiring, pull boxes etc. and terminate wiring as required.

3. Provide as-built drawings on completion of installation, (if requIred).

Control System:

1. Provide labor, equipment, and materials to install (1) Musco control and monitoring cabinet and terminate all necessary wiring,

2. Provide a dedicated 120V 20A controls circuit or a stepclown transformer for 120V control circuit if not available.

3. Check all sones to make sure they work in both auto and manual mode.4 Commission Control-Link’ by contacting Control—Link Central” at 877-347-3319.

M-2166-enlil-8

(3d Love PoInt Park Soccer & Baseball Field 4- -

. Steveissville, MDMusco Prolect 210979Turnkey Scope of Work

— I

.1

7

Page 8: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

8

Page 9: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

9

Page 10: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

pot. IOld Love Point Panic Soccer & Baseball Field 4StoiuIi..M0

ILWMiNAT1N StMMARY:

Inn,, GridGamvnt..d AoarOje 20

Scan Av,nng, 21.47Macmoan,: 29MinimUm: 13

Oott/MIn: 1.10Guwaol..dMac/Mo,. ‘

Moo / Mm: 2.2706 ladiacant p1,1. 1,50

CI)’ 561No. of Points: 00

vç,poodcloocon INw. LmmanUm 0

Total Scad’ 2.4kW

Goaauot..d Pe,fueeomw., he 1uLIJMINAI1ON doooalbed obvI. goarant.od pen yew Mu000 Warranty document and

i Indmideoa9Sdirtd.pclavcnfan,nr.

Plaid M..nteoaum.U; individual 1.14 n,ca.u.,nmnls elan VIm

Iron, ooncrcor,r.naicolatml pPedlotlnno and .1,00149, tIk..ninalanrdannn with 1590 OP.6-1s.

Il.vt0,.I Syat.eo R.quimn.a.t,: Rein, to An,perog,

Draw Chart ond/Or the idtaaoo CatWollyatmo SutntotutVI for ,t.ottical SumS.

In.taIiadon Ilaqoi,.an.ot,: Rnsoit, mactn,, ±3%nominal Vottqe at floe tide olDie dImeS and ,Dicttwrn

located within Sleet (toil Of dm140 t.n.0001.

We Make It HappenNO to tie r,p004uoad 0, 04,01. ocpan 0401011 O’a qOtae 040.1,1 olA0a6.n. LIatama. LC.O1. 2021 MIMe. Soat. Liva. tic,

on 100440.1. . r ‘ :

I *2 III P.S TiC4tt.57S I ii

Nan,.: nnOaybafl

nice: 0605CC’

Sploind: d5O’OOVO

ENGINEERED DESIGN By: Mutt Sullivan . File #i21O979B 29-Mar-21

tLWMINATION SUMMARY

±ooIVOctnelci +dm.,ama,a.re,.ieta.Ol,Vl.i.rneOePOCntiSi :i

Page 11: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

MEMORANDUM

DEPARTMENT OF PUBLIC WORKS312 Safety Drive

Centreville, MD 21617Telephone: (410) 758-0925

Date: June 8, 2021

To: County Commissioners ACTION ITEM

From: Steve Cohoon, Public Facilities Planner

RE: Baltimore Metropolitan Council (BMC) AgreementUnified Planning Work Program (UPWP) Contract for FY 2022

As a Member of the Baltimore Metropolitan Council each year Queen Anne’s Countyexecutes a contract relating to our involvement and participation with the proposed workprogram. In turn, the agreement provides for financial support to the County for our workwith the BMC. The BMC will reimburse the County for 80% of the work done by Staffworking on joint planning projects and studies.

The Unified Planning Work Program includes Queen Anne’s County’s participation inregional transportation planning and modeling, demographic forecasting, bike andpedestrian planning, GIS coordination, transit planning and data sharing.

The total estimated maximum budget relating to joint projects and the work program withthe BMC over the next year is $50,000 if the County fully participates in all of the projectsoutlined in the work program. The BMC will financially support the County involvementup to $40,000 which is 80% of the total. The County will provide our 20% match of$10,000 through staff time and participation. If the County does not participate fully in allaspects of the work program the actual amounts will be less but will still be at a rate of 80%BMC funding and 20% County match.

Patrick Thompson has reviewed and approved the agreement.

Motion: I make a motion that we approve and sign the UnifiedPlanning Work Program Agreement with the BaltimoreMetropolitan Council for FY 2022.

11

QueenAnne’sCounty

County Commissioners:James J. Moran, At LargeJack N. Wilson, Jr., District IStephen Wilson, District 2Philip L. Dumenil, District 3Christopher M. Corchiarino, District 4

Page 12: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

AN AGREEMENT

BY AND BETWEEN

BALTIMORE METROPOLITAN COUNCIL, INC.

AND

QUEEN ANNE’S COUNTY, MARYLAND

THIS AGREEMENT, entered into this — day of June, 2021, by and between the Baltimore

Metropolitan Council, Inc., a body corporate and politic (hereinafter referred to as “BMC”) and Queen

Anne’s County, Maryland, a body corporate and politic (hereinafter referred to as “County”);

WITNESSETH:

WHEREAS, a Memorandum of Understanding dated August 26, 2008 has heretofore been

executed by and between the City of Annapolis, Maryland, the Mayor and City CouncH of Baltimore,

Maryland, Anne Arundel County, Maryland, Baltimore County, Maryland, Carroll County, Maryland,

Harford County, Maryland, Howard County, Maryland, Queen Anne County, Maryland, the Maryland

Departments of Planning, Transportation and the Environment, the Maryland Transit Administration,and BMC (the “Transportation MOU”) wherein the parties thereto mutually agree to carry out the

Unified Planning Work Program (hereinafter referred to as “Unified Program”) in the BaltimoreMetropolitan region; and

WHEREAS, the agencies and jurisdictions hereinabove referred to have prepared a Unified

Program for Fiscal Year (FY) 2022, including a budget and work program for the continuing

Transportation Planning Process (as per 23 CFR 450) and other special studies related to

transportation in the County; and

WHEREAS, it is in the public interest to provide financial support for the continuingTransportation Planning Process and other special studies related to transportation in the BaltimoreMetropolitan region; and

WHEREAS, the functions and responsibilities of BMC in the performance of work to berendered pursuant to the above referenced Transportation MOU have been defined in a separatedocument dated July 1, 2004 entitled “Agreement Between the Maryland Department of Transportation

and the Baltimore Metropolitan Council” (hereafter, the “2004 Agreemenf’); and

WHEREAS, BMC wishes to work with the County on projects pertaining to the Baltimoremetropolitan region in conjunction with the Unified Program and

WHEREAS, the annual budget for the Unified Program includes funding provisions from

various federal and state agencies and the County for the support of transportation planning activities

3 to be conducted by the County; and

12

Page 13: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

WHEREAS, this Agreement is intended to define the general responsibilities and functions of

BMC and the County in the performance of the duties to be undertaken and services to be rendered

and to provide for the method of compensation for the performance thereof.

NOW, THEREFORE, THIS AGREEMENT WITNESSETH: that in consideration of the

promises contained herein and other good and valuable consideration, the receipt and sufficiency of

which are hereby acknowledged, the parties hereto agree as follows:

ARTICLE I- PURPOSE OF AGREEMENT

The purpose of this Agreement is to provide for financial assistance to the County from

BMC, funded through federal and state funds and to set forth the work scopes and activities outlined

in the FY 2022 Unified Program that are to be accomplished with said funds.

ARTICLE II- TERMS AND CONDITIONS

A. Unified Planning Work Program Director - BMC Director of Transportation

Planning, in accordance with procedures outlined in the 2004 Agreement, shall manage the Unified

Program and shall monitor and coordinate the performance of the work being conducted by the County

(“hereafter referred to as “Program Director”).

B. Program Coordinator - The County shall appoint a Program Coordinator

(hereafter referred to as “County Coordinator”) who shall be responsible for:

1 The timely completion of program elements and/or tasks and

2 The preparation and submission of quarterly progress reports by the

twentieth (20th) day and quarterly invoices by the thirtieth (30th) day of the month following the end of

the quarter to BMC for each project element in which the County is participating. The report shall be

made in accordance with the procedures outlined in the 2004 Agreement.

C. Appointment of Key Personnel - For work carried out under any agreement;

the Program Director shall contact the County Coordinator and request that the County assign the

necessary staff to perform the functions of the County for its project elements andlor tasks.

D. Subcontracts - The County may contract with consultants or other

subcontractors to provide services under the Unified Program, provided the County complies with all

applicable federal, state, and County consultant selection and contract requirements. The County shall

submit all such proposed contracts to BMC for review and approval prior to the execution of such

contracts

E Termination of Agreement - If through any cause the County shall fail to fulfill

in a timely and proper manner its obligations under this Agreement or if the County shall violate any

of the covenants, articles or stipulations of this Agreement, BMC shall thereupon have the right to

2

13

Page 14: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

terminate this Agreement by giving thirty (30) days written notice to the County of such termination and

the effective date thereof. In such event, all finished or unfinished documents, data, studies, surveys,

drawings, maps, models, photographs, and reports prepared by the County shall, at the option of BMC,

become the property of BMC, and the County shall be entitled to be reimbursed for actual costs

incurred up to and including the day of termination.

F. Termination for Convenience of BMC or the County - BMC or the County

may terminate this Agreement at any time without cause by providing written notice. The termination

is effective the date such notice is received by the other party. In that event, all finished or unfinished

documents and other materials, as described in Sub-Section E above shall, at the option of BMC,

become BMC property, The County shall be reimbursed for actual costs incurred up to and including

the date of termination.

G. Quarterly Progress Reports - The County shall submit quarterly progress

reports in support of quarterly invoices, as hereinafter required, in the form and substance as required

by the Program Director and specified in the 2004 Agreement.

H. Audit and Inspection - The County shall compile and maintain such records

as shall from time to time be required by BMC. The County shall permit the authorized representatives

of BMC, the U.S. Department of Transportation and the Comptroller General of the United States to

inspect and audit all data and records of the County relating to its performance under this Agreement.

Audits will be conducted in accordance with standards applicable to financial audits contained in

Government Auditing Standards, issued by the Comptroller General of the United States, as well as

all applicable revisions and supplements.

I. Equipment Purchase - The Program Director must approve all equipment

purchased using Unified Program funds. The purchase request should be in writing and include a

description and the cost of the equipment. Equipment purchased with federal funds is subject to all

appropriate federal regulations, including record keeping for the equipment.

ARTICLE Ill - SCOPE OF WORK

The County shall be responsible for the performance of the work requirements of those

parts of the FY 2022 Unified Program that are set forth in Worksheets A through D which are attached

hereto and incorporated as part of this Agreement.

The preparation of detailed work programs, Worksheets, and budgets for the above

specified projects shall be the responsibility of the County Coordinator. Before any work is performed

by the County staff for any project, the County Coordinator must: (a) approve the specific and detailed

proposed work program, schedule, and budget; and (b) issue a Notice to Proceed.

3

14

Page 15: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

ARTICLE IV- COMPENSATION

A. Payment for Seices - The estimated total cost for performing the work specified

in Article lii of this Agreement is Fifty Thousand Dollars ($50,000) BMC will reimburse the County

for the actual cost involved in the complete and satisfactory performance of the work up to but not to

exceed, Forty Thousand Dollars ($40,000), all of which will be federal funds. The remaining actual

cost of performing these services will be provided by the County. The reimbursable cost and the

percent reimbursable for each project shall not exceed the figures shown in Worksheet “A” of this

Agreement. BMC will only reimburse the County for actual costs incurred in accordance with Office of

Budget and Management Circular A-i 02. The estimated breakdown of the CounWs staff participation

is listed in Worksheet “B” of this Agreement and is just an estimate of the time spent by staff

participating in activities outlined.

B. Source of Funds - Worksheet “A” of this Agreement indicates the sources of funds

to be utilized by the County for the performance of the work set forth in Article Ill of this Agreement,

including those funds to be reimbursed by BMC and the minimum funds to be allocated by the County.

It is understood that should federal and state agencies either not approve or change the total budget

for the Unified Program in the Baltimore region during FY 2022 or should any of the assumed federal

or state funds not be available, the maximum limit to be expended for the affected projects and, hence,

for the entire Agreement, shall be reduced accordingly and proportionally.

C. Method of Payment - The County shall submit invoices to BMC for the costs

incurred in completing the work reported. Each project invoice shall be submitted in the form and

substance as required by the Program Director The County shall submit to the Program Director, as

part of each project invoice, a summary of the time spent by personnel who worked under this

Agreement during the time being reported.

Upon acceptance and approval by BMC of the quarterly progress reports, invoices, and

summaries of time spent by County personnel, DM0 shall forward the invoice to the Maryland

Department of Transportation for reimbursement.

For services approved under the Unified Program for provision by consultants, BMC

shall forward the invoice to the Maryland Department of Transportation for reimbursement, only after

all work tasks and contract products, as outlined in the consultant contract, are completed, submitted

and invoiced.

Upon receipt of reimbursement by BMC, BMC shall reimburse the County for the

projects The reimbursements shall be based on the percent reimbursable as shown in Worksheet ‘A”

of this Agreement The total reimbursement by BMC to the County for each project shall not exceed

the reimbursable cost for each project as shown in Worksheet “A’ of this Agreement

15

Page 16: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

ARTICLE V - NONDISCRIMINATION

A. Equal Employment Opportunity

The County shall comply with the Regulations of the U.S. Department of Transportationrelative to nondiscrimination in federally-assisted programs of said Department of Transportation (Title49, Code of Federal Regulations, Part 21), including the current Federal-Aid Policy Guide, as well as

all applicable revisions and supplements.

The County shall comply with the requirements of Section 19-114 of the State Finance

and Procurement Article of the Annotated Code of Maryland, any amendments thereto, and any

executive order barring discrimination. Further, in accordance with these requirements, as a condition

of entering into this Agreement the County represents and warrants that it will comply with the State’sCommercial Nondiscrimination Policy, as described under Title 19 of the State Finance andProcurement article of the Annotated Code of Maryland. As part of such compliance, the County maynot discriminate on the basis of race, color, religion, ancestry or national origin, sex, age, marital status,sexual orientation, or on the basis of disability or other unlawful forms of discrimination in the

solicitation selection hinng or commercial treatment of subcontractors vendors suppliers or

commercial customers, nor shall the County retaliate against any person for reporting instances of

such discrimination The County shall provide equal opportunity for subcontractors vendors and

suppliers to participate in all of its public sector and private sector subcontracting and supply

opportunities provided that nothing contained in this clause shall prohibit or limit otherwise lawful

efforts to remedy the effects of marketplace discrimination that have occurred or are occurring in the

marketplace The County understands and agrees that a material violation of this clause shall be

considered a material breach of this agreement and may result in termination of this agreement,disqualification of the County from participating in State contracts, or other sanctions, This clause is

not enforceable by or for the benefit of, and creates no obligation to, any third party.

The County will permit access to its books, records, and accounts by BMC for purposes

of investigation to ascertain compliance with this Article, to the extent not prohibited by applicable law.

In the event of the County’s noncompliance with the nondiscrimination clauses of thisAgreement, this Agreement may be canceled, in whole or in part, by written notice from BMC and theCounty may be declared ineligible for further agreements with BMC.

The County will include the provisions of the foregoing paragraphs in Article 5A in everysubcontract or purchase order so that such provisions will be binding upon each subcontractor orvendor Subject to its prior review and approval the County will take such action with respect to anysubcontract or purchase order as BMC may direct as a means of enforcing such provisions including

Osanctions for noncompliance, provided however that in the event the County becomes involved in or

is threatened with litigation with a subcontractor or vendor as a result of such direction by BMC, the

5

16

Page 17: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

County may request BMC to enter into such litigation to protect the interest of BMC.

B. Disadvantaged Business Enterprise - The County shall comply with thefollowing “Disadvantaged Business Enterprise” clause stated in the Federal Transit AdministrationMaster Acreement (hereinafter referred to as “FTA Master Agreement”), at Section 12, Part E: “Inconnection with the performance of this contract (the Agreement), the contractor (the County) will

cooperate with the project sponsor (BMC) in meeting their commitments and goals with regard tofacilitating participation by small business concerns owned and controlled by socially and economicallydisadvantaged individuals, also referred to as “Disadvantaged Business Enterprises” (DSEs).”

ARTICLE VI- CHANGES

BMC may, at any time by a written order, make changes in the work and services to beperformed under this Agreement and within the general scope thereof. If such changes cause an

increase or decrease in the cost of performing the work and services under the Agreement or in thetime required for its performance, an equitable adjustment shall be made and the Agreement shall bemodified in writing accordingly.

ARTICLE VII - DURATION OF AGREEMENT CONTINGENT UPON FUNDING

A. Duration of Agreement - This Agreement shall be effective as of July 1, 2021

and it shall continue in full force and effect through June 30, 2022 unless otherwise modified orextended by a written agreement executed by all parties, or unless otherwise terminated pursuant tothe provisions of Articles II and V hereinabove set forth.

B. Contingent Upon Funding - This Agreement is contingent upon the availabilityof federal and/or state funds, and in the event funding is not received, this Agreement shall be null andvoid, and BMC shall be under no obligation on account of this Agreement.

ARTICLE VIII - RESPONSIBILITY FOR COMPLIANCE WITH FEDERAL REQUIREMENTS

In the performance of its obligations under this Agreement, the County, its agents,employees, and assigns shall comply with all federal requirements, including but not limited to, thosecontained in the FTA Master Agreement and those set forth in the current Federal-aid Policy Guide,as well as all applicable revisions and supplements.

ARTICLE IX— TITLE VI

The County shall comply with all of the requirements imposed by Title VI of the CivilRights Act of 1964 and with the Regulations of the U.S. Department of Transportation relative to nondiscrimination and maximum opportunities for Minority Business Enterprises (MBE) in all activities

6

17

Page 18: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

related to this Agreement. These actions are described in 49 CFR Part 21, “NonDiscrimination in

Federally Assisted Programs of the Civil Rights Act of 1964” and Part 23 “Participation by Minority

Business Enterprise in Department of Transportation Program.”

ARTICLE X - EXECUTiON OF AGREEMENT

This Agreement may be simultaneously executed in several counterparts each of which

will be deemed to be an original having identical effect. This Agreement shall be construed to bind the

parties hereto in accordance with the Constitution and Laws of the State of Maryland.

It is agreed and understood by all parties hereto that the execution of this Agreement

and its effectiveness is contingent upon approval by BMC and the County.

• [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK.

SIGNATURE PAGE FOLLOWS]

7

18

Page 19: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the

day and year first above written.

WITNESS: QUEEN ANNE COUNTY, MARYLAND

By:

__________________________

Christopher M. CorchiarinoPresident of the County Commissioner

Approved as to form and legal sufficiency:

Signature — Patrick Thompson Esq,

County Attorney

Title

08

19

Page 20: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

WITNESS: BALTIMORE METROPOLITAN COUNCIL, INC.

By:

________________________

Michael B. KellyExecutive Director

0

20

Page 21: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

Professional Consultant Services

QUEEN ANNE’S COUNTY, MARYLANDWORKSHEET A

PROJECT COSTS: FEDERAL AND LOCAL SHAREF.Y 2022 UPWP BUDGET

TOTAL

- Implementation of Regional Transit Plan - Continuation)f Corridor Analysis $15,000.00 $12,000.00 $12,000.00 $3,000.00- Regional Traffic Impact Study Guidelines: Phase 2 $5,000.00 $4,000.00 $4,000.00 $1,000.00- Planning Process Review $15000.00 $12,000.00 $12,000.00 $3,000.00- Jusidictional Online Transportation Dashboards $15,000.00 $12,000.00 $12,000.00 $3,000.00

TOTAL $50,000.00 $40,000.00 $40,000.00 $10,000.00

Reimbursement rate for federal funds is 80%.

0

21

PROJECTREIMBURSABLE FEDERAL

AMOUNT SHARELOCALSHARE

Page 22: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

QUEEN ANNE’S COUNTY, MARYLANDWORKSHEET B

ESTIMATED STAFF PARTICIPATION BY PROJECTFY 2022 UPWP BUDGET

PROJECT PARTICIPANT PERSON SALARY SALARY FRiNGE TRAINING TOTALHOURS RATE

Professional Seniices - Implementation of Regional TransitPlan- Continuation of Corridor Analysis

Putijc Facilities Planner 223 $11,550.00 $3,450.00 $15,000.00

Professional Services - Regional Traffic Impact StudyGuidelines: Phase 2

Public Facilities Planner 75 $3,860.00 $1,140.00 $5,000.00

Professional Services - Planning Process Review

Public Facilities Planner 223 $11,550.00 $3,450.00 $15,000.00

Professional Services - Jusidictional Online TransportationDashboards

Public Facilities Planner 223 $11,550.00 $3,450.00 $15,000.00

OTAL STAFF BUDGET 744 $38,510.00 $11,490.00 $0.00 $50,000

n

Page 23: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

QUEEN ANNE’S COUNTY, MARYLANDWORKSHEET C

BUDGET BY PROJECT TASK Page 1 of 1

F.Y. 2022 UPWP BUDGET : -. ,

____________

PROJECT TASK

Professional Consultant Services - Implementation oF Regional Transit Plan - Continuation of Corridor Analysis

TOTAL

Staff support to Consultant services for work achvities in the

Unified Planning Work Program (UPWP) that requires support

from the County due to complexity or uniqueness of the tasks.$15,000.00

Professional Services - Regional Traffic Impact Study Guidelines: Phase 2Staff support to Consultant services for work activities in the

Unified Planning Work Program (UPWP) that requires support

from the County due to complexity or uniqueness of the tasks.$5,000.00

Professional Services - Planning Process Review

Staff support to Consultant services for work activities in the

Unified Planning Work Program (UPWP) that requires supportfrom the County due to complexity or uniqueness of the tasks.

$15,000.00

Professional Services - Jusidictional Online Transportation Dashboards

Staff support to Consultant services for work activities in the

Unified Planning Work Program (UPWP) that requires support

from the County due to complexity or uniqueness of the tasks.$15,000.00

SCHEDULE C TOTAL: $50,000.00

Page 24: 3T rnthrntalirnt Character Counts Pillar of the Month 2 1

7

QUEEN ANNE’S COUNTY, MARYLAND

WORKSHEET D

PROJECT BUDGET BY TYPE OF COST

F.Y. 2022 BUDGET DETAIL

$3,860$1,140

$5,000

$0$0

$0

Salary

Frinne Benefits

$11,550

TOTAL STAFF COSTS

$3,450

NON-STAFF COSTS

$15,000

TravelITrainingConsuItantIBMC Staff

$11,550

Software Maintenance

$3,450

$0

Professional Consultant Services Professional Consultant Services Professional Consultant Services Professional Consultant Services

implementation of Regional Transit Plan - Regional Traffic Impact Study GuidelInes: Planning Process Review ,lusidictional Online

Continuation of Corridor Analysis Phase 2 Transportation Dashboards

STAFF COSTS

$15000 $5,000 $15,000

$0

$11,550

$15,000

TOTAL NON-STAFF

$0

$3,450

OTAL UPWP Costs

$15,000

$0

$0$0

$0$0

so $0

$15,000

An,endedon 3131121