10-15-2024 Business Meeting Agenda Packet
BOARD OF SUPERVISORS
BUSINESS MEETING
Tuesday, October 15, 2024 - 7:00 PM
Board Meeting Room
39 Bank Street, SE,
Chatham,Virginia 24531
AGENDA
1. CALL TO ORDER (7:00 PM)
2. ROLL CALL
3. MOMENT OF SILENCE
4. PLEDGE OF ALLEGIANCE
5. AGENDA ITEMS TO BE ADDED
6. APPROVAL OF AGENDA
7. CONSENT AGENDA
a. County's September 2024 Bill List Approval (Staff Contact: Kim
VanDerHyde)
b.
c.
d.
e.
f.
g.
Open Space Use Agreement Renewal Approval (Blanks; Parcel ID #
3404-85-3596); (Staff Contact: Robin Goard)
Resolution # 2024-10-01 Adoption (McGann Family Subdivision
Exemption 15-Year Restriction Removal Authorization); (Staff
Contact: Emily Ragsdale)
Resolution # 2024-10-02 Local Emergency Declaration Adoption
(Tornado Recovery); (Staff Contact: Christopher Key)Resolution
# 2024-10-03 Adoption (Honoring Tornado First Responders);
(Staff Contact: Christopher Key)
Resolution # 2024-10-04 Adoption (Supporting Naming the Route 40
(West Gretna Road) Bridge Over U.S. Highway 29 in Pittsylvania
County, Virginia, Callands-Gretna District, the “Deputy Sheriff
Eugene B. McBride Memorial Bridge”); (Staff Contact: Darrell
Dalton)
Resolution # 2024-10-05 Adoption (Authorizing County’s Insulin
Overpricing Litigation Participation); (Staff Contact: Vaden
Hunt)
1
h.
i.
j.
k.
l.
m.
n.
o.
p.
q.
r.
s.
t. 2024 VACo Annual Business Meeting Voting Credentials Approval
(Staff Contact: Kaylyn McCluster)
8. PRESENTATIONS
a.
9. HEARING OF THE CITIZENS
Each person addressing the Board under Hearing of the Citizens shall be
a resident or land owner of the County, or the registered agent of such
resident or land owner. Each person shall step up, give his/her name and
Resolution # 2024-10-06 Adoption (Authorization of Purchase of
Former PATHS Building for a Public Purpose); (Staff Contact:
Dave Arnold)
Tornado Debris Landfill Tipping Fee Waiver Ratification Approval
(Staff Contact: Christopher Key)
Cooperative Procurement Contract Execution Approval (County
Public Safety Department Ambulance); (Staff Contact:
Christopher Key)
County/EMS Agencies Equipment MOUs Approvals (Drug Boxes); (2)
; (Staff Contact: Christopher Key)
Additional Holiday Time Approval (12/26/24; 12/31/24) (Staff
Contact: Holly Stanfield)
Certificate of Recognition Approval (Mount Hermon Baptist Church
180 Year Anniversary); (Supervisor Bowman); (Staff
Contact: Kenneth Bowman)
Certificate of Recognition Approval (Crews Construction and
Asphalt Paving, Inc.; 50 Years); (Staff Contact: William Ingram)
Appointment: Fire and Rescue Commission (Staunton River District);
(M. Jason Lovelace); (Staff Contact: Tim Dudley)
Pittsylvania County Sports Hall of Fame Congratulatory Induction
Letters Transmission Approval (Staff Contact: Kaylyn McCluster)
Grant Funds Appropriations (3); (AFID Grant (Aerofarms); TARE
Grant (WIB); TANF Workforce Grant (WIB); and DRF Grant (After-
School Program Grant-Recreation); (Staff Contact: Kim
VanDerHyde)
Proclamation Adoption (Disability Rights and Resource Center 10-
Year Celebration); (Staff Contact: Kenneth Bowman)
R&L Smith Waterline Extension Project Engineering and Construction
Management Services Agreement Approval (Staff Contact: Chris
Adcock)
General Presentations (Board of Supervisors); (Staff Contact:
Kaylyn McCluster)
2
district in an audible tone of voice for the record, and unless further time
is granted by the Chairman, shall limit his/her address to three (3) minutes.
No person shall be permitted to address the Board more than once
during Hearing of the Citizens. All remarks shall be addressed to the Board
as a body and not to any individual member thereof. Hearing of the
Citizens shall last for a maximum of forty-five (45) minutes. Any individual
that is signed up to speak during said section who does not get the
opportunity to do so because of the aforementioned time limit, shall be
given speaking priority at the next Board meeting. Absent Chairman’s
approval, no person shall be able to speak who has not signed up.
10. PUBLIC HEARINGS
a. Rezoning Public Hearings
Pursuant to Article V, Division 6, of the Pittsylvania County Zoning
Ordinance, the Board of Supervisors have been empowered to
hear and decide specific zoning issues and zoning map changes in
support of said Ordinance. In accomplishing this important task, the
Board is responsible for promoting the health, safety, and general
public welfare of the citizens of Pittsylvania County. The Board must
ensure that all of its decisions and regulations be directed to these
goals and that each be consistent with the environment, the
comprehensive plan, and in the best interest of Pittsylvania County,
its citizens, and its posterity.
1.
2.
3.
4.
b. Other Public Hearings
Each person addressing the Board under a Public Hearing shall step
up, give his/her name and district, and/or his/her place of
residency for non-County citizens, in an audible tone of voice for
the record, and unless further time is granted by the Chairman, shall
Case R-24-016 Realty First, LLC. Rezoning from R-1, Residential
Suburban Subdivision District, to A-1, Agricultural District (Chairman
Dalton); (Staff Contact: Emily Ragsdale)
Case R-24-017: Richard Watkins; Rezoning from R-1, Residential
Suburban Subdivision District, to A-1, Agricultural District (Supervisor
Ingram); (Staff Contact: Emily Ragsdale)
Case R-24-018: Ryan Haak; Rezoning from RC-1, Residential
Combined Subdivision District, to A-1, Agricultural District (Supervisor
Ingram); (Staff Contact: Emily Ragsdale)
Case R-24-019: Brenda and Michael Rodgers; Rezoning from R-1,
Residential Suburban Subdivision District, to A-1, Agricultural District
(Supervisor Ingram); (Staff Contact: Emily Ragsdale)
3
11.
12.
13.
14.
15.
16.
limit his/her address to three (3) minutes; speakers for a group shall
be limited to ten (10) minutes. Speakers shall conclude their remarks
at that time, unless the consent of the Board is affirmatively given to
extend the speakers allotted time. Absent Chairman’s approval, no
person shall be able to speak who has not signed up.
1.Public Hearing: Simpson Energy Center, LLC, Solar Battery
Storage (Staff Contact: Emily Ragsdale)
2.Public Hearing: Potential Disposition of Publicly Owned
Property Public Hearing (Old Climax Store); (Staff Contact:
Vaden Hunt)
UNFINISHED BUSINESS
NEW BUSINESS
MATTERS FROM WORK SESSION (IF ANY)
BOARD MEMBER REPORTS
COUNTY ADMINISTRATOR REPORTS
ADJOURNMENT
4
7.a.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Action Item
Agenda Title: County's September 2024 Bill List Approval
Staff Contact(s): Kim VanDerHyde
Agenda Date: October 15, 2024 Item Number: 7.a.
Attachment(s): None
Reviewed By:
SUMMARY:
At each Board Business Meeting, the County’s Auditors recommend the Board
review and approve payments made by the County as oversight of County
Fund expenditures. For the Board's review and consideration, the County's
September 2024 Bill List is found at the below link:
https://weblink.pittgov.net/WebLink/Browse.aspx?id=512142&dbid=0&repo=Pitt
GovDocs
FINANCIAL IMPACT AND FUNDING SOURCE:
Not applicable.
RECOMMENDATION:
County Staff recommends the Board approve the County’s September 2024 Bill
List as presented.
MOTION:
“I make a Motion approving the County’s September 2024 Bill List as presented.”
5
7.b.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Action Item
Agenda Title: Open Space Use Agreement Renewal Approval (Blanks;
Parcel ID # 3404-85-3596)
Staff Contact(s): Robin Goard
Agenda Date: October 15, 2024 Item Number: 7.b.
Attachment(s): 1. Open Space Land Use Application Renewal
2025 (Blanks Jimmy & Amie)
Reviewed By:
SUMMARY:
Jimmy F. Blanks and Amie A. Blanks, the owners of parcel 3504-85-3596,
containing 121.00 acres, located in the Staunton River Magisterial District, seek
the renewal of an Open Space Land Use Agreement for 2025. The renewal is
due every five (5) years. In the current 2025 Land Use Application for said
parcel, 36.30 acres of the 121.00 acres are enrolled with the Environmental
Quality Incentives Program (“EQIP”). The EQIP Program is voluntary and is
administered by USDA’s Natural Resources Conservation Program. For the
Board’s review and consideration, the Blanks' Open Use Land Use Renewal
Application and Agreement is attached.
FINANCIAL IMPACT AND FUNDING SOURCE:
Not applicable. This parcel is currently in the County's Land Use Program.
RECOMMENDATION:
County Staff recommends the Board approve the renewal of the Open Space
Land Use Agreement as attached and presented.
MOTION:
“I make a Motion approving the renewal of Open Space Land Use Agreement
as attached and presented.”
6
7
8
9
10
11
12
13
14
15
16
17
7.c.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Resolution
Agenda Title: Resolution # 2024-10-01 Adoption (McGann Family
Subdivision Exemption 15-Year Restriction Removal
Authorization)
Staff Contact(s): Emily Ragsdale
Agenda Date: October 15, 2024 Item Number: 7.c.
Attachment(s): 1. 2024-10-01 Resolution to Reduce McGann
Family Subdivision Exemption 15yr restriction
2. McGann Family Subdivision Exemption 15yr
restriction removal request
Reviewed By:
SUMMARY:
Virginia Code § 15.2-2244 allows for the subdivision of a lot for conveyance to a
family member without having to fulfill the requirements of the local Subdivision
Ordinance. For this exemption to be used, Virginia Code § 15.2-2244.1 requires
that the property be owned for at least fifteen (15) years by the current owner
or member of the immediate family, and the property owner agrees to place a
restrictive covenant on the subdivided property that prohibits the transfer of the
property to a nonmember of the immediate family for a period of fifteen (15)
years. Virginia Code § 15.2-2244.1 also states that a locality may reduce or
provide exemptions to the period of years prescribed in such clause when
changed circumstances so require. This must be done in writing and recorded
in accordance with Virginia Code § 17.1-227.
In 2013, the family subdivision exemption was used to subdivide a parcel for
Stewart and Katherine McGann (now Katherine Adkins) and a fifteen (15) year
restriction was placed on the property. In 2023, the parties divorced, requiring
that the property be sold to fulfill the requirements of the attached Separation
Agreement and Divorce Decree. The property cannot be sold until the fifteen
(15) year restriction is removed. According to Virginia Code § 15.2-2244.1, this
can only be done by the governing body of the locality and must be in writing
and recorded in accordance with Virginia Code § 17.1-227.
18
The Board unanimously approved the removal of the restriction in the present
case due to the changed circumstances at its September 17, 2024, Business
Meeting. For the Board’s review and consideration, Resolution # 2024-10-01,
approving the removal of the McGann family subdivision exemption fifteen (15)-
year restriction and related documentation, is attached.
FINANCIAL IMPACT AND FUNDING SOURCE:
None.
RECOMMENDATION:
County Staff recommends the Board adopt attached Resolution # 2024-10-01.
MOTION:
“I make a Motion adopting attached Resolution # 2024-10-01."
19
PITTSYLVANIA COUNTY BOARD OF SUPERVISORS
RESOLUTION # 2024-10-01
______________________________________________________________________________
APPROVING REMOVAL OF THE MCGANN FAMILY SUBDIVISION EXEMPTION
15-YEAR RESTRICTION (GPIN 2409-28-4344)
VIRGINIA: At Pittsylvania County Board of Supervisors’ (“Board”) Business Meeting
on October 15, 2024, the following Resolution was presented and adopted:
WHEREAS, Virginia Code § 15.2-2244 allows for the subdivision of a lot for conveyance
to a family member, without having to fulfill the requirements of a localities’ Subdivision
Ordinance; and
WHEREAS, Virginia Code § 15.2-2244 requires that the property be owned for at least
fifteen (15) years by the current owner or member of the immediate family, and the property owner
must agree to place a restrictive covenant on the subdivided property that prohibits the transfer of
the property to a nonmember of the immediate family for a period of fifteen (15) years; and
WHEREAS, Virginia Code § 15.2-2244.1 allows a locality to reduce or provide
exemptions to the period of years prescribed in such case, “when changed circumstances so
require;” said reduction must be done in writing and recorded per Virginia Code § 17.1-227; and
WHEREAS, the family subdivision exemption was used to subdivide a parcel for Stewart
and Katherine McGann (now Adkins), and the legally required fifteen (15) year restriction was
placed on the property; and
WHEREAS, in 2023, the parties divorced, requiring that the property be sold to fulfill the
requirements of the Separation Agreement and Divorce Decree; thereby, creating a “changed
circumstance;” and
WHEREAS, according to Virginia Code § 15.2-2244.1, the fifteen (15) year restriction
can only be removed by a locality, and said action must be in writing and recorded in the
accordance with Virginia Code § 17.1-227; and
WHEREAS, the Board unanimously approved the removal of the restriction in the present
case due to the changed circumstance at its September 17, 2024, Board meeting.
NOW, THEREFORE, BE IT HEREBY RESOLVED, that the Board approves the
removal of the fifteen (15) year restriction of the Family Subdivision Exemption for the Stewart
McGann and Katherine McGann (now Katherine Adkins) on the property being GPIN 2409-28-
4344.
20
Given under my hand this 15th day of October, 2024.
________________________________________
Darrell W. Dalton
Chairman
Pittsylvania County Board of Supervisors
Approved as to Form:
________________________
J. Vaden Hunt, Esq.
Pittsylvania County Attorney
Vote
Darrell W. Dalton (Chairman) ___
Robert M. Tucker, Jr. (Vice-Chairman) ___
Kenneth L. Bowman ___
Timothy W. Dudley ___
Eddie L. Hite, Jr. ___
William V. (“Vic”) Ingram ___
Murray W. Whittle ___
Ayes __ Nays __ Abstentions __
21
22
23
24
25
26
27
28
7.d.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Resolution
Agenda Title: Resolution # 2024-10-02 Local Emergency Declaration
Adoption (Tornado Recovery)
Staff Contact(s): Christopher Key
Agenda Date: October 15, 2024 Item Number: 7.d.
Attachment(s): 1. 2024-10-02 Local Emergency Declaration -
Tornado Recovery
Reviewed By:
SUMMARY:
In the early afternoon hours of September 27, 2024, due to the Hurricane Helene
weather event, an F2 tornado touched down in the Dry Fork and Callands
Communities of Pittsylvania County, Virginia (“County”), stretching over six (6)
miles from/between W.I. Powell Rd, Dry Fork Road, Irish Road, Bearskin Road,
and North Flint Hill Road. Due to the Hurricane Helene weather event, the
County faced dangerous conditions and extreme peril to life, property
damage, and storm cleanup. Therefore, County Staff believes it is necessary to
proclaim the existence of a Local Emergency. For the Board's review in
consideration, Resolution # 2024-10-02 evincing the same is attached.
FINANCIAL IMPACT AND FUNDING SOURCE:
Not applicable.
RECOMMENDATION:
County Staff recommends the Board adopt Resolution # 2024-10-02 as
attached.
MOTION:
"I make a Motion adopting Resolution # 2024-10-02 as attached."
29
PITTSYLVANIA COUNTY BOARD OF SUPERVISORS
RESOLUTION # 2024-10-02
______________________________________________________________________________
LOCAL EMERGENCY DECLARATION (TORNADO RECOVERY)
VIRGINIA: At Pittsylvania County Board of Supervisors’ (“Board”) Business Meeting
on October 15, 2024, the following Resolution was presented and adopted:
WHEREAS, in the early afternoon hours of September 27, 2024, due to the Hurricane Helene
weather event, an F2 tornado touched down in the Dry Fork and Callands Communities of Pittsylvania
County, Virginia (“County”), stretching over six (6) miles from/between W.I. Powell Rd, Dry Fork
Road, Irish Road, Bearskin Road, and North Flint Hill Road; and
WHEREAS, due to the above, Christopher T. Key, County Director of Emergency
Management/Public Safety, does/did hereby find:
1. Due to the Hurricane Helene weather event, the County faced dangerous
conditions; and
2. Due to the above severe weather event conditions of extreme peril to life and
property, property damage, and storm cleanup, it is necessary to proclaim the existence of a Local
Emergency.
NOW, THEREFORE, IT IS HEREBY PROCLAIMED/RESOLVED that the Board
formally proclaims a Local Emergency does now/or did exists throughout the County; and
BE IT FURTHER PROCLAIMED/RESOLVED that during the existence of said Local
Emergency, which shall be for six (6) months from September 27, 2024, the powers, functions,
and duties of the County Emergency Management Organization shall be/were those prescribed by
State Law and the Ordinances, Resolutions, and approved plans of the County to mitigate the
effects of said Emergency; and
Given under my hand this 15th day of October, 2024.
________________________________________
Darrell W. Dalton
Chairman, Pittsylvania County Board of Supervisors
_______________________________________
Kaylyn M. McCluster
Clerk, Pittsylvania County Board of Supervisors
30
7.e.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Resolution
Agenda Title: Resolution # 2024-10-03 Adoption (Honoring Tornado First
Responders)
Staff Contact(s): Christopher Key
Agenda Date: October 15, 2024 Item Number: 7.e.
Attachment(s): 1. 2024-10-03 Honoring County Tornado First
Responders
Reviewed By:
SUMMARY:
In the early afternoon hours of September 27, 2024, due to the Hurricane Helene
weather event that occurred in Pittsylvania County, Virginia (“County”), a F2
tornado touched down in the Dry Fork and Callands Communities, stretching
over six (6) miles from W.I. Powell Road, Dry Fork Road, Irish Road, Bearskin Road,
and North Flint Hill Road. The Dry Fork Fire Department and the Blairs Fire and
Rescue Department, in collaboration with neighboring Fire Departments,
promptly and efficiently responded to the natural disaster, demonstrating
professionalism, courage, and exemplary teamwork in rescuing the residents,
and bringing calm to chaos. As evinced by Resolution # 2024-10-03, attached,
the Board desires to recognize the efforts and sacrifices of the first responders
who risked their own safety to respond to this tornado.
FINANCIAL IMPACT AND FUNDING SOURCE:
Not applicable.
RECOMMENDATION:
County Staff recommends the Board adopt Resolution # 2024-10-03 as
attached.
MOTION:
"I make a Motion adopting Resolution # 2024-10-03 as attached."
31
PITTSYLVANIA COUNTY BOARD OF SUPERVISORS
RESOLUTION # 2024-10-03
_________________________________________________________________________________________________
HONORING COUNTY TORNADO FIRST RESPONDERS
VIRGINIA: At the Pittsylvania County Board of Supervisors’ (“Board”) October 15, 2024, Business Meeting, the
following Resolution was presented and adopted:
WHEREAS emergencies can occur at any time that require police, fire, or emergency medical services, and when an
emergency occurs, the prompt response of our First Responders is critical to the protection of life and preservation of property;
and
WHEREAS, in the early afternoon hours of September 27, 2024, that due to the Hurricane Helene weather event that
occurred in Pittsylvania County, Virginia (“County”); and
WHEREAS, a F2 tornado touched down in the Dry Fork and Callands Communities, stretching over 6 miles from WI
Powell Rd, Dry Fork Rd, Irish Rd, Bearskin Rd, and N Flint Hill Rd; and
WHEREAS, the safety of the public and first responders is of the utmost importance; and tornados pose a significant
threat to life and property, requiring swift and effective response; and
WHEREAS, when first responders arrived on scene, they quickly evaluated the conditions on scene and made an
effective rescue of a citizen whose house had been destroyed, provided medical assistance and transported to the hospital; and
WHEREAS, the Dry Fork Fire Department and the Blairs Fire and Rescue Department, in collaboration with
neighboring fire departments, promptly and efficiently responded to the natural disaster, demonstrating professionalism,
courage, and exemplary teamwork in rescuing the residents, and bringing calm to the chaos; and
WHEREAS, the swift action and bravery displayed by County volunteer firefighters in clearing debris and searching
every house, to prevent further damage and ensured the safety of the residents and surrounding community; and
WHEREAS, volunteers and first responders throughout the County gave their time to help ensure that evacuees were
rescued, sheltered, clothed, fed, and emotionally comforted through this traumatic event; and
WHEREAS, people throughout the County responded with an outpouring of support for the victims of this incident;
and
WHEREAS, the County recognizes the efforts and sacrifices of the first responders who risked their own safety to
respond to this tornado; and
NOW, THEREFORE, BE IT RESOLVED, that the Board hereby recognizes and honors the bravery and heroism of
the Dry Fork Fire Department, Blairs Fire and Rescue Department and all participating Fire Departments, E-911 Operators,
Public Safety Staff, Local Law Enforcement Staff, Volunteers, and anyone else involved with assisting this Natural Disaster,
and encourages the citizens of the County to join in expressing our heartfelt thanks to these brave men and women for their
exemplary service and sacrifice.
Given under my hand this 15th day of October, 2024.
______________________________________
Kenneth L. Bowman, Chatham-Blairs District
Pittsylvania County Board of Supervisors
______________________________________
Darrell W. Dalton, Chairman
Pittsylvania County Board of Supervisors
32
_______________________________________
Kaylyn M. McCluster, Clerk
Pittsylvania County Board of Supervisors
33
7.f.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Resolution
Agenda Title: Resolution # 2024-10-04 Adoption (Supporting Naming
the Route 40 (West Gretna Road) Bridge Over U.S.
Highway 29 in Pittsylvania County, Virginia, Callands-
Gretna District, the “Deputy Sheriff Eugene B. McBride
Memorial Bridge”)
Staff Contact(s): Darrell Dalton
Agenda Date: October 15, 2024 Item Number: 7.f.
Attachment(s): 1. 2024-10-04 - Supporting Naming the Business
U.S. 29 North Bridge in Pittsylvania County
Virginia Callands-Gretna District the Deputy
Sheriff Eugene B.
Reviewed By:
SUMMARY:
The Board is committed to recognizing and celebrating the County’s historical
heritage and contributions made thereto by its citizens. Virginia Code § 33.2-
213 authorizes the Commonwealth Transportation Board to give suitable names
to state highways, bridges, interchanges, and other transportation
facilities. Chairman Dalton desires to name the Route 40 (West Gretna Road)
Bridge over U.S. Highway 29 in Pittsylvania County, Virginia, Callands-Gretna
District, the “Deputy Sheriff Eugene B. McBride Memorial Bridge.” For the
Board’s review and consideration, attached is Resolution # 2024-10-04,
supporting the same.
FINANCIAL IMPACT AND FUNDING SOURCE:
Not applicable.
RECOMMENDATION:
County Staff recommends adoption of Resolution # 2024-10-04 as attached.
MOTION:
34
"I make a motion adopting Resolution # 2024-10-04 as attached."
35
PITTSYLVANIA COUNTY BOARD OF SUPERVISORS
RESOLUTION # 2024-10-04
______________________________________________________________________________
SUPPORTING NAMING THE ROUTE 40 (WEST GRETNA) BRIDGE OVER U.S.
HIGHWAY 29 THE “DEPUTY SHERIFF EUGENE B. MCBRIDE MEMORIAL
BRIDGE”
______________________________________________________________________________
VIRGINIA: At the Pittsylvania County Board of Supervisors’ (“Board”) Business
Meeting on October 15, 2024, the following Resolution was presented and adopted:
WHEREAS, the Board is committed to recognizing and celebrating Pittsylvania County,
Virginia’s (“County”) historical heritage and contributions made thereto by its citizens; and
WHEREAS, Deputy Sheriff Eugene B. McBride (“McBride”) was a County Deputy who
suffered a heart attack, while serving County citizens; and
WHEREAS, on November 2, 1969, McBride responded to a disorderly conduct call; and
WHEREAS, during said call, he had arrested one (1) subject when he started suffering
chest pains; and
WHEREAS, a second Deputy who responded to the scene arrived to find McBride leaning
over his patrol car’s hood, clutching his chest; and
WHEREAS, the backup Deputy took control of the prisoner and McBride drove himself
to the local hospital, where he died a short time later; and
WHEREAS, McBride had been with the County Sheriff’s Office for nine (9) years and
was survived by his wife, four (4) sons, two (2) daughters, and his mother; and
WHEREAS, law enforcement officers save countless lives by protecting County and
Virginia citizens through rigorous law enforcement and the patrolling of State and County
roadways; and every day, they brave ever-present danger to assist a stranded motorist, to
investigate gun, drug, and human trafficking, to stop public corruption, to bring closure to
devastated families, and to stop dangerous driving and dangerous individuals; and
WHEREAS, McBride is an example of the dedication of the County Sheriff’s Office and
it is fitting that the Board remember his ultimate sacrifice; and
WHEREAS, Virginia Code § 33.2-213 authorizes the Commonwealth Transportation
Board (“CTB”) to give suitable names to state highways, bridges, interchanges, and other
transportation facilities, and change the names of any highways and bridges, interchanges, or other
transportation facilities forming a part of the systems of state highways; and
WHEREAS, the same Virginia Code Section further provides that the Virginia
Department of Transportation (VDOT”) shall place and maintain appropriate signs indicating the
names of highways, bridges, interchanges, and other transportation facilities named by the CTB
36
and requires that the costs of producing, placing, and maintaining such signs shall be paid by the
localities in which they are located.
NOW, THEREFORE, BE IT HEREBY RESOLVED that the Board supports the
naming of the Route 40 (West Gretna Road) bridge over U.S. Highway 29 in County’s Callands-
Gretna District, the location of said bridge depicted in more detail on the map attached hereto and
made a part fully hereof, as the “Deputy Sheriff Eugene B. McBride Memorial Bridge;” and
BE IT FURTHER RESOLVED that the County agrees to pay the costs of producing,
placing, and maintaining the signs calling attention to this naming; and
BE IT FINALLY RESOLVED that a copy of this Resolution be forwarded to the
McBride family, appropriate local VDOT officials, and the CTB for consideration.
Given under my hand this 15th day of October, 2024.
__________________________________________
Darrell W. Dalton (Chairman)
Pittsylvania County Board of Supervisors
__________________________________________
Kaylyn M. McCluster (Clerk)
Pittsylvania County Board of Supervisors
37
38
7.g.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Resolution
Agenda Title: Resolution # 2024-10-05 Adoption (Authorizing County’s
Insulin Overpricing Litigation Participation)
Staff Contact(s): Vaden Hunt
Agenda Date: October 15, 2024 Item Number: 7.g.
Attachment(s): 1. 2024-10-05 Resolution Insulin Litigation join
lawsuit
Reviewed By:
SUMMARY:
Over the past twenty (20) years, insulin prices in the United States have
increased dramatically and artificially beyond their reasonable market
value. As a payor for and purchaser of insulin medication through its employee
health plan, the County has been potentially been substantially overcharged,
and similarly situated local governments, through counsel, have prepared
causes of action against parties involved in the overpricing of insulin
medication. For the Board’s review and consideration, attached is Resolution #
2024-10-05, authorizing the County Attorney, in conjunction with outside counsel
and associated counsel, to file and/or join with other local governments in
cause(s) of action against parties involved in the overpricing of insulin
medication; and to engage such counsel on a contingency fee basis.
FINANCIAL IMPACT AND FUNDING SOURCE:
Unknown currently. Case would be brought on behalf of the County on a
contingency basis for attorneys’ fees.
RECOMMENDATION:
County Staff recommends the Board adopt Resolution # 2024-10-05 as
attached.
MOTION:
“I make a Motion adopting Resolution # 2024-10-05 as attached."
39
PITTSYLVANIA COUNTY BOARD OF SUPERVISORS
RESOLUTION # 2024-10-05
______________________________________________________________________________
A RESOLUTION AUTHORIZING THE COUNTY’S PARTICIPATION IN INSULIN
OVERPRICING LAWSUIT(S)
VIRGINIA: At Pittsylvania County Board of Supervisors’ (“Board”) October 15, 2024,
Business Meeting, the following Resolution was presented and adopted:
WHEREAS, over the past twenty (20) years, insulin prices in the United States have
increased dramatically and artificially beyond their reasonable market value; and
WHEREAS, as a payor for and purchaser of insulin medication through its employee
health plan, the Pittsylvania County, Virginia (“County”), has potentially been substantially
overcharged; and
WHEREAS, other similarly situated local governments, through counsel, have prepared
causes of action against parties involved in the overpricing of insulin medication.
NOW, THEREFORE, BE IT HEREBY RESOLVED, that this Board authorizes the
County Attorney, in conjunction with outside counsel and associated counsel, to do the following:
(a) to file and/or join with other local governments in cause(s) of action against parties
involved in the overpricing of insulin medication; and
(b) to engage such counsel on a contingency fee basis.
Given under my hand this 15th day of October, 2024.
________________________________________
Darrell W. Dalton
Chairman
Pittsylvania County Board of Supervisors
Approved as to Form:
________________________
J. Vaden Hunt, Esq.
Pittsylvania County Attorney
40
Vote
Darrell W. Dalton (Chairman) ___
Robert M. Tucker, Jr. (Vice-Chairman) ___
Kenneth L. Bowman ___
Timothy W. Dudley ___
Eddie L. Hite, Jr. ___
William V. (“Vic”) Ingram ___
Murray W. Whittle ___
Ayes __ Nays __ Abstentions __
41
7.h.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Resolution
Agenda Title: Resolution # 2024-10-06 Adoption (Authorization of
Purchase of Former PATHS Building for a Public Purpose)
Staff Contact(s): Dave Arnold
Agenda Date: October 15, 2024 Item Number: 7.h.
Attachment(s): 1. Resolution # 2024-10-06 Adoption -
Authorization of Purchase of Former PATHS
Building for a Public Purpose
Reviewed By:
SUMMARY:
The Board is purchasing a parcel of property for public use in the Town of
Chatham, Virginia, consisting of Lots 1, 2, 3, 6-A on Main Street and 7-B, and
located at 6 South Main Street (County Parcel ID: 2416-91-8424), Chatham,
Virginia (the former Paths Building). For closing and title insurance purposes, the
Board must authorize the designation of the Interim County Administrator to
accept the property by his signature on the Deed or other written
instrument. For the Board's review and consideration, Resolution # 2024-10-06
evincing the same is attached.
FINANCIAL IMPACT AND FUNDING SOURCE:
The purchase price is $350,000. The funds for this purchase were appropriated
with the 2025 Budget Amendments approved by the Board at its September
2024 Board Meeting.
RECOMMENDATION:
County Staff recommends the Board adopt Resolution # 2024-10-06 and
designate the Interim County Administrator to accept the property on purchase
documents by his signature.
MOTION:
42
“I make a Motion adopting Resolution # 2024-10-06 and designating the Interim
County Administrator to accept the property on purchase documents by his
signature.”
43
PITTSYLVANIA COUNTY BOARD OF SUPERVISORS
RESOLUTION # 2024-10-06
______________________________________________________________________________
AUTHORIZATON OF PURCHASE OF FORMER PATHS BUILDING FOR A PUBLIC
PURPOSE
VIRGINIA: At Pittsylvania County Board of Supervisors’ (“Board”) October 15, 2024,
Business Meeting, the following Resolution was presented and adopted:
WHEREAS, under the Virginia Code, the Board is charged with protecting the health,
safety, and general welfare of its citizens and visitors; and
WHEREAS, in furtherance of said goals, the Board is authorized under the Virginia Code
and the Pittsylvania County Code to purchase property for a public purpose.
NOW, THEREFORE, BE IT HEREBY RESOLVED that the Board, by adoption of this
Resolution, formally authorizes the purchase of the real property described in Schedule “A,”
attached and made a party hereof, for public use and not for development of business and industry;
and
BET IT FURTHER RESOLVED that the Board hereby formally and officially
designates the Interim County Administrator to accept the property described in Schedule “A” by
signature on the face of the Deed or on a separate written instrument.
Given under my hand this 15th day of October, 2024.
________________________________________
Darrell W. Dalton
Chairman
Pittsylvania County Board of Supervisors
Approved as to Form:
________________________
J. Vaden Hunt, Esq.
Pittsylvania County Attorney
44
Vote
Darrell W. Dalton (Chairman) ___
Robert M. Tucker, Jr. (Vice-Chairman) ___
Kenneth L. Bowman ___
Timothy W. Dudley ___
Eddie L. Hite, Jr. ___
William V. (“Vic”) Ingram ___
Murray W. Whittle ___
Ayes __ Nays __ Abstentions __
45
SCHEDULE A
The property is that certain lot, parcel or tract of land, together with improvements thereon and
appurtenances thereunto belonging, briefly described as located consisting of Lots 1, 2, 3, 6-A on
Main Street and 7-B, and located in the Town of Chatham at 6 South Main Street (Pittsylvania
County Parcel ID: 2416-91-8424), Chatham, Virginia.
46
7.i.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Action Item
Agenda Title: Tornado Debris Landfill Tipping Fee Waiver Ratification
Approval
Staff Contact(s): Christopher Key
Agenda Date: October 15, 2024 Item Number: 7.i.
Attachment(s): 1. Landfill tipping fee waiver
Reviewed By:
SUMMARY:
On September 27, 2024, Hurricane Helene moved through the County and a
tornado touched down in the Dry Fork area of the County causing major
damage, including structures being destroyed/damaged and trees/limbs being
blown over. Due to the damage in the County from the recent storm, and
corresponding necessary related clean up, the Interim County Administrator,
following the polling of the Board, agreed to waive County Landfill Tipping fees
for storm related debris, subject to the attached criteria and restrictions. County
Staff now seeks the Board to formally ratify the County Tornado Debris Landfill
Tipping Fee Waiver action.
FINANCIAL IMPACT AND FUNDING SOURCE:
Unknown currently.
RECOMMENDATION:
County Staff recommends the Board ratify the previous approval of the waiver
of County Landfill Tipping Fees for the storm related clean-up in the County for a
period of thirty (30) days from the date of the storm, September 27, 2024,
subject to the attached restrictions.
MOTION:
“I make a Motion ratifying the previous approval of the waiver of County Landfill
Tipping Fees for the storm related clean up in the County for a period of thirty
47
(30) days from the date of the tornado, September 27, 2024, subject to the
attached restrictions.”
48
Landfill Tipping Fee Waived for Two Weeks
Post Date:10/03/2024 12:01 PM
To assist our residents with clean-up efforts following Tropical Storm Helene, the Pittsylvania
County Board of Supervisors has waived the landfill tipping fee for two weeks, from October 3
through October 18, 2024.
This waiver applies only to residential waste and debris and requires proof of County residency.
The following criteria will apply:
• The waiver is only applicable for residentially generated waste that is collected from a County
property.
• Liquids, oils, or hazardous materials will not be accepted.
• Waste that is generated through business, commercial, or agricultural sources will not be
accepted. Valid identification showing proof of County residence is required for disposal and must
be presented at the County’s landfill office upon delivery, or to other County staff upon request.
•All waste presented for disposal is subject to inspection and will be denied if it does not meet
these requirements.
•No quantity limits are placed on residential customers delivering their own waste by personal
passenger vehicle smaller than a one-ton pickup truck and/or a flat, 4’x8’ single axle trailer with
sides no greater than 36 inches high.
Accepted identification is as follows:
• Unexpired Virginia driver’s license, military ID, or photo ID card with Pittsylvania County address;
• Deed, mortgage, or monthly mortgage/rental statement with matching photo ID verifying
residence in Pittsylvania County;
• U.S. Postal Service change of address confirmation form with matching photo ID; or
• Current payroll stub by employer with matching photo ID showing a valid County address of the
employee.
The Pittsylvania County landfill is open Monday through Friday from 7:30 a.m. to 3:30 p.m. and is
located at 382 Rainbow Lane in Dry Fork.
49
50
7.j.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Action Item
Agenda Title: Cooperative Procurement Contract Execution Approval
(County Public Safety Department Ambulance)
Staff Contact(s): Christopher Key
Agenda Date: October 15, 2024 Item Number: 7.j.
Attachment(s): 1. Vest Estimate for ambulance
2. BuyBoard Osage Industries Contract - 650-21
(1)
Reviewed By:
SUMMARY:
The County's Public Safety Department seeks approval for the purchase of a
“2024 Ford Osage 2148 Warrior” Type 1 Ambulance from Vest’s Sales and
Service, Inc. ("Vest's"). The County constantly seeking ways to improve its
emergency medical services and response capabilities. To achieve this goal,
County Public Safety is considering the purchase of a demo ambulance as it
allows the County to receive the ambulance and place it in service within a
couple months. The ambulance is a demo unit coming off the production line
in November 2024. This ambulance was ordered by Vest’s in July 2022 under
2022 pricing. The Osage Ambulances have since had numerous price increases
(specifically six (6) model year price increases since ordering). As of January
2024, all new pricing falls under 2028 pricing/delivery options. A similarly
optioned truck, if ordered today, would cost around $500,000 with a cot and
power load, lettering, etc. Purchasing a demo ambulance is fiscally responsible
and operationally beneficial decision for the County's Public Safety
Department. It allows the County to upgrade its fleet, enhance patient care,
and reduce maintenance costs on the older ambulances in the County's fleet.
FINANCIAL IMPACT AND FUNDING SOURCE:
Funds have already been allocated for purchase from CIP funding.
RECOMMENDATION:
51
County staff recommend the Board approve the purchase of an Osage Warrior
Demo Ambulance for the County's Public Safety Department for a cost of
$357,955.44.
MOTION:
“I make a Motion approving the purchase of an Osage Warrior Demo
Ambulance as presented.”
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
71
72
73
v.02.01.2021
July, 29 2021
Sent Via Email: kshimmens@osageind.com
Kyle Shimmens
Osage Industries, Inc.
194 County Road 302
Linn, MO 65051
Welcome to BuyBoard!
Re: Notice of The Local Government Purchasing Cooperative Contract Award; Proposal Invitation No. 650-
21, Ambulances
Congratulations, The Local Government Purchasing Cooperative (Cooperative) has awarded your company
a BuyBoard® contract based on the above-referenced Proposal Invitation. The contract is effective for an
initial one-year term of October 1, 2021 through September 30, 2022 and may be subject to two possible
one-year renewals. Please refer to the Proposal Invitation for the contract documents, including the General
Terms and Conditions of the Contract.
To review the items your company has been awarded, please review Proposal Tabulation No. [650-21] at:
www.buyboard.com/vendor. Only items marked as awarded to your company are included in this contract
award, and only those awarded items may be sold through the BuyBoard contract. All sales must comply
with the contract terms and must be at or below the awarded pricing as set forth in the General Terms and
Conditions.
The contract will be posted on the BuyBoard website as an online electronic catalog(s). You are reminded
that, in accordance with the General Terms and Conditions, all purchase orders must be
processed through the BuyBoard. Except as expressly authorized in writing by the Cooperative’s
administrator, you are not authorized to process a purchase order received directly from a Cooperative
member that has not been processed through the BuyBoard or provided to the Cooperative. If you receive
a purchase order directly from a Cooperative member that you have reason to believe has not been received
by the Cooperative or processed through the BuyBoard, you must promptly forward a copy of the purchase
order by email to info@buyboard.com.
A list of Cooperative members is available on the buyboard.com website. The BuyBoard vendor relations
staff will be contacting you to assist with the resources available and to provide any support you may need
as an awarded BuyBoard vendor.
On behalf of the Cooperative, we appreciate your interest in the Cooperative and we are looking forward
to your participation in the program. If you have any questions, please contact Cooperative
Procurement Staff at 800-695-2919 (select option “2”).
Sincerely,
Arturo Salinas
Asst. Division Director, Cooperative Purchasing
Texas Association of School Boards, Inc.,
Administrator for The Local Government Purchasing Cooperative
74
v.02.01.2021
July, 29 2021
Sent Via Email: kshimmens@osageind.com
Kyle Shimmens
Osage Industries, Inc.
194 County Road 302
Linn, MO 65051
Welcome to BuyBoard!
Re: Notice of National Purchasing Cooperative Award; Proposal Invitation No. 650-21, Ambulances
Congratulations, The National Purchasing Cooperative (National Cooperative) has awarded your company a BuyBoard®
contract based on the above-referenced Proposal Invitation. The contract is effective for an initial one-year term of October
1, 2021 through September 30, 2022, and may be subject to two possible one-year renewals. Please refer to the Proposal Invitation for the contract documents, including the National Purchasing Cooperative Vendor Award Agreement and General
Terms and Conditions of the Contract.
To review the items your company has been awarded, please review Proposal Tabulation No. 650-21 at
www.buyboard.com/vendor. Only items marked as awarded to your company are included in this contract award, and only
those awarded items may be sold through the BuyBoard contract. All sales must comply with the contract terms and must
be at or below the awarded pricing as set forth in the General Terms and Conditions.
The contract will be posted on the BuyBoard website as an online electronic catalog(s). You are reminded that, in
accordance with the General Terms and Conditions, all purchase orders from National Cooperative members
must be processed through the BuyBoard. Except as expressly authorized in writing by the Cooperative’s administrator,
you are not authorized to process a purchase order received directly from a National Cooperative member that has not been
processed through the BuyBoard or provided to the Cooperative. If you receive a purchase order directly from a National
Cooperative member that you have reason to believe has not been received by the National Cooperative or processed through
the BuyBoard, you must promptly forward a copy of the purchase order by e-mail to info@buyboard.com
A list of National Cooperative members is available on the buyboard.com website. The BuyBoard vendor relations staff will
be contacting you to assist with resources available and provide any support you may need as an awarded BuyBoard vendor.
On behalf of the National Cooperative, we are looking forward to your participation in the program. If you have any questions,
please contact Cooperative Procurement Staff at 800-695-2919 (select option “2”).
Sincerely,
Arturo Salinas, Asst. Division Director, Cooperative Purchasing
Texas Association of School Boards, Inc.,
Procurement Administrator for the National Purchasing Cooperative
75
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
PROPOSER’S ACCEPTANCE AND AGREEMENT
Proposal Invitation Name: Ambulances Proposal Due Date/Opening Date and Time:
April 29, 2021 at 4:00 PM
Proposal Invitation Number: 650-21
Location of Proposal Opening:
Texas Association of School Boards, Inc.
BuyBoard Department
12007 Research Blvd.
Austin, TX 78759
Anticipated Cooperative Board Meeting Date:
Contract Term:October 1, 2021 through
September 30, 2022 with two possible one-year
renewals.
July 2021
BBy signature below, the undersigned acknow ledges and agrees that you are authorized to submit this
Proposal, including making all acknowledgements, consents, and certifications herein, on behalf of Proposer
and, to the best of your knowledge, the information provided is true, accurate, and complete.
Name of Proposing Company Date
_________________________________
Street Address Signature of Authorized Company Official
City, State, Zip Printed Name of Authorized Company Official
Telephone Number of Authorized Company Official Position or Title of Authorized Company Official
_________________________________________
Fax Number of Authorized Company Official Federal ID Number
Page 11 of 74
Osage Industries, Inc 04/20/2021
194 County Road 302
Kyle Shimmens Digitally signed by Kyle Shimmens
Date: 2021.04.20 07:53:46 -05'00'
Linn, MO 65051 Kyle Shimmens
573-897-3634 President
573-897-3113 43-1478289
76
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
PROPOSAL FORMS PART 1: COMPLIANCE FORMS
INSTRUCTIONS:
Proposer must review and complete all forms in this Proposal Forms Part 1:
Proposal Acknowledgements
Felony Conviction Disclosure
Resident/Nonresident Certification
Debarment Certification
Vendor Employment Certification
No Israel Boycott Certification
No Excluded Nation or Foreign Terrorist Organization Certification
Historically Underutilized Business Certification
Acknowledgement of BuyBoard Technical Requirements
Construction-Related Goods and Services Affirmation
Deviation and Compliance
Vendor Consent for Name Brand Use
Confidential/Proprietary Information
EDGAR Vendor Certification
Compliance Forms Signature Page
An authorized representative of Proposer must initial in the bottom right corner of each page where indicated
and complete and sign the Compliance Forms Signature Page. Proposer’s failure to fully complete, initial, and
sign forms as required may result in your Proposal being rejected as non-responsive.
PROPOSAL ACKNOWLEDGEMENTS
The proposing company (“you” or “your”) hereby acknowledges and agrees as follows:
1. You have carefully examined and understand all information and documentation associated with this Proposal Invitation,
including the Instructions to Proposers, General Information, General Terms and Conditions, attachments/forms,
appendices, item specifications, and line items (collectively “Requirements”);
2. By your response (“Proposal”) to this Proposal Invitation, you propose to supply the products or services submitted at
the pricing quoted in your Proposal and in strict compliance with the Requirements, unless specific deviations or
exceptions are noted in the Proposal;
3. By your Proposal, you acknowledge and certify all items set forth in the General Terms and Conditions, Section B.12
(Certifications), including all non-collusion certifications and certifications regarding legal, ethical, and other matters set
forth therein.
4. Any and all deviations and exceptions to the Requirements have been noted in your Proposal on the required form and
no others will be claimed;
Initial: _____
Page 12 of 74
KS
77
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
5. If the Cooperative accepts any part of your Proposal and awards you a Contract, you will furnish all awarded products or
services at the pricing quoted and in strict compliance with the Requirements (unless specific deviations or exceptions
are noted on the required form and accepted by the Cooperative), including without limitation the Requirements related
to:
a. conducting business with Cooperative members, including offering pricing to members that is the best you offer
compared to similarly situated customers in similar circumstances;
b. payment of a service fee in the amount specified and as provided for in this Proposal Invitation;
c. the possible award of a piggy-back contract by the National Purchasing Cooperative or nonprofit entity, in which
event you will offer the awarded products and services in accordance with the Requirements; and
d. submitting price sheets or catalogs in the proper format as required by the Cooperative as a prerequisite to activation
of your Contract;
6. You have clearly identified on the included form any information in your Proposal that you believe to be confidential or
proprietary or that you do not consider to be public information subject to public disclosure under the Texas Public
Information Act or similar public information law;
7. The individual submitting this Proposal is duly authorized to enter into the contractual relationship represented by this
Proposal Invitation on your behalf and bind you to the Requirements, and such individual (and any individual signing a
form or Proposal document) is authorized and has the requisite knowledge to provide the information and make the
representations and certifications required in the Requirements;
8. You have carefully reviewed your Proposal, and certify that all information provided is true, complete, and accurate to
the best of your knowledge, and you authorize the Cooperative to take such action as it deems appropriate to verify such
information; and
9. Any misstatement, falsification, or omission in your Proposal, whenever or however discovered, will be grounds for
disqualifying you from consideration for a contract award under this Proposal Invitation, termination of a contract award,
or any other remedy or action provided for in the General Terms and Conditions or by law.
FELONY CONVICTION DISCLOSURE
Subsection (a) of Section 44.034 of the Texas Education Code (Notification of Criminal History of Contractor)
states: “A person or business entity that enters into a contract with a school district must give advance notice to the district
if the person or an owner or operator has been convicted of a felony. The notice must include a general description of the
conduct resulting in the conviction of a felony.”
Section 44.034 further states in Subsection (b): “A school district may terminate a contract with a person or business
entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or
misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for
services performed before the termination of the contract.”
Please check ¥one of the following:
My company is a publicly-held corporation. (Advance notice requirement does not apply to publicly-held corporation.)
My company is not owned or operated by anyone who has been convicted of a felony.
My company is owned/operated by the following individual(s) who has/have been convicted of a felony:
Name of Felon(s): _____________________________________________________________________________________
Details of Conviction(s):________________________________________________________________________________
____________________________________________________________________________________________________
Initial: _____
Page 13 of 74
KS
78
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
RESIDENT/NONRESIDENT CERTIFICATION
Chapter 2252, Subchapter A, of the Texas Government Code establishes certain requirements applicable to proposers who
are not Texas residents. Under the statute, a “resident” proposer is a person whose principal place of business is in Texas,
including a contractor whose ultimate parent company or majority owner has its principal place of business in Texas. A
“nonresident” proposer is a person who is not a Texas resident. Please indicate the status of your company as a “resident”
proposer or a “nonresident” proposer under these definitions.
Please check ¥one of the following:
I certify that my company is a Resident Proposer.
I certify that my company is a Nonresident Proposer.
If your company is a Nonresident Proposer, you must provide the following information for your resident state (the state in
which your company’s principal place of business is located):
______________________________________________ _______________________________________________
Company Name Address
______________________________________________ _____________ ___________________________
City State Zip Code
A. Does your resident state require a proposer whose principal place of business is in Texas to under-price proposers
whose resident state is the same as yours by a prescribed amount or percentage to receive a comparable contract?
Yes No
B. What is the prescribed amount or percentage? $_______________ or ______________%
DEBARMENT CERTIFICATION
By signature on the Compliance Forms Signature Page, I certify that neither my company nor an owner or principal of my
company has been debarred, suspended or otherwise made ineligible for participation in Federal Assistance programs under
Executive Order 12549, “Debarment and Suspension,” as described in the Federal Register and Rules and Regulations.
Neither my company nor an owner or principal of my company is currently listed on the government-wide exclusions in SAM,
debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory authority.
My company agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking
to purchase from my company if my company or an owner or principal is later listed on the government-wide exclusions in
SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory
authority.
VENDOR EMPLOYMENT CERTIFICATION
Section 44.031(b) of the Texas Education Code establishes certain criteria that a school district must consider when
determining to whom to award a contract. Among the criteria for certain contracts is whether the vendor or the vendor’s
ultimate parent or majority owner (i) has its principal place of business in Texas; or (ii) employs at least 500 people in Texas.
If neither your company nor the ultimate parent company or majority owner has its principal place of business in Texas, does
your company, ultimate parent company, or majority owner employ at least 500 people in Texas?
Please check ¥one of the following:
Yes No Initial: ______
Page 14 of 74
Osage Industries, Inc 194 County Road 302
Linn MO 65051
X
X KS
79
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
NO ISRAEL BOYCOTT CERTIFICATION
A Texas governmental entity may not enter into a contract with a value of $100,000 or more that is to be paid wholly or
partly from public funds with a company (excluding a sole proprietorship) that has 10 or more full-time employees for goods
or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2)
will not boycott Israel during the term of the contract. (TEX. GOV’T CODE Ch. 2270). Accordingly, this certification form is
included to the extent required by law.
“Boycott Israel” means refusing to deal with, terminating business activities with, or otherwise taking any action that is
intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity
doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business
purposes. TEX. GOV’T CODE §808.001(1).
By signature on the Compliance Forms Signature Page, to the extent applicable, I certify and verify that Vendor does not
boycott Israel and will not boycott Israel during the term of any contract awarded under this Proposal Invitation, that this
certification is true, complete and accurate, and that I am authorized by my company to make this certification.
NO EXCLUDED NATION OR FOREIGN TERRORIST ORGANIZATION CERTIFICATION
Chapter 2252 of the Texas Government Code provides that a Texas governmental entity may not enter into a contract with
a company engaged in active business operations with Sudan, Iran, or a foreign terrorist organization – specifically, any
company identified on a list prepared and maintained by the Texas Comptroller under Texas Government Code §§806.051,
807.051, or 2252.153. (A company that the U.S. Government affirmatively declares to be excluded from its federal sanctions
regime relating to Sudan, Iran, or any federal sanctions regime relating to a foreign terrorist organization is not subject to
the contract prohibition.)
By signature on the Compliance Forms Signature Page, I certify and verify that Vendor is not on the Texas Comptroller’s list
identified above; that this certification is true, complete and accurate; and that I am authorized by my company to make this
certification.
HISTORICALLY UNDERUTILIZED BUSINESS CERTIFICATION
A Proposer that has been certified as a Historically Underutilized Business (also known as a Minority/Women Business
Enterprise or “MWBE” and all referred to in this form as a “HUB”) is encouraged to indicate its HUB certification status when
responding to this Proposal Invitation. The BuyBoard website will indicate HUB certifications for awarded Vendors that
properly indicate and document their HUB certification on this form. 3OHDVHFKHFN¥DOOWKDWDSSO\:
I certify that my company has been certified as a HUB in the following categories:
Minority Owned Business
Women Owned Business
Service-Disabled Veteran Owned Business (veteran defined by 38 U.S.C. §101(2), who has a
service-connected disability as defined by 38 U.S.C. §101(16), and who has a disability rating
of 20% or more as determined by the U. S. Department of Veterans Affairs or Department of
Defense)
Certification Number: ____________________________________________________
Name of Certifying Agency: _______________________________________________
My company has NOT been certified as a HUB.
Initial: _____
Page 15 of 74
X KS
80
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
ACKNOWLEDGEMENT OF BUYBOARD TECHNICAL REQUIREMENTS
Vendor shall review the BuyBoard Technical Requirements included in this Proposal Invitation. By signature on the Compliance
Forms Signature Page, the undersigned affirms that Proposer has obtained a copy of the BuyBoard Technical Requirements,
has read and understands the requirements, and certifies that Vendor is able to meet and will comply with those requirements
except as follows: [List and explain BuyBoard Technical Requirements, if any, to which your company ccannot or will nnot
comply.]
Note: In accordance with the General Terms and Conditions of the Contract, to the extent Vendor is awarded a Contract
under this Proposal Invitation but is unable or unwilling to meet the applicable BuyBoard Technical Requirements, the
information available on the BuyBoard for Vendor’s awarded products or services may be limited, potentially placing Vendor
at a disadvantage and impacting the ability of Cooperative members to search, find, review, and purchase Vendor’s awarded
products and services on the BuyBoard website. Further, to the extent Vendor has acknowledged ability to meet and comply
with the BuyBoard Technical Requirements, any subsequent failure or refusal by Vendor to promptly provide information
upon request to the Cooperative administrator in accordance with those technical requirements may be deemed an event of
default under the Contract.
CONSTRUCTION-RELATED GOODS AND SERVICES AFFIRMATION
The Cooperative issued the BuyBoard Procurement and Construction-Related Goods and Services Advisory for Texas Members
(“Advisory”), which provides information specifically relevant to the procurement of construction-related goods and services
by Texas Cooperative members. The Advisory, available at buyboard.com/Vendor/Resources.aspx, provides an overview of
certain legal requirements that are potentially relevant to a Cooperative member’s procurement of construction or
construction-related goods and services, including those for projects that may involve or require architecture, engineering or
independent testing services. A copy of the Advisory can also be provided upon request. Because many BuyBoard contracts
include goods or installation services that might be considered construction-related, Proposer must make this Construction
Related-Goods and Services Affirmation regardless of type of goods or services associated with this Proposal Invitation.
A contract awarded under this Proposal Invitation covers only the specific goods and/or services awarded by the Cooperative.
As explained in the Advisory (“Advisory”), Texas law prohibits the procurement of architecture or engineering
services through a purchasing cooperative. This Proposal Invitation and any Contract awarded thereunder
does not include such services. Architecture or engineering services must be procured by a Cooperative
member separately, in accordance with the Professional Services Procurement Act (Chapter 2254 of the Texas
Government Code) and other applicable law and local policy.
By signature on the Compliance Forms Signature Page, Proposer affirms that Proposer has obtained a copy of the Advisory,
has read and understands the Advisory, and is authorized by Proposer to make this affirmation. If Proposer sells construction-
related goods or services to a Cooperative member under a Contract awarded under this Proposal Invitation, Proposer will
comply with the Advisory and applicable legal requirements, make a good faith effort to make its Cooperative member
customers or potential Cooperative member customers aware of such requirements, and provide a Cooperative member with
a copy of the Advisory before accepting the member’s Purchase Order or other agreement for construction-related goods or
services.
Initial: ______
Page 16 of 74
KS
81
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
D EVIATION AND COMPLIANCE
If your company intends to deviate from the General Terms and Conditions, Proposal Specifications or other requirements
associated with this Proposal Invitation, you MUST list all such deviations on this form, and provide complete and detailed
information regarding the deviations on this form or an attachment to this form. Prior to completing this form, Vendor
shall review the General Terms and Conditions section B.4 (Deviations from Item Specifications and General
Terms and Conditions). Please note that, as provided in section B.4, certain provisions of the General Terms
and Conditions are NOT subject to deviation, and certain deviations will be deemed rejected without further
action by the Cooperative. Any attempted deviation, whether directly or indirectly, to provisions identified in
this Proposal Invitation as not subject to deviation shall be deemed rejected by the Cooperative and, unless
otherwise withdrawn by Vendor, may result in Vendor’s Proposal being rejected in its entirety.
The Cooperative will consider any deviations in its contract award decision and reserves the right to accept or reject a proposal
based upon any submitted deviation.
In the absence of any deviation identified and described in accordance with the above, your company must fully comply with
the General Terms and Conditions, Proposal Specifications and all other requirements associated with this Proposal Invitation
if awarded a Contract under this Proposal Invitation. A deviation will not be effective unless accepted by the Cooperative.
The Cooperative, by and through the Cooperative administrator, may, in its sole discretion, seek clarification from and/or
communicate with Proposer(s) regarding any submitted deviation, consistent with general procurement principles of fair
competition. The Cooperative reserves the right to accept or reject a Proposal based upon any submitted deviation.
3OHDVHFKHFN¥RQHRIWKHIROORZLQJ
No; Deviations
Yes; Deviations
List and fully explain any deviations you are submitting:
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
Initial: _____
Page 17 of 74
KS
82
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
VENDOR CONSENT FOR NAME BRAND USE
BuyBoard members seeking to make purchases using a Contract awarded under this Proposal Invitation may view information
regarding awarded Vendors, including but not limited to product catalogs, pricelists, pricing, and Proposals, through the
BuyBoard website. To improve and enhance the experience of BuyBoard members seeking to procure goods and services
under the Contract utilizing the BuyBoard website, any Vendor logo, product images, and similar brand and trademark
information provided by Vendor for purposes of the Contract (“Vendor Information”) may be posted on the BuyBoard website.
You acknowledge that, by submitting your Proposal, unless you specifically opt out below, you consent to use
of your company’s Vendor Information on the BuyBoard website if awarded a Contract. You further acknowledge
that whether, where, and when to include the Vendor Information on the BuyBoard website shall be at the sole discretion of
the BuyBoard Administrator. Vendor retains, however, the right of general quality control over the BuyBoard Administrator’s
authorized display of proprietary Vendor Information. Neither the BuyBoard nor its administrator will be responsible for the
use or distribution of Vendor Information by BuyBoard members or any other third party using the BuyBoard website. This
Vendor Consent shall be effective for the full term of the Contract, including renewals, unless Vendor provides a signed,
written notice revoking consent to contractadmin@buyboard.com. BuyBoard shall have up to thirty days from the date of
receipt of a termination or revocation of a Vendor Consent to remove Vendor information from the BuyBoard website.
This Vendor Consent is subject to the Terms and Conditions of the Contract, including, but not limited to, those terms
pertaining to Disclaimer of Warranty and Limitation of Liability, Indemnification, and Intellectual Property Infringement.
Vendor logo files must be submitted in one of the formats set forth in the BuyBoard Technical Requirements. Proposers are
requested to submit this information with Vendor’s Proposal. (This consent shall not authorize use of your company’s Vendor
Information by BuyBoard if your company is not awarded a Contract.)
OPT OUT:
If your company wishes to opt out of the Vendor Consent for Name Brand Use, you must check the opt out box below. DDO
NOT select this box unless your company is opting out of this Vendor Consent for N ame Brand Use.
Ŀ By checking this box, Vendor hereby declines to provide consent for use of Vendor Information (as defined herein) on
the BuyBoard website. By opting out, Vendor acknowledges and agrees that, if Vendor is awarded a Contract
under this Proposal Invitation, information available on the BuyBoard for Vendor’s awarded products or
services may be limited, potentially placing Vendor at a disadvantage and impacting the ability of
Cooperative members to search, find, review, and purchase Vendor’s awarded products and services on the
BuyBoard website.
Initial: _____
Page 18 of 74
KS
83
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
CONFIDENTIAL/PROPRIETARY INFORMATION
A. Public Disclosure Laws
All Proposals, forms, documentation, catalogs, pricelists, or other materials submitted by Vendor to the Cooperative in
response to this Proposal Invitation, may be subject to the disclosure requirements of the Texas Public Information Act (Texas
Government Code chapter 552.001, et. seq.) or similar disclosure law. Proposer must clearly identify on this form any
information in its Proposal (including forms, documentation, or other materials submitted with the Proposal) that Proposer
considers proprietary or confidential. If Proposer fails to properly identify the information, the Cooperative shall have no
obligation to notify Vendor or seek protection of such information from public disclosure should a member of the public or
other third party request access to the information under the Texas Public Information Act or similar disclosure law. When
required by the Texas Public Information Act or other disclosure law, Proposer may be notified of any third-party request for
information in a Proposal that Proposer has identified in this form as proprietary or confidential.
Does your Proposal (including forms, documentation, catalogs, pricelists, or other materials submitted with the Proposal)
contain information which Vendor considers proprietary or confidential?
3OHDVHFKHFN¥RQHRIWKHIROORZLQJ:
NO,I certify that none of the information included with this Proposal is considered confidential or proprietary.
YES,I certify that this Proposal contains information considered confidential or proprietary and all such information is
specifically identified on this form.
If you responded “YES”, you must clearly identify below the specific information you consider confidential or proprietary. List
each page number, form number, or other information sufficient to make the information readily identifiable. The Cooperative
and Cooperative administrator shall not be responsible for a Proposer’s failure to clearly identify information considered
confidential or proprietary. Further, by submitting a Proposal, Proposer acknowledges that the Cooperative and Cooperative
administrator will disclose information when required by law, even if such information has been identified herein as
information Vendor considers confidential or proprietary.
Confidential / Proprietary Information:
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
(Attach additional sheets if needed.)
Initial: _____
Page 19 of 74
KS
84
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
B. Copyright Information
Does your Proposal (including forms, documentation, pricelists, catalogs, or other materials submitted with the Proposal)
contain copyright information?
Please FKHFN¥RQHRIWKHIROORZLQJ
NO, Proposal (including forms, documentation, pricelists, catalogs, or other materials submitted with the Proposal) does not
contain copyright information.
YES, Proposal (including forms, documentation, pricelists, catalogs, or other materials submitted with the Proposal) does
contain copyright information.
If you responded “YES”, clearly identify below the specific documents or pages containing copyright information.
Copyright Information: _________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
(Attach additional sheets if needed.)
C. Consent to Release Confidential/Proprietary/Copyright Information to BuyBoard Members
BuyBoard members (Cooperative and nonprofit members) seeking to make purchases through the BuyBoard may wish to
view information included in the Proposals of awarded Vendors. If you identified information on this form as confidential,
proprietary, or subject to copyright, and you are awarded a BuyBoard contract, your acceptance of the BuyBoard contract
award constitutes your consent to the disclosure of such information to BuyBoard members, including posting of such
information on the secure BuyBoard website for members. Note: Neither the Cooperative nor Cooperative administrator will
be responsible for the use or distribution of information by BuyBoard members or any other party.
D. Consent to Release Proposal Tabulation
Notwithstanding anything in this Confidential/Proprietary Information form to the contrary, by submitting a Proposal, Vendor
consents and agrees that, upon Contract award, the Cooperative may publicly release, including posting on the public
BuyBoard website, a copy of the proposal tabulation and award information for the Contract including Vendor name; proposed
catalog/pricelist name(s); proposed percentage discount(s), hourly labor rate(s), or other specified pricing; and Vendor award
or non-award information.
Initial: ______
Page 20 of 74
KS
85
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
EDGAR VENDOR CERTIFICATION
(2 CFR Part 200 and Appendix II)
When a Cooperative member seeks to procure goods and services using funds under a federal grant or contract, specific
federal laws, regulations, and requirements may apply in addition to those under state law. This includes, but is not limited
to, the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for
Federal Awards, 2 CFR 200 (sometimes referred to as the “Uniform Guidance” or new “EDGAR”). All Vendors submitting a
Proposal must complete this EDGAR Certification Form regarding Vendor’s willingness and ability to comply with certain
requirements which mmay be applicable to specific Cooperative member purchases using federal grant funds. Completed
forms will be made available to Cooperative members for their use while considering their purchasing options when using
federal grant funds. Cooperative members may also require Vendors to enter into ancillary agreements, in addition to the
terms and conditions of the BuyBoard contract, to address the member’s specific contractual needs, including contract
requirements for a procurement using federal grants or contracts.
For each of the items below, Vendor should certify Vendor’s agreem ent and ability to comply, w here
applicable, by having Vendor’s authorized representative check the applicable boxes, initial each page, and
sign the Compliance Forms Signature Page. If you fail to complete any item in this form, the Cooperative w ill
consider and may list the Vendor’s response on the BuyBoard as “NO,” the Vendor is unable or unw illing to
comply. A “NO” response to any of the items may, if applicable, impact the ability of a Cooperative member to purchase
from the Vendor using federal funds.
1. Vendor Violation or Breach of Contract Terms:
Contracts for more than the simplified acquisition threshold, which is the inflation adjusted amount determined by the Civilian
Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 USC 1908, must
address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and
provide for such sanctions and penalties as appropriate.
Provisions regarding Vendor default are included in the BuyBoard General Terms and Conditions, including Section E.18,
Remedies for Default and Termination of Contract. Any Contract award will be subject to such BuyBoard General Terms and
Conditions, as well as any additional terms and conditions in any Purchase Order or Cooperative member ancillary contract
agreed upon by Vendor and the Cooperative member which must be consistent with and protect the Cooperative member at
least to the same extent as the BuyBoard Terms and Conditions. The remedies under the Contract are in addition to any
other remedies that may be available under law or in equity. By submitting a Proposal, you agree to these Vendor violation
and breach of contract terms.
Ŀ YES, I agree. Ŀ NO, I do not agree.
2. Termination for Cause or Convenience:
For any Cooperative member purchase or contract in excess of $10,000 made using federal funds, you agree that the following
term and condition shall apply:
The Cooperative member may terminate or cancel any Purchase Order under this Contract at any time, with or without cause,
by providing seven (7) business days advance written notice to the Vendor. If this Agreement is terminated in accordance
with this Paragraph, the Cooperative member shall only be required to pay Vendor for goods or services delivered to the
Cooperative member prior to the termination and not otherwise returned in accordance with Vendor’s return policy. If the
Cooperative member has paid Vendor for goods or services not yet provided as of the date of termination, Vendor shall
immediately refund such payment(s).
If an alternate provision for termination of a Cooperative member purchase for cause and convenience, including the manner
by which it will be effected and the basis for settlement, is included in the Cooperative member’s Purchase Order or ancillary
agreement agreed to by the Vendor, the Cooperative member’s provision shall control.
Ŀ YES, I agree. Ŀ NO, I do not agree. Initial: _____
Page 21 of 74
KS
86
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
3. Equal Employment Opportunity:
Except as otherwise provided under 41 CFR Part 60, all Cooperative member purchases or contracts that meet the definition
of “federally assisted construction contract” in 41 CFR Part 60-1.3 shall be deemed to include the equal opportunity clause
provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319,
12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246
Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR Part 60, “Office of Federal Contract
Compliance Programs, Equal Employment Opportunity, Department of Labor.”
The equal opportunity clause provided under 41 CFR 60-1.4(b) is hereby incorporated by reference. Vendor agrees that such
provision applies to any Cooperative member purchase or contract that meets the definition of “federally assisted construction
contract” in 41 CFR Part 60-1.3 and Vendor agrees that it shall comply with such provision.
Ŀ YES, I agree.Ŀ NO, I do not agree.
4. Davis-Bacon Act:
When required by Federal program legislation, Vendor agrees that, for all Cooperative member prime construction
contracts/purchases in excess of $2,000, Vendor shall comply with the Davis-Bacon Act (40 USC 3141-3144, and 3146-3148)
as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts
Covering Federally Financed and Assisted Construction”). In accordance with the statute, Vendor is required to pay wages to
laborers and mechanics at a rate not less than the prevailing wages specified in a wage determinate made by the Secretary
of Labor. In addition, Vendor shall pay wages not less than once a week.
Current prevailing wage determinations issued by the Department of Labor are available at beta.sam.gov. Vendor agrees
that, for any purchase to which this requirement applies, the award of the purchase to the Vendor is conditioned upon
Vendor’s acceptance of the wage determination.
Vendor further agrees that it shall also comply with the Copeland “Anti-Kickback” Act (40 USC 3145), as supplemented by
Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed
in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must
be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work,
to give up any part of the compensation to which he or she is otherwise entitled.
Ŀ YES, I agree. Ŀ NO, I do not agree.
5. Contract Work Hours and Safety Standards Act:
Where applicable, for all Cooperative member contracts or purchases in excess of $100,000 that involve the employment of
mechanics or laborers, Vendor agrees to comply with 40 USC 3702 and 3704, as supplemented by Department of Labor
regulations (29 CFR Part 5). Under 40 USC 3702 of the Act, Vendor is required to compute the wages of every mechanic and
laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided
that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in
excess of 40 hours in the work week.
The requirements of 40 USC 3704 are applicable to construction work and provide that no laborer or mechanic must be
required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These
requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or
contracts for transportation or transmission of intelligence.
Ŀ YES, I agree. Ŀ NO, I do not agree.
Initial: _____
Page 22 of 74
KS
87
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
6. Right to Inventions Made Under a Contract or Agreement:
If the Cooperative member’s Federal award meets the definition of “funding agreement” under 37 CFR 401.2(a) and the
recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the
substitution of parties, assignment or performance or experimental, developmental, or research work under that “funding
agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made
by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,”
and any implementing regulations issued by the awarding agency.
Vendor agrees to comply with the above requirements when applicable.
Ŀ YES, I agree. Ŀ NO, I do not agree.
7. Clean Air Act and Federal Water Pollution Control Act:
Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act (33 USC 1251-1387), as amended – Contracts
and subgrants of amounts in excess of $150,000 must contain a provision that requires the non-Federal award to agree to
comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 USC 7401-7671q.) and
the Federal Water Pollution Control Act, as amended (33 USC 1251-1387). Violations must be reported to the Federal
awarding agency and the Regional Office of the Environmental Protection Agency (EPA).
When required, Vendor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean
Air Act and the Federal Water Pollution Control Act.
Ŀ YES, I agree. Ŀ NO, I do not agree.
8. Debarment and Suspension:
Debarment and Suspension (Executive Orders 12549 and 12689) – A contract award (see 2 CFR 180.220) must not be made
to parties listed on the government-wide exclusions in the System for Award Management (SAM), in accordance with the
OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1966 Comp. p. 189) and 12689 (3 CFR
Part 1989 Comp. p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended,
or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than
Executive Order 12549.
Vendor certifies that Vendor is not currently listed on the government-wide exclusions in SAM, is not debarred, suspended,
or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order
12549. Vendor further agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or
seeking to purchase from Vendor if Vendor is later listed on the government-wide exclusions in SAM, or is debarred,
suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than
Executive Order 12549.
Ŀ YES, I agree. Ŀ NO, I do not agree.
9. Byrd Anti-Lobbying Amendment:
Byrd Anti-Lobbying Amendment (31 USC 1352) - Vendors that apply or bid for an award exceeding $100,000 must file the
required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay
any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of
Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal
contract, grant or any other award covered by 31 USC 1352. Each tier must also disclose any lobbying with non-Federal funds
that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the
non-Federal award. As applicable, Vendor agrees to file all certifications and disclosures required by, and otherwise comply
with, the Byrd Anti-Lobbying Amendment (31 USC 1352).
Ŀ YES, I agree. Ŀ NO, I do not agree.
Initial: _____
Page 23 of 74
KS
88
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
10. Procurement of Recovered Materials:
For Cooperative member purchases utilizing Federal funds, Vendor agrees to comply with Section 6002 of the Solid Waste
Disposal Act, as amended by the Resource Conservation and Recovery Act where applicable and provide such information
and certifications as a Cooperative member may require to confirm estimates and otherwise comply. The requirements of
Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR
Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory
level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the
preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and
resource recovery, and establishing an affirmative procurement program for procurement of recovered materials identified in
the EPA guidelines.
Ŀ YES, I agree.Ŀ NO, I do not agree.
11. Domestic Preferences for Procurements:
Where appropriate and consistent with law, 2 CFR §200.322 contains certain considerations for domestic preferences for
procurements which may be applicable to Cooperative members using federal funds. When required by a Cooperative
member, Vendor agrees to provide such information or certification as may reasonably be requested by the Cooperative
member regarding Vendor’s products, including whether goods, products, or materials are produced in the United States.
Ŀ YES, I agree. Ŀ NO, I do not agree.
12. Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment
2 CFR §200.216 prohibits expending federal loan or grant funds to procure or obtain certain telecommunications and video
surveillance services or equipment. To the extent applicable and when required by a Cooperative member, Vendor agrees to
provide such information or certification as may reasonably be requested by the Cooperative member to confirm whether
any telecommunications or video surveillance services or equipment provided by Vendor is covered equipment or covered
services under 2 CFR §200.216.
Ŀ YES, I agree. Ŀ NO, I do not agree.
13. Profit as a Separate Element of Price:
For purchases using federal funds in excess of the Simplified Acquisition Threshold, a Cooperative member may be required
to negotiate profit as a separate element of the price. See, 2 CFR 200.324(b). When required by a Cooperative member,
Vendor agrees to provide information and negotiate with the Cooperative member regarding profit as a separate element of
the price for a particular purchase. However, Vendor agrees that the total price, including profit, charged by Vendor to the
Cooperative member shall not exceed the awarded pricing, including any applicable discount, under Vendor’s Cooperative
Contract.
Ŀ YES, I agree. Ŀ NO, I do not agree.
14. General Compliance and Cooperation with Cooperative Members:
In addition to the foregoing specific requirements, Vendor agrees, in accepting any Purchase Order from a Cooperative
member, it shall make a good faith effort to work with Cooperative members to provide such information and to satisfy such
requirements as may apply to a particular Cooperative member purchase or purchases including, but not limited to, applicable
recordkeeping and record retention requirements.
Ŀ YES, I agree.Ŀ NO, I do not agree.
Initial: _____
Page 24 of 74
KS
89
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
COMPLIANCE FORMS SIGNATURE PAGE
By initialing pages and by signature below, I certify that I have reviewed the following forms; that the information provided
therein is true, complete, and accurate; and that I am authorized by my company to make all certifications, consents,
acknowledgements, and agreements contained herein:
Proposal Acknowledgements
Felony Conviction Disclosure
Debarment Certification
Resident/Nonresident Certification
Vendor Employment Certification
No Israel Boycott Certification
No Excluded Nation or Foreign Terrorist Organization Certification
Historically Underutilized Business Certification
Construction-Related Goods and Services Affirmation
Acknowledgement of BuyBoard Technical Requirements
Deviation and Compliance
Vendor Consent for Name Brand Use
Confidential/Proprietary Information
EDGAR Vendor Certification
__________________________________________
Company Name
__________________________________________
Signature of Authorized Company Official
__________________________________________
Printed Name and Title
__________________________________________
Date
Page 25 of 74
Osage Industries, Inc
Kyle Shimmens Digitally signed by Kyle Shimmens
Date: 2021.04.20 07:56:07 -05'00'
Kyle Shimmens, President
04/20/2021
90
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
PROPOSAL FORMS PART 2: VENDOR INFORMATION FORMS
INSTRUCTIONS:
Proposer must completely and accurately provide all information requested in the following Vendor Information Forms or
your Proposal may be rejected as non-responsive:
Vendor Business Name
Vendor Contact Information
Federal and State/Purchasing Cooperative
Experience
Governmental References
Company Profile
Texas Regional Service Designation
State Service Designation
National Purchasing Cooperative Vendor Award
Agreement (Vendors serving outside Texas only)
Local/Authorized Seller Listings
Manufacturer Dealer Designation
Proposal Invitation Questionnaire
Vendor Request to Self-Report BuyBoard
Purchases (Optional)
To the extent any information requested is not applicable to your company, you must so indicate on the form.
VENDOR BUSINESS N AME
By submitting a Proposal, Vendor is seeking to enter into a legal contract with the Cooperative. As such, Vendor must be an
individual or legal business entity capable of entering into a binding contract.
Name of Proposing Company: ____________________________________________________________
(List the llegal name of the company seeking to contract with the Cooperative. Do NOT list an assumed name, dba, aka, etc. here. Such information may
be provided below. If you are submitting a joint proposal with another entity to provide the same proposed goods or services, each submitting entity should complete a separate vendor information form. Separately operating legal business entities, even if affiliated entities, which propose to provide goods or services separately must submit their own Proposals.)
3OHDVHFKHFN¥RQHRIWKHIROORZLQJ
Type of Business: Ŀ Individual/Sole Proprietor Ŀ Corporation Ŀ Limited Liability Company Ŀ Partnership
Ŀ Other (Specify: ________________________)
State of Incorporation (if applicable): ___________________________
Federal Employer Identification Number: ___________________________
(Vendor must include a completed IRS W-9 form with their Proposal)
Name by which Vendor, if awarded, wishes to be identified on the BuyBoard: (Note: If different than the Name of Proposing
Company listed above, only valid trade names (dba, aka, etc.) of the Proposing Company may be used and a copy of your Assumed Name Certificate(s), if
applicable, must be attached.)
____________________________________________________________________________________________________
Page 26 of 74
Osage Industries, Inc
43-1478289
91
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
VENDOR CONTACT INFORMATION
Proposal/Contract Contact:
Vendor Proposal/Contract Contact Name: __________________________________________________________________
Vendor Proposal/Contract Contact E-mail Address: ___________________________________________________________
Vendor Contact Mailing Address for Proposal/Contract Notices: _________________________________________________
____________________________________________________________________________________________________
Company Website: ____________________________________________________________________________________
Purchase Orders Contact Information: All Purchase Orders from Cooperative members will be available through the
Internet. Vendors need Internet access and at least one e-mail address so that notification of new orders can be sent to the
Internet contact when a new purchase order arrives. An information guide will be provided to Vendors to assist them with
retrieving their orders.
Please select options below for receipt of Purchase Orders and provide the requested information:
I will use the internet to receive Purchase Orders at the following address:
Purchase Order E-mail Address: ____________________________________________________________
Purchase Order Contact: _____________________________________ Phone: ______________________
Alternate Purchase Order E-mail Address: ____________________________________________________
Alternate Purchase Order Contact: ______________________________ Phone: _____________________
Purchase Orders may be received by the Designated Dealer(s) identified on my company’s Dealer Designation
form as provided to the Cooperative administrator. I understand that my company shall remain responsible
for the Contract and the performance of all Designated Dealers under and in accordance with the Contract.
Request for Quotes (“RFQ”): Cooperative members will send RFQs to you by e-mail. Please provide e-mail addresses
for the receipt of RFQs:
RFQ E-mail Address: ____________________________________________________________________________
RFQ Contact: _____________________________________________ Phone: ______________________________
Alternate RFQ E-mail Address: ____________________________________________________________________
Alternate RFQ Contact: __________________________________ Phone: _________________________________
Page 27 of 74
Kyle Shimmens
kshimmens@osageind.com
194 County Road 302, Linn, MO 65051
https://www.osageambulances.com/
X
kshimmens@osageind.com
Kyle Shimmens 573-897-3634
sgove@osageind.com
Sasha Gove 573-897-3634
kshimmens@osageind.com
Kyle Shimmens 573-897-3634
sgove@osageind.com
Sasha Gove 573-897-3634
92
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
Invoices:Your company will be billed monthly for the service fee due under a Contract awarded under this Proposal
Invitation. All invoices are available on the BuyBoard website and e-mail notifications will be sent when they
are ready to be retrieved.
Please choose only one (1) of the following options for receipt of invoices and provide the requested
information:
Service fee invoices and related communications should be provided directly to my company at:
Invoice Mailing address: ____________________________________ Department: __________________
City: _____________________________ State: __________________ Zip Code: ___________________
Contact Name: _____________________________________ Phone: _____________________________
Invoice Fax: ________________ Invoice E-mail Address: _______________________________________
Alternative Invoice E-mail Address: ________________________________________________________
In lieu of my company, I request and authorize all service fee invoices to be provided directly to the following billing
agent**:
Billing Agent Mailing Address: ___________________________________ Department: _______________
City: _____________________________ State: __________________ Zip Code: ___________________
Billing Agent Contact Name: _____________________________________ Phone: ___________________
Billing Agent Fax: ________________ Billing Agent E-mail Address: _______________________________
Alternative Billing Agent E-mail Address: ____________________________________________________
** If Vendor authorizes a billing agent to receive and process service fee invoices, in accordance with the General Terms and
Conditions of the Contract, Vendor specifically acknowledges and agrees that nothing in that designation shall relieve Vendor
of its responsibilities and obligations under the Contract including, but not limited to, payment of all service fees under any
Contract awarded Vendor.
PLEASE PROVIDE THE FOLLOWING INFORMATION:
1. Shipping Via: Common Carrier Company Truck Prepaid and Add to Invoice Other: ________________
2. Payment Terms: (Note: Vendor payment terms must comply with the BuyBoard General Terms and Conditions and the Texas
Prompt Payment Act (Texas Government Code Ch. 2251).): ________________________________________________________
3. Vendor’s Internal/Assigned Reference/Quote Number (optional): _____________________________________________
4. State or attach your return policy. (Note: Only return requirements and processes will be deemed part of Vendor’s return
policy. Any unrelated contract terms, terms of sale, or other information not specifically related to return requirements and
processes included in Vendor’s return policy shall not apply to any awarded Contract unless specifically included as a
deviation in the Deviation and Compliance Form and accepted by the Cooperative): _______________________________
____________________________________________________________________________________________________
5. Are electronic payments acceptable? Yes No 6. Are credit card payments acceptable? Yes No
Page 28 of 74
194 County Road 302
Linn MO 65051
Kyle Shimmens 573-897-3634
573-897-3113 srobinson@osageind.com
sgove@osageind.com
TBD by Customer
Will comply with BuyBoard Terms
93
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
FEDERAL AND STATE/PURCHASING COOPERATIVE EXPERIENCE
The Cooperative strives to provide Cooperative members with the best services and products at the best prices available from
Vendors with the technical resources and ability to serve Cooperative members. Please respond to the following questions.
1. Provide the dollar value of sales to or through purchasing cooperatives at or based on an established catalog or market
price during the previous 12-month period or the last fiscal year: $______________. (The period of the 12-month
period is _________/_________). In the event that a dollar value is not an appropriate measure of the sales, provide
and describe your own measure of the sales of the item(s).
2. By submitting a proposal, you agree that, based on your written discounting policies, the discounts you offer the
Cooperative are equal to or better than the best price you offer other purchasing cooperatives for the same items under
equivalent circumstances.
3. Provide the information requested below for other purchasing cooperatives for which Proposer currently serves, or in
the past has served, as an awarded vendor. Rows should be added to accommodate as many purchasing cooperatives
as required.
PURCHASING
GROUP
CURRENT
VENDOR?
(Y/N)
FORMER VENDOR (Y/N)? –
IF YES, LIST YEARS
AS VENDOR
AWARDED
COMMODITY
CATEGORY(IES)
1. Federal General Services Administration
2. T-PASS (State of Texas)
3. OMNIA Partners
4. Sourcewell (NJPA)
5. E&I Cooperative
6. Houston-Galveston Area Council (HGAC)
7. Choice Partners
8. The Interlocal Purchasing System (TIPS)
9. Other
MY COMPANY DOES NOT CURRENTLY HAVE ANY OF THE ABOVE OR SIMILAR TYPE CONTRACTS.
CURRENT BUYBOARD VENDORS
If you are a current BuyBoard vendor in the same contract category as proposed in this Proposal Invitation, indicate the
discount for your current BuyBoard contract and the proposed discount in this Proposal. Explain any difference between your
current and proposed discounts.
Current Discount (%):_________________________ Proposed Discount (%):________________________
Explanation: _________________________________________________________________________________________
Page 29 of 74
3,000,000.00
03/01/2020 03/31/2021
NN
NN
NN
NN
NN
N Y - until Fall 2020
NN
NN
Y North Carolina Sheriffs, Ohio Buys, Florida Sheriffs
94
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
GOVERNMENTAL REFERENCES
For your Proposal to be considered, you must supply a minimum of five (5) individual governmental entity references. The
Cooperative may contact any and all references provided as part of the Proposal evaluation. Provide the information requested
below, including the existing pricing/discounts you offer each customer. The Cooperative may determine whether
pricing/discounts are fair and reasonable by comparing pricing/discounts stated in your Proposal with the pricing/discounts
you offer other governmental customers. Attach additional pages if necessary.
Quantity/
Entity Name Contact Phone# Email Address Discount Volume______
1.__________________________________________________________________________________________________
2.__________________________________________________________________________________________________
3.__________________________________________________________________________________________________
4.__________________________________________________________________________________________________
5.__________________________________________________________________________________________________
Do you ever modify your written policies or standard governmental sales practices as identified in the above chart to give
better discounts (lower pricing) than indicated?YES NO If YES, please explain:
_______________________________________________________________________________________________________________
_______________________________________________________________________________________________________________
_______________________________________________________________________________________________________________
COMPANY PROFILE
Information on awarded Cooperative Contracts is available to Cooperative Members on the BuyBoard website. If your
company is awarded a Contract under this Proposal Invitation, please provide a brief company description that you would
like to have included with your company profile on the BuyBoard website. Submit your company profile in a separate
file, in Word format, with your Proposal. (Note: Vendor is solely responsible for any content provided for inclusion on
the BuyBoard website. The Cooperative reserves the right to exclude or remove any content in its sole discretion, with or
without prior notice, including but not limited to any content deemed by the Cooperative to be inappropriate, irrelevant to
the Contract, inaccurate, or misleading.)
Page 30 of 74
St. Charles County Ambulance District - Robert Kemna - (636)344-7670 - rkemna@sccad.com 64+ units
Broward County Fire Rescue & Emergency Service Dept. - Vince Cinque - (954)327-8715 - vincent_cinque@sheriff.org - 16+ units
City of Salina Fire Department - Shane Pearson - (785)826-7340 - shane.pearson@salina.org - 10+ units
Osage County Ambulance District - Josh Krull - (573)897-0044 - joshua.krull@osageamb.net - 10+ units
Cherokee County - Dean Floyd-(770)846-6441 - mdfloyd@cherokeega.com - 10+ units
95
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
TEXAS REGIONAL SERVICE DESIGNATION
The Cooperative (referred to as “Texas Cooperative” in this form and in the State Service Designation form) offers vendors
the opportunity to service its members throughout the entire State of Texas. If you do not plan to service all Texas Cooperative
members statewide, you must indicate the specific regions you will service on this form. If you propose to serve different
regions for different products or services included in your Proposal, you must complete and submit a separate Texas Regional
Service Designation form for each group of products and clearly indicate the products or services to which the designation
applies. BBy designating a region or regions, you are certifying that you are authorized and w illing to provide
the proposed products and services in those regions. Designating regions in w hich you are either unable or
unwilling to provide the specified products and services shall be grounds for either rejection of your Proposal
or, if aw arded, termination of your Contract. Additionally, if you do not plan to service Texas Cooperative members
(i.e., if you will service only states other than Texas), you must so indicate on this form.
_____________________________________________________
Company Name
I will service Texas
Cooperative members
statewide.
I will not service Texas
Cooperative members
statewide. I will only
service members in the
regions checked below:
Region and Headquarters1 Edinburg 2 Corpus Christi 3 Victoria 4 Houston 5 Beaumont 6 Huntsville 7 Kilgore 8 Mount Pleasant 9 Wichita Falls 10 Richardson 11 Fort Worth 12 Waco 13 Austin 14 Abilene 15 San Angelo 16 Amarillo 17 Lubbock 18 Midland 19 El Paso 20 San Antonio
I will not service members of the
Texas Cooperative.
Page 31 of 74 96
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 ·buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
STATE SERVICE DESIGNATION
As set forth in the Proposal Invitation, it is the Cooperative’s intent that other governmental entities in the United States have
the opportunity to purchase goods or services awarded under the Contract, subject to applicable state law, through a piggy-
back award or similar agreement through the National Purchasing Cooperative BuyBoard. If you plan to service the entire
United States or only specific states, you must complete this form accordingly. (Note: If you plan to service Texas Cooperative
members, be sure that you complete the Texas Regional Service Designation form.) In addition to this form, to be
considered for a piggy-back award by the National Purchasing Cooperative, you m ust have an authorized
representative sign the National Purchasing Cooperative Vendor Award Agreement that follows this form.
If you serve different states for different products or services included in your Proposal, you must complete and submit a
separate State Service Designation form for each group of products and clearly indicate the products or services to which the
designation applies. By designating a state or states, you are certifying that you are authorized and w illing to
provide the proposed products and services in those states. Designating states in which you are either unable
or unw illing to provide the specified products and services shall be grounds for either rejection of your
Proposal or, if awarded, termination of your Contract.
3OHDVHFKHFN¥DOOWKDWDSSO\:
I will service all states in the United States.
I will not service all states in the United States. I will service only the states checked below:
Alabama
Alaska Nebraska
Arizona Nevada
Arkansas New Hampshire
California (Public Contract Code 20118 & 20652) New Jersey
Colorado New Mexico
Connecticut New York
Delaware North Carolina
District of Columbia North Dakota
Florida Ohio
Georgia Oklahoma
Hawaii Oregon
Idaho Pennsylvania
Illinois Rhode Island
Indiana South Carolina
Iowa South Dakota
Kansas Tennessee
Kentucky Texas
Louisiana Utah
Maine Vermont
Maryland Virginia
Massachusetts Washington
Michigan West Virginia
Minnesota Wisconsin
Mississippi Wyoming
Missouri
Montana
Page 32 of 74 97
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 ·buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
NATIONAL PURCHASING COOPERATIVE VENDOR AWARD AGREEMENT
In accordance with the Terms and Conditions associated with this Proposal Invitation, a contract awarded under this Proposal
Invitation may be “piggy-backed” by another governmental entity. The National Purchasing Cooperative is an
intergovernmental purchasing cooperative formed by certain school districts outside of Texas to serve its members throughout
the United States. If you agree to be considered for a piggy-back award by the National Purchasing Cooperative, you agree
to the following terms and agree to serve National Purchasing Cooperative members in the states you have indicated on the
State Service Designation form, in your Proposal.
By signing this form, Proposer (referred to in this Agreement as “Vendor”) agrees as follows:
1. Vendor acknowledges that if The Local Government Purchasing Cooperative (“Texas Cooperative”) awards Vendor a
contract under this Proposal Invitation (“Underlying Award”), the National Purchasing Cooperative (“National Cooperative”)
may - but is not required to - “piggy-back” on or re-award all or a portion of that Underlying Award (“Piggy-Back Award”).
By signing this National Cooperative Vendor Award Agreement (“Agreement”), Vendor accepts and agrees to be bound by
any such Piggy-Back Award as provided for herein.
2. In the event National Cooperative awards Vendor a Piggy-Back Award, the National Cooperative Administrator (“BuyBoard
Administrator”) will notify Vendor in writing of such Piggy-Back Award, which award shall commence on the effective date
stated in the Notice and end on the expiration date of the Underlying Award, subject to annual renewals as authorized in
writing by the BuyBoard Administrator. Vendor agrees that no further signature or other action is required of Vendor in order
for the Piggy-Back Award and this Agreement to be binding upon Vendor. Vendor further agrees that no interlineations or
changes to this Agreement by Vendor will be binding on National Cooperative, unless such changes are agreed to by its
BuyBoard Administrator in writing.
3. Vendor agrees that it shall offer its goods and services to National Cooperative members at the same unit pricing and
same general terms and conditions, subject to applicable state laws in the state of purchase, as required by the Underlying
Award. However, nothing in this Agreement prevents Vendor from offering National Cooperative members better (i.e., lower)
competitive pricing and more favorable terms and conditions than those in the Underlying Award.
4. Vendor hereby agrees and confirms that it will serve those states it has designated on the State Service Designation Form
of this Proposal Invitation. Any changes to the states designated on the State Service Designation Form must be approved
in writing by the BuyBoard Administrator.
5. Vendor agrees to pay National Cooperative the service fee provided for in the Underlying Award based on the amount of
purchases generated from National Cooperative members through the Piggy-Back Award. Vendor shall remit payment to
National Cooperative on such schedule as it specifies (which shall not be more often than monthly). Further, upon request,
Vendor shall provide National Cooperative with copies of all purchase orders generated from National Cooperative members,
vendor invoices, and/or such other documentation regarding those purchase orders as the Cooperative’s administrators may
require in their reasonable discretion for purposes of reviewing and verifying purchase activity. Vendor further agrees that
National Cooperative shall have the right, upon reasonable written notice, to review Vendor’s records pertaining to purchases
made by National Cooperative members in order to verify the accuracy of service fees.
6. Vendor agrees that the Underlying Award, including its General Terms and Conditions, are adopted by reference to the
fullest extent such provisions can reasonably apply to the post-proposal/contract award phase. The rights and responsibilities
that would ordinarily inure to the Texas Cooperative pursuant to the Underlying Award shall inure to National Cooperative;
and, conversely, the rights and responsibilities that would ordinarily inure to Vendor in the Underlying Award shall inure to
Vendor in this Agreement. Vendor recognizes and agrees that Vendor and National Cooperative are the only parties to this
Agreement, and that nothing in this Agreement has application to other third parties, including the Texas Cooperative. In the
event of conflict between this Agreement and the terms of the Underlying Award, the terms of this Agreement shall control,
and then only to the extent necessary to reconcile the conflict.
Page 33 of 74 98
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 ·buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
7. This Agreement shall be governed and construed in accordance with the laws of the State of Rhode Island and venue for
any dispute shall lie in the federal district court of Alexandria, Virginia.
8. Vendor acknowledges and agrees that the award of a Piggy-Back Award is within the sole discretion of National
Cooperative, and that this Agreement does not take effect unless and until National Cooperative awards Vendor a Piggy-Back
Award and the BuyBoard Administrator notifies Vendor in writing of such Piggy-Back Award as provided for herein.
WHEREFORE, by signing below Vendor agrees to the foregoing and warrants that it has the authority to enter into this
Agreement.
_______________________________________ ___________________________________________
Name of Vendor Proposal Invitation Number
_______________________________________ ___________________________________________
Signature of Authorized Company Official Printed Name of Authorized Company Official
__________________________________
Date
Page 34 of 74
Osage Industries, Inc 650-21
Kyle Shimmens Digitally signed by Kyle Shimmens Date: 2021.04.20 08:00:04 -05'00'Kyle Shimmens
04/20/2021
99
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 ·buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
L OCATION/AUTHORIZED S ELLER L ISTINGS
If you have more than one location/authorized seller that will service a Contract awarded under this Proposal Invitation,
please list each location/authorized seller below. If additional sheets are required, please duplicate this form as necessary.
NOTE: Awarded Vendors shall remain responsible for all aspects of the Contract, including processing of Purchase Orders,
and shall be responsible for the performance of all locations and authorized sellers under and in accordance with the Contract.
IIf you are a product m anufacturer and w ish to designate Designated Dealers as defined in the General Term s
and Conditions to receive Cooperative member Purchase Orders on your behalf, you must complete the
Manufacturer Designated Dealer form.
Location/Authorized
Seller Name Contact Person
Contact Information
(Mailing Address, Phone, Fax, Email)
Page 35 of 74
Lone Star Emergency Group Ashley Wheeler
4553 Aldine Bender, Houston, TX 77032,
P-(833)777-3473 F-(713)799-5699 email -
ashley.wheeler@lonestareg.com
Emergency Services Supply John Kehoe
2637 Drew Perry Road, Jefferson City,
MO 65109, P-(573)690-1122 F-(573)
897-3113 email - jkehoe@osageind.com
100
101
102
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 ·buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
M ANUFACTURER D EALER D ESIGNATION
If Vendor is a manufacturer that sells products through a dealer network and wishes to designate a dealer or multiple dealers
(“Designated Dealers”) to receive Cooperative member Purchase Orders on Vendor’s behalf, you must complete this form for
each dealer you wish to designate.
Regardless of any Designated Dealers submitted by Vendor, Vendor specifically agrees and acknowledges that any such
designations are for Vendor’s convenience only and shall not, if Vendor is awarded a Contract, relieve Vendor of any
obligations under the Contract, including payment of Cooperative service fees on all Purchase Orders submitted to Vendor or
any Designated Dealer. In accordance with the General Terms and Conditions, an awarded Vendor shall remain responsible
and liable for all of its obligations under the Contract and the performance of both Vendor and any of Vendor’s Designated
Dealers under and in accordance with the Contract and remain subject to all remedies for default thereunder, including, but
not limited to suspension and termination of Vendor’s Contract for nonpayment of service fees.
If awarded, Vendor authorizes the Cooperative, in its sole discretion, to list any Vendor Designated Dealers in the BuyBoard
system and to receive Purchase Orders directly from Cooperative members on behalf of Vendor. To the extent a Vendor with
Designated Dealers receives a Purchase Order directly, it shall be the responsibility of Vendor to appropriately process such
Purchase Order in accordance with the Contract, including but not limited to timely forwarding such Purchase Order to a
Designated Dealer for processing.
The Cooperative reserves the right, in its sole discretion, to refuse addition of, or request removal of, any Designated Dealer,
and Vendor agrees to immediately require such Designated Dealer to cease accepting Purchase Orders or otherwise acting
on Vendor’s behalf under the Contract. Further, the Cooperative administrator shall be authorized to remove or suspend any
or all Designated Dealers from the BuyBoard at any time in its sole discretion.
If you wish to designate a dealer to service a contract awarded under this Proposal Invitation, please list the Designated
Dealer below. If you wish to designate multiple dealers, please duplicate this form as necessary.
____________________________________________________________________________________________________
Designated Dealer Name Designated Dealer Contact Person
____________________________________________________________________________________________________
Designated Dealer Address
_____________________________________ _________________________ _________________
City State Zip
_________________________________________ _______________________________________
Phone Number Fax Number
_________________________________________ _____________________________________________________
Email address Designated Dealer Tax ID Number* (*attach W-9)
Page 36 of 74
Lone Star Emergency Group Ashley Wheeler
4553 Aldine Bender
Houston TX 77032
883-777-3473 713-799-5699
ashley.wheeler@lonestareg.com 82-3201330
103
104
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 ·buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
PROPOSAL INVITATION QUESTIONNAIRE
The Cooperative will use your responses to the questions below in evaluating your Proposal and technical and financial
resources to provide the goods and perform the services (“Work”) under the BuyBoard contract contemplated by this Proposal
Invitation (“Contract”). Proposers must fully answer each question, numbering your responses to correspond to the
questions/numbers below. Proposers must complete below or attach your responses to this questionnaire and submit in one
document with your Proposal. You must submit the questionnaire and responses with your Proposal or the
Proposal will not be considered.
1. List the number of years Proposer has been in business and former business names (if applicable). Note whether your
company is currently for sale or involved in any transaction that would significantly alter its business or result in acquisition
by another entity.
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
2. Describe the resources Proposer has to manage staff and successfully perform the Work contemplated under this
Contract. State the number and summarize the experience of company personnel who may be utilized for the Work,
including those who will be available to Cooperative members for assistance with project development, technical issues,
and product selection for Work associated with this Contract.
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
___________________________________________________________________________________
3.Marketing Strategy:For your Proposal to be considered, you must submit the Marketing Strategy you will use if the
Cooperative accepts all or part of your Proposal. (Example: Explain how your company will initially inform Cooperative
members of your BuyBoard Contract, and how you will continue to support the BuyBoard for the duration of the Contract
term.) Attach additional pages if necessary.
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
___________________________________________________________________________________
Page 37 of 74
Osage Industries, Inc. has been in business since 1983. We also go by
Osage Ambulances in our industry. Our business is not currently for sale.
We have two full-time individuals who will manage all items relating to the
BuyBoard contract. Kyle Shimmens & Sasha Gove both manage other cooperative
contracts and work together on any pricing, dealer communications, order processing, etc.
We are already communicating to our dealer network and end customers our hopeful relationship with BuyBoard,
as we are confident it will be a great partnership. We will encourage users through a variety of marketing platforms to utilize
BuyBoard as a primary procurement option when purchasing ambulances. We will help our customers navigate through BuyBoard procedures.
105
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 ·buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
4. Describe Proposer’s financial capability to perform the Contract. State or describe the firm’s financial strength and rating,
bonding capacity, and insurance coverage limits. State whether the firm, or any of the firm’s past or present owners,
principal shareholders or stockholders, or officers, have been a debtor party to a bankruptcy, receivership, or insolvency
proceeding in the last 7 years, and identify any such debtor party by name and relationship to or position with your firm.
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
5. Does your company have any outstanding financial judgments and/or is it currently in default on any loan or financing
agreement? If so, provide detailed information on the nature of such items and prospects for resolution.
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
6. List all contracts, if any, in the last 10 years on which Proposer has defaulted, failed to complete or deliver the work, or
that have been terminated for any reason. For each such contract, provide the project name, scope, value and date and
the name of the procuring entity. Fully explain the circumstances of the default, failure to complete or deliver the work,
or termination.
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
7. List all litigation or other legal proceedings (including arbitration proceedings), if any, in the last 10 years brought against
your firm, or any of the firm’s past or present owners, principal shareholders or stockholders, officers, agents or
employees, that relate to or arise from a contract similar to this Contract or the Work contemplated under this Contract.
Provide the style of the lawsuit or proceeding (name of parties and court or tribunal in which filed), nature of the claim,
and resolution or current status.
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
Page 38 of 74
See attached letter from our bank, Osage Industries Inc. - Letter of Good Standing
No
None
None
106
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 ·buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
VENDOR REQUEST TO SELF-REPORT BUYBOARD PURCHASES
The General Terms and Conditions require that all Purchase Orders generated by or under any Contract awarded under this
Proposal Invitation be processed through the BuyBoard and,except as expressly authorized in writing by the Cooperative
administrator, Vendors are not authorized to process Purchase Orders received directly from Cooperative members that have
not been processed through the BuyBoard or provided to the Cooperative. In accordance with this provision, Vendor may
request authorization of the Cooperative administrator to self-report Cooperative member purchases if awarded a Contract
under this Proposal Invitation. By making such a request, Vendor acknowledges and agrees that self-reporting is specifically
subject to and conditioned upon (1) Vendor’s agreement to the Additional Terms and Conditions for BuyBoard Self-Reporting
which are included in this Proposal Invitation and incorporated herein for all purposes and (2) approval of this request in
writing by the Cooperative administrator.
NNote: This form is NOT required as part of your proposal. You should sign and return this form ONLY if you
wish to request authorization to self-report BuyBoard purchases. Any request to self-report will not be effective,
and Vendor shall not be authorized to self-report BuyBoard member purchases, unless and until (1) Vendor is awarded a
Contract under this Proposal Invitation, and (2) the request has been approved in writing by the Cooperative administrator.
By my signature below, I hereby request authorization from the Cooperative administrator to self-report
BuyBoard purchases if my company is awarded a Contract. I certify that I am authorized by the above-named
Vendor to approve this form, and I have received and read the Additional Terms and Conditions for BuyBoard
Self-Reporting included in this Proposal Invitation and do hereby approve and agree to such terms and
conditions on behalf of Vendor.
NAME OF VENDOR: ______________________________________________________
_______________________________________
Signature of Vendor Authorized Representative
Printed Name: __________________________
Title: _________________________________
Date: _________________________________
(For Cooperative Administrator Use Only)
Approved by BuyBoard Administrator: __________________________
Effective/Start Date for Self-Reporting: _________________________
Page 39 of 74
Osage Industries, Inc
Kyle Shimmens Digitally signed by Kyle Shimmens
Date: 2021.04.20 08:09:41 -05'00'
Kyle Shimmens
President
04/20/2021
107
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 ·buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
R EQUIRED F ORMS C HECKLIST
(3OHDVHFKHFN¥ the following)
Reviewed/Completed: Proposer’s Acceptance and Agreement
PROPOSAL FORMS PART 1: COMPLIANCE FORMS
Reviewed/Completed: Proposal Acknowledgements
Reviewed/Completed: Felony Conviction Disclosure
Reviewed/Completed: Resident/Nonresident Certification
Reviewed/Completed: Debarment Certification
Reviewed/Completed: Vendor Employment Certification
Reviewed/Completed: No Israel Boycott Certification
Reviewed/Completed: No Excluded Nation or Foreign Terrorist Organization Certification
Reviewed/Completed: Historically Underutilized Business Certification
Reviewed/Completed: Acknowledgement of BuyBoard Technical Requirements
Reviewed/Completed: Construction-Related Goods and Services Affirmation
Reviewed/Completed: Deviation and Compliance
Reviewed/Completed: Vendor Consent for Name Brand Use
Reviewed/Completed: Confidential/Proprietary Information
Reviewed/Completed: EDGAR Vendor Certification
Reviewed/Completed: Compliance Forms Signature Page
PROPOSAL FORMS PART 2: VENDOR INFORMATION FORMS
Reviewed/Completed: Vendor Business Name
Reviewed/Completed: Vendor Contact Information
Reviewed/Completed: Federal and State/Purchasing Cooperative Experience
Reviewed/Completed: Governmental References
Reviewed/Completed: Company Profile
Reviewed/Completed: Texas Regional Service Designation
Reviewed/Completed: State Service Designation
Reviewed/Completed: National Purchasing Cooperative Vendor Award Agreement (Vendors serving outside Texas only)
Reviewed/Completed: Local/Authorized Seller Listings
Reviewed/Completed: Manufacturer Dealer Designation
Reviewed/Completed: Proposal Invitation Questionnaire
Reviewed/Completed: Vendor Request to Self-Report BuyBoard Purchases (Optional)
Reviewed/Completed: Proposal Specifications Discount (%) off Catalog/Pricelist and/or other required pricing
information including Catalogs/Pricelists (or no bid response) must be submitted with the Proposal or the Proposal will not
be considered. Manufacturer Authorization Letters, Franchise Motor Vehicle Dealer Certificate from Texas
Department of Motor Vehicles, Applicable Dealer License.
Page 42 of 74 108
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 ·buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
PROPOSAL SPECIFICATION SUMMARY
The categories and items specified for this Proposal Invitation are summarized below. For full Proposal
Specifications, you must review and complete the Proposal Specification information in the electronic proposal
submission system in accordance with the Instructions to Proposers (or, if submitting a hard copy Proposal, timely
request and complete the Proposal Specification Form in accordance with the Instructions to Proposers).
________________________________________________________________________________________________________
NOTE 1: Vendors should propose direct replacement models if a model type specified below has been
discontinued by the manufacturer. All ambulances must meet or exceed all requirements of the latest version
of KKK-A-1822F and also comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. All vehicle
fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. pre delivery
inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.) are to be included in the
base price(s). Vehicle fees not included in the base price(s) will not be allowed. The Cooperative service fee
for ambulances is not a “vehicle fee” and is not to be included in the base pricing.
NOTE 2:An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment
submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer.
Manufacturer authorization letters must include the regions and/or states in which equipment may be sold.
NOTE 3:Vendors must provide a copy of their Franchise Motor Vehicle Dealer Certificate from Texas Department of Motor
Vehicles and Manufacturer certificate from the Texas Department of Motor Vehicles or, if vendor proposes to serve states
outside of the State of Texas, the applicable dealer license(s) for such state(s).
Section I: Ambulances complete with Chassis
1.Type I Ambulance - Conventional truck, cab-chassis with modular ambulance body on various chassis (Ford, Chevrolet,
GMC, Freightliner, Navistar, Dodge, International, Peterbilt, Kenworth, or other similar chassis), complete with all
manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options
including alternative fuel and/or electric choice equipment (CNG, LPG, electric, etc.)
2. Type II Ambulance - Standard van, integral cab-body ambulance on various chassis (Ford, Chevrolet, GMC, Freightliner,
Navistar, Dodge, International, Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard
equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel
and/or electric choice equipment (CNG, LPG, electric, etc.)
3. Type III Ambulance - Cutaway van, cab-chassis with integral or containerized modular body ambulance on various
chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International, Peterbilt, Kenworth, or other similar chassis),
complete with all manufacturer's standard equipment. Include separate sheet with upgrade options to include all
manufacturer options including alternative fuel and/or electric choice equipment (CNG, LPG, electric, etc.)
4. Type VII Ambulance - Cutaway van, cab-chassis with integral or containerized modular body ambulance on various
chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International, Peterbilt, Kenworth, or other similar chassis),
complete with all manufacturer's standard equipment. Include separate sheet with upgrade options to include all
manufacturer options including alternative fuel and/or electric choice equipment (CNG, LPG, electric, etc.)
5. Type IX Ambulance - Cutaway van, cab-chassis with integral or containerized modular body ambulance on various
chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International, Peterbilt, Kenworth, or other similar chassis),
complete with all manufacturer's standard equipment. Include separate sheet with upgrade options to include all
manufacturer options including alternative fuel and/or electric choice equipment (CNG, LPG, electric, etc.)
Page 40 of 74 109
12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 ·buyboard.com
Proposal Forms COMM/SVCS v.03.01.2021
Section II: OPTIONAL EQUIPMENT and PARTS- Options will be selected by the Cooperative member at the time of
order. A COMPLETE LIST OF ALL OPTIONAL EQUIPMENT AND PARTS MUST BE SUBMITTED WITH PROPOSAL FOR
PROPOSAL TO BE CONSIDERED!
6. Discount (%) off all Original Equipment Manufacturer (OEM) Options.
7. Discount (%) off all Third Party (not OEM) and Unpublished Options and Equipment.
8. Discount (%) off all Original Equipment Manufacturer (OEM) Parts.
9. Discount (%) off all Extended Service Maintenance Agreements.
10. Discount (%) off all Floor Plan Insurance and Lot Insurance (dealer inventory ambulance).
11. Discount (%) off all Other Ambulance Products and Services (refurbishing, modification, uplifting, remounting
services and equipment).
Section III: Delivery Fees and Labor Rate for Installation and Repair Service of Ambulances
12. Hourly Labor Rate for Installation/Repair Service of Ambulance Equipment and Products- not to exceed
hourly labor rate for Installation/Repair Service of Equipment and Products.
13. Hourly Labor Rate for Paint and Body Repair of Ambulances - not to exceed labor rate for Paint and Body Repair.
14. Per Mile Delivery Fee for Ambulances - state the per mile delivery fee for Ambulances.
Page 41 of 74 110
650-21
Osage Industries, Inc.
Supplier Response
Event Information
Number:650-21
Title:Ambulances
Type:Request for Proposal
Issue Date:3/19/2021
Deadline:4/29/2021 04:00 PM (CT)
Notes:
The Local Government Purchasing Cooperative (BuyBoard)
Proposal Invitation No. 650-21
Ambulances
Proposal Due Date and Time: April 29, 2021 at 4:00 PM
Responding to this and future proposals online is easy with our online submission
system.
1. View and download the forms.
DO NOT log in to view and download the documents.
Visit vendor.buyboard.com and click on the “Current Proposal Invitations” button
shown below to view and download the forms for this proposal.
Page 1 of 20 pages Vendor: Osage Industries, Inc.650-21111
2. To submit completed proposal.
Visit vendor.buyboard.com and click "Register/Login/Submit Proposal" button
shown
below to submit your proposal online.
For additional assistance click this link è View our Proposal Submission
Instructions.
New Vendor? Visit vendor.buyboard.com and click “Register/Login/Submit Proposal.”
Click Register now as a new supplier/vendor, so you don’t miss future proposal
opportunities.
Any Addenda issued with this proposal will also be placed on the website, and it will
be the
vendor’s responsibility to obtain the information.
Page 2 of 20 pages Vendor: Osage Industries, Inc.650-21112
Osage Industries, Inc. Information
Contact:Kyle Shimmens
Address:194 Twin Ridge Rd
Linn, MO 65051
Phone:(573) 897-3634
Email:kshimmens@osageind.com
By submitting your response, you certify that you are authorized to represent and bind your company.
Kyle Shimmens kshimmens@osageind.com
Signature Email
Submitted at 4/27/2021 2:26:44 PM
Requested Attachments
BuyBoard Proposal Invitation No. 650-21 for Ambulances proposal-no-650-21 - 040821.pdf
REQUIRED - In PDF format, upload all proposal invitation documents available for download at vendor.buyboard.com
including any additional pages, as necessary. (Please DO NOT password protect uploaded files.)
Catalog/Pricelist BuyBoard Catalog-Pricelist 042721.xlsx
REQUIRED - In PDF format, upload catalog/pricelist in proposal invitation instructions. File size must not exceed
100MB.(Please DO NOT password protect uploaded files.)
Company Profile Company Profile.docx
Information on awarded Cooperative Contracts is available to Cooperative Members on the BuyBoard website. If your
company is awarded a Contract under this Proposal Invitation, please provide a brief company description that you
would like to have included with your company profile on the BuyBoard website. Submit your company profile in a
separate file, in Word format, with your Proposal. (Note: Vendor is solely responsible for any content provided for
inclusion on the BuyBoard website. The Cooperative reserves the right to exclude or remove any content in its sole
discretion, with or without prior notice, including but not limited to any content deemed by the Cooperative to be
inappropriate, irrelevant to the Contract, inaccurate, or misleading.)
Detailed Information and Exceptions Related to Discount and/or Hourly Labor Rate No response
In PDF format, define the services that are proposed to be provided and attach detailed information including
exceptions to pricing or discount percentage, NOTE: IF DETAILED INFORMATION IS NOT SUBMITTED, PROPOSAL
MAY NOT BE CONSIDERED. (Please DO NOT password protect uploaded files.)
Manufacturer Authorization Letter(s)Manufacturer Authorization Letter.pdf
REQUIRED - Upload Manufacturer Authorization Letter(s)in PDF format. Manufacturers responding to this proposal
invitation, in lieu of an authorization letter, must submit a response on company letterhead explaining that the
company is a manufacturer of products proposed. Dealers responding to this Proposal Invitation should submit an
approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in
which equipment may be sold.
Dealer Certificate(s) and/or License(s)Manufacturer Dealer Designation .pdf
In PDF format, upload Franchise Motor Vehicle Dealer Certificate from Texas Department of Motor Vehicles and
Manufacturer certificate from the Texas Department of Motor Vehicles or, if vendor proposes to serve states outside of
the State of Texas, the applicable dealer license(s) for such state(s).
IRS Form W-9 Request for Taxpayer Identification Number and Certification W-9 JKASS and LSEG.pdf
REQUIRED - In PDF format, upload W-9 form. (Please DO NOT password protect uploaded files.)
Page 3 of 20 pages Vendor: Osage Industries, Inc.650-21113
Response Attachments
Intro Letter.pdf
Intro Letter
Osage Industries Inc-Letter of Good Standing.pdf
Letter of Good Standing From Bank
Bid Lines
1
Section I: Ambulances complete with Chassis - Type I Ambulance - Conventional truck, cab-chassis with
modular ambulance body on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International,
Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include
separate sheet with upgrade options to include all manufacturer options including alternative fuel choice
equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$169,015.00 Total:$169,015.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1006
Item Notes:
NOTE 1: Vendors should propose direct replacement models if a model type specified below has
been discontinued by the manufacturer. All ambulances must meet or exceed all requirements of
the latest version of KKK-A-1822F and also comply with or exceed all Federal Motor Vehicle
Safety Standards, FMVSS. All vehicle fees to be charged for any purchase from this contract with
the exception of delivery fees (i.e. pre delivery inspection, make ready, applicable state inspection
fee, manufacturer destination fees, etc.) are to be included in the base price(s). Vehicle fees not
included in the base price(s) will not be allowed. The Cooperative service fee for ambulances is
not a “vehicle fee” and is not to be included in the base pricing.
NOTE 2: An awarded Vendor must be approved by the manufacturer to sell, install, and service
the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the
regions and/or states in which equipment may be sold.
NOTE 3: Vendors must provide a copy of their Franchise Motor Vehicle Dealer Certificate from
Texas Department of Motor Vehicles and Manufacturer certificate from the Texas Department of
Motor Vehicles or, if vendor proposes to serve states outside of the State of Texas, the applicable
dealer license(s) for such state(s).
Item Attributes
1.State Brand of Chassis and Body
Ford W F450 4x2 Diesel
Page 4 of 20 pages Vendor: Osage Industries, Inc.650-21114
Alternate 1
Section I: Ambulances complete with Chassis - Type I Ambulance - Conventional truck, cab-chassis with
modular ambulance body on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International,
Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include
separate sheet with upgrade options to include all manufacturer options including alternative fuel choice
equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$171,911.00 Total:$171,911.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1007
Item Attributes
1.State Brand of Chassis and Body
Ford W F450 4X4 Diesel
Alternate 2
Section I: Ambulances complete with Chassis - Type I Ambulance - Conventional truck, cab-chassis with
modular ambulance body on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International,
Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include
separate sheet with upgrade options to include all manufacturer options including alternative fuel choice
equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$178,465.00 Total:$178,465.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1008
Item Attributes
1.State Brand of Chassis and Body
Ford SW F550 4x2 Diesel
Alternate 3
Section I: Ambulances complete with Chassis - Type I Ambulance - Conventional truck, cab-chassis with
modular ambulance body on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International,
Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include
separate sheet with upgrade options to include all manufacturer options including alternative fuel choice
equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$181,378.00 Total:$181,378.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1009
Item Attributes
1.State Brand of Chassis and Body
Ford SW F550 4x4 Diesel
Page 5 of 20 pages Vendor: Osage Industries, Inc.650-21115
Alternate 4
Section I: Ambulances complete with Chassis - Type I Ambulance - Conventional truck, cab-chassis with
modular ambulance body on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International,
Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include
separate sheet with upgrade options to include all manufacturer options including alternative fuel choice
equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$159,924.00 Total:$159,924.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1010
Item Attributes
1.State Brand of Chassis and Body
Ford W F450 4x2 Gas
Alternate 5
Section I: Ambulances complete with Chassis - Type I Ambulance - Conventional truck, cab-chassis with
modular ambulance body on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International,
Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include
separate sheet with upgrade options to include all manufacturer options including alternative fuel choice
equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$162,827.00 Total:$162,827.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1011
Item Attributes
1.State Brand of Chassis and Body
Ford W F450 4x4 Gas
Alternate 6
Section I: Ambulances complete with Chassis - Type I Ambulance - Conventional truck, cab-chassis with
modular ambulance body on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International,
Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include
separate sheet with upgrade options to include all manufacturer options including alternative fuel choice
equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$169,380.00 Total:$169,380.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1012
Item Attributes
1.State Brand of Chassis and Body
Ford SW F550 4x2 Gas
Page 6 of 20 pages Vendor: Osage Industries, Inc.650-21116
Alternate 7
Section I: Ambulances complete with Chassis - Type I Ambulance - Conventional truck, cab-chassis with
modular ambulance body on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International,
Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include
separate sheet with upgrade options to include all manufacturer options including alternative fuel choice
equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$172,294.00 Total:$172,294.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1013
Item Attributes
1.State Brand of Chassis and Body
Ford SW F550 4x4 Gas
Alternate 8
Section I: Ambulances complete with Chassis - Type I Ambulance - Conventional truck, cab-chassis with
modular ambulance body on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International,
Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include
separate sheet with upgrade options to include all manufacturer options including alternative fuel choice
equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$172,896.00 Total:$172,896.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1014
Item Attributes
1.State Brand of Chassis and Body
Ram W 4500 4x2 Diesel
Alternate 9
Section I: Ambulances complete with Chassis - Type I Ambulance - Conventional truck, cab-chassis with
modular ambulance body on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International,
Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include
separate sheet with upgrade options to include all manufacturer options including alternative fuel choice
equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$177,176.00 Total:$177,176.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1015
Item Attributes
1.State Brand of Chassis and Body
Ram W 4500 4x4 Diesel
Page 7 of 20 pages Vendor: Osage Industries, Inc.650-21117
Alternate 10
Section I: Ambulances complete with Chassis - Type I Ambulance - Conventional truck, cab-chassis with
modular ambulance body on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International,
Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include
separate sheet with upgrade options to include all manufacturer options including alternative fuel choice
equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$182,402.00 Total:$182,402.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1016
Item Attributes
1.State Brand of Chassis and Body
Ram SW 5500 4x2 Diesel
Alternate 11
Section I: Ambulances complete with Chassis - Type I Ambulance - Conventional truck, cab-chassis with
modular ambulance body on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International,
Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include
separate sheet with upgrade options to include all manufacturer options including alternative fuel choice
equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$186,677.00 Total:$186,677.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1017
Item Attributes
1.State Brand of Chassis and Body
Ram SW 5500 4x4 Diesel
Alternate 12
Section I: Ambulances complete with Chassis - Type I Ambulance - Conventional truck, cab-chassis with
modular ambulance body on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International,
Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include
separate sheet with upgrade options to include all manufacturer options including alternative fuel choice
equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$162,939.00 Total:$162,939.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1018
Item Attributes
1.State Brand of Chassis and Body
Ram W 4500 4x2 Gas
Page 8 of 20 pages Vendor: Osage Industries, Inc.650-21118
Alternate 13
Section I: Ambulances complete with Chassis - Type I Ambulance - Conventional truck, cab-chassis with
modular ambulance body on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International,
Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include
separate sheet with upgrade options to include all manufacturer options including alternative fuel choice
equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$167,214.00 Total:$167,214.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1019
Item Attributes
1.State Brand of Chassis and Body
Ram W 4500 4x4 Gas
Alternate 14
Section I: Ambulances complete with Chassis - Type I Ambulance - Conventional truck, cab-chassis with
modular ambulance body on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International,
Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include
separate sheet with upgrade options to include all manufacturer options including alternative fuel choice
equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$1,724,400.00 Total:$1,724,400.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1020
Item Attributes
1.State Brand of Chassis and Body
Ram SW 5500 4x2 Gas
Alternate 15
Section I: Ambulances complete with Chassis - Type I Ambulance - Conventional truck, cab-chassis with
modular ambulance body on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International,
Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include
separate sheet with upgrade options to include all manufacturer options including alternative fuel choice
equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$176,721.00 Total:$176,721.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1021
Item Attributes
1.State Brand of Chassis and Body
Ram SW 5500 4x4 Gas
Page 9 of 20 pages Vendor: Osage Industries, Inc.650-21119
Alternate 16
Section I: Ambulances complete with Chassis - Type I Ambulance - Conventional truck, cab-chassis with
modular ambulance body on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International,
Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include
separate sheet with upgrade options to include all manufacturer options including alternative fuel choice
equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$189,832.00 Total:$189,832.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1022
Item Attributes
1.State Brand of Chassis and Body
Chevrolet SW 5500 4x2 Die
Alternate 17
Section I: Ambulances complete with Chassis - Type I Ambulance - Conventional truck, cab-chassis with
modular ambulance body on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International,
Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include
separate sheet with upgrade options to include all manufacturer options including alternative fuel choice
equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$191,475.00 Total:$191,475.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1023
Item Attributes
1.State Brand of Chassis and Body
Chevrolet SW 5500 4x4 Die
Page 10 of 20 pages Vendor: Osage Industries, Inc.650-21120
2
Section I: Ambulances complete with Chassis - Type II Ambulance - Standard van, integral cab-body
ambulance on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International, Peterbilt,
Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include separate
sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG,
LPG, etc.)
Quantity:1 UOM:Each Price:$89,263.00 Total:$89,263.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1445
Item Notes:
NOTE 1: Vendors should propose direct replacement models if a model type specified below has
been discontinued by the manufacturer. All ambulances must meet or exceed all requirements of
the latest version of KKK-A-1822F and also comply with or exceed all Federal Motor Vehicle
Safety Standards, FMVSS. All vehicle fees to be charged for any purchase from this contract with
the exception of delivery fees (i.e. pre delivery inspection, make ready, applicable state inspection
fee, manufacturer destination fees, etc.) are to be included in the base price(s). Vehicle fees not
included in the base price(s) will not be allowed. The Cooperative service fee for ambulances is
not a “vehicle fee” and is not to be included in the base pricing.
NOTE 2: An awarded Vendor must be approved by the manufacturer to sell, install, and service
the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the
regions and/or states in which equipment may be sold.
NOTE 3: Vendors must provide a copy of their Franchise Motor Vehicle Dealer Certificate from
Texas Department of Motor Vehicles and Manufacturer certificate from the Texas Department of
Motor Vehicles or, if vendor proposes to serve states outside of the State of Texas, the applicable
dealer license(s) for such state(s).
Item Attributes
1.State Brand of Chassis and Body
Mid-Roof Ford T250
Alternate 1
Section I: Ambulances complete with Chassis - Type II Ambulance - Standard van, integral cab-body
ambulance on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International, Peterbilt,
Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include separate
sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG,
LPG, etc.)
Quantity:1 UOM:Each Price:$92,396.00 Total:$92,396.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1446
Page 11 of 20 pages Vendor: Osage Industries, Inc.650-21121
Item Attributes
1.State Brand of Chassis and Body
High-Roof Ford T350
Alternate 2
Section I: Ambulances complete with Chassis - Type II Ambulance - Standard van, integral cab-body
ambulance on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International, Peterbilt,
Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include separate
sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG,
LPG, etc.)
Quantity:1 UOM:Each Price:$90,518.00 Total:$90,518.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1447
Item Attributes
1.State Brand of Chassis and Body
Mid-Roof Ford T350
Alternate 3
Section I: Ambulances complete with Chassis - Type II Ambulance - Standard van, integral cab-body
ambulance on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International, Peterbilt,
Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include separate
sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG,
LPG, etc.)
Quantity:1 UOM:Each Price:$102,504.00 Total:$102,504.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1449
Item Attributes
1.State Brand of Chassis and Body
Sprinter "Chassis" 4x2
Alternate 4
Section I: Ambulances complete with Chassis - Type II Ambulance - Standard van, integral cab-body
ambulance on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar, Dodge, International, Peterbilt,
Kenworth, or other similar chassis), complete with all manufacturer's standard equipment. Include separate
sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG,
LPG, etc.)
Quantity:1 UOM:Each Price:$110,340.00 Total:$110,340.00
Manufacturer:Sprinter "Chassis" 4x2
Manufacturer #:1450
Page 12 of 20 pages Vendor: Osage Industries, Inc.650-21122
Item Attributes
1.State Brand of Chassis and Body
Sprinter "Chassis" 4x4
3
Section I: Ambulances complete with Chassis - Type III Ambulance - Cutaway van, cab-chassis with integral
or containerized modular body ambulance on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar,
Dodge, International, Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard
equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative
fuel choice equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$134,770.00 Total:$134,770.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1001
Item Notes:
NOTE 1: Vendors should propose direct replacement models if a model type specified below has
been discontinued by the manufacturer. All ambulances must meet or exceed all requirements of
the latest version of KKK-A-1822F and also comply with or exceed all Federal Motor Vehicle
Safety Standards, FMVSS. All vehicle fees to be charged for any purchase from this contract with
the exception of delivery fees (i.e. pre delivery inspection, make ready, applicable state inspection
fee, manufacturer destination fees, etc.) are to be included in the base price(s). Vehicle fees not
included in the base price(s) will not be allowed. The Cooperative service fee is for ambulances
not a “vehicle fee” and is not to be included in the base pricing.
NOTE 2: An awarded Vendor must be approved by the manufacturer to sell, install, and service
the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the
regions and/or states in which equipment may be sold.
NOTE 3: Vendors must provide a copy of their Franchise Motor Vehicle Dealer Certificate from
Texas Department of Motor Vehicles and Manufacturer certificate from the Texas Department of
Motor Vehicles or, if vendor proposes to serve states outside of the State of Texas, the applicable
dealer license(s) for such state(s).
Item Attributes
1.State Brand of Chassis and Body
Chevrolet G3500 Warrior
Page 13 of 20 pages Vendor: Osage Industries, Inc.650-21123
Alternate 1
Section I: Ambulances complete with Chassis - Type III Ambulance - Cutaway van, cab-chassis with integral
or containerized modular body ambulance on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar,
Dodge, International, Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard
equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative
fuel choice equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$143,690.00 Total:$143,690.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1002
Item Attributes
1.State Brand of Chassis and Body
Chevrolet G4500 SW
Alternate 2
Section I: Ambulances complete with Chassis - Type III Ambulance - Cutaway van, cab-chassis with integral
or containerized modular body ambulance on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar,
Dodge, International, Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard
equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative
fuel choice equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$137,571.00 Total:$137,571.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1003
Item Attributes
1.State Brand of Chassis and Body
Ford E350 Warrior
Alternate 3
Section I: Ambulances complete with Chassis - Type III Ambulance - Cutaway van, cab-chassis with integral
or containerized modular body ambulance on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar,
Dodge, International, Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard
equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative
fuel choice equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$147,999.00 Total:$147,999.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1004
Item Attributes
1.State Brand of Chassis and Body
Ford E450 SW - Gas
Page 14 of 20 pages Vendor: Osage Industries, Inc.650-21124
Alternate 4
Section I: Ambulances complete with Chassis - Type III Ambulance - Cutaway van, cab-chassis with integral
or containerized modular body ambulance on various chassis (Ford, Chevrolet, GMC, Freightliner, Navistar,
Dodge, International, Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's standard
equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative
fuel choice equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each Price:$148,888.00 Total:$148,888.00
Manufacturer:Osage Industries, Inc.
Manufacturer #:1005
Item Attributes
1.State Brand of Chassis and Body
Sprinter Warrior Diesel
4
Section I: Ambulances complete with Chassis - Type VII Ambulance - Cutaway van, cab-chassis with
integral or containerized modular body ambulance on various chassis (Ford, Chevrolet, GMC, Freightliner,
Navistar, Dodge, International, Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's
standard equipment. Include separate sheet with upgrade options to include all manufacturer options including
alternative fuel choice equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each No Bid
Manufacturer:No response
Manufacturer #:No response
Item Notes:
NOTE 1: Vendors should propose direct replacement models if a model type specified below has
been discontinued by the manufacturer. All ambulances must meet or exceed all requirements of
the latest version of KKK-A-1822F and also comply with or exceed all Federal Motor Vehicle
Safety Standards, FMVSS. All vehicle fees to be charged for any purchase from this contract with
the exception of delivery fees (i.e. pre delivery inspection, make ready, applicable state inspection
fee, manufacturer destination fees, etc.) are to be included in the base price(s). Vehicle fees not
included in the base price(s) will not be allowed. The Cooperative service fee for ambulances is
not a “vehicle fee” and is not to be included in the base pricing.
NOTE 2: An awarded Vendor must be approved by the manufacturer to sell, install, and service
the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the
regions and/or states in which equipment may be sold.
NOTE 3: Vendors must provide a copy of their Franchise Motor Vehicle Dealer Certificate from
Texas Department of Motor Vehicles and Manufacturer certificate from the Texas Department of
Motor Vehicles or, if vendor proposes to serve states outside of the State of Texas, the applicable
dealer license(s) for such state(s).
Page 15 of 20 pages Vendor: Osage Industries, Inc.650-21125
Item Attributes
1.State Brand of Chassis and Body
No response
5
Section I: Ambulances complete with Chassis - Type IX Ambulance - Cutaway van, cab-chassis with
integral or containerized modular body ambulance on various chassis (Ford, Chevrolet, GMC, Freightliner,
Navistar, Dodge, International, Peterbilt, Kenworth, or other similar chassis), complete with all manufacturer's
standard equipment. Include separate sheet with upgrade options to include all manufacturer options including
alternative fuel choice equipment (CNG, LPG, etc.)
Quantity:1 UOM:Each No Bid
Manufacturer:No response
Manufacturer #:No response
Item Notes:
NOTE 1: Vendors should propose direct replacement models if a model type specified below has
been discontinued by the manufacturer. All ambulances must meet or exceed all requirements of
the latest version of KKK-A-1822F and also comply with or exceed all Federal Motor Vehicle
Safety Standards, FMVSS. All vehicle fees to be charged for any purchase from this contract with
the exception of delivery fees (i.e. pre delivery inspection, make ready, applicable state inspection
fee, manufacturer destination fees, etc.) are to be included in the base price(s). Vehicle fees not
included in the base price(s) will not be allowed. The Cooperative service fee for ambulances is
not a “vehicle fee” and is not to be included in the base pricing.
NOTE 2: An awarded Vendor must be approved by the manufacturer to sell, install, and service
the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the
regions and/or states in which equipment may be sold.
NOTE 3: Vendors must provide a copy of their Franchise Motor Vehicle Dealer Certificate from
Texas Department of Motor Vehicles and Manufacturer certificate from the Texas Department of
Motor Vehicles or, if vendor proposes to serve states outside of the State of Texas, the applicable
dealer license(s) for such state(s).
Item Attributes
1.State Brand of Chassis and Body
No response
Page 16 of 20 pages Vendor: Osage Industries, Inc.650-21126
6
Section II: OPTIONAL EQUIPMENT and PARTS - Discount (%) off catalog/pricelist for Original Equipment Manufacturer
(OEM) Options. Catalog/Pricelist MUST be included or proposal will not be considered.
Total:3%
Item Notes:
Options will be selected by the Cooperative member at the time of order. A COMPLETE LIST OF ALL
OPTIONAL EQUIPMENT AND PARTS MUST BE SUBMITTED WITH PROPOSAL FOR PROPOSAL TO
BE CONSIDERED!
Vendors proposing various manufacturer product lines per line item must submit the information as
follows or proposal may not be considered:
Vendor's must list one specific percentage discount for each Manufacturer listed.
Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate."
Item Attributes
1.State Name of Catalog/Pricelist
Attached BuyBoard 042721
7
Section II: OPTIONAL EQUIPMENT and PARTS - Discount (%) off catalog/pricelist for Third Party (not OEM) and
Unpublished Options and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered.
No Bid
Item Notes:
Options will be selected by the Cooperative member at the time of order. A COMPLETE LIST OF ALL
OPTIONAL EQUIPMENT AND PARTS MUST BE SUBMITTED WITH PROPOSAL FOR PROPOSAL TO
BE CONSIDERED!
Vendors proposing various manufacturer product lines per line item must submit the information as
follows or proposal may not be considered:
Vendor's must list one specific percentage discount for each Manufacturer listed.
Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate."
Page 17 of 20 pages Vendor: Osage Industries, Inc.650-21127
Item Attributes
1.State Name of Catalog/Pricelist
No response
8 Section II: OPTIONAL EQUIPMENT and PARTS- Discount (%) off catalog/pricelist for Original Equipment Manufacturer
(OEM) Parts.
No Bid
Item Notes:
Options will be selected by the Cooperative member at the time of order. A COMPLETE LIST OF ALL
OPTIONAL EQUIPMENT AND PARTS MUST BE SUBMITTED WITH PROPOSAL FOR PROPOSAL TO
BE CONSIDERED!
Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal
may not be considered:
Vendor's must list one specific percentage discount for each Manufacturer listed.
Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate."
Item Attributes
1.State Name of Catalog/Pricelist
No response
9
Section II: OPTIONAL EQUIPMENT and PARTS - Discount (%) off catalog/pricelist for Extended Service Maintenance
Agreements. Catalog/Pricelist MUST be included or proposal will not be considered.
No Bid
Item Notes:
Options will be selected by the Cooperative member at the time of order. A COMPLETE LIST OF ALL
OPTIONAL EQUIPMENT AND PARTS MUST BE SUBMITTED WITH PROPOSAL FOR PROPOSAL TO
BE CONSIDERED!
Vendors proposing various manufacturer product lines per line item must submit the information as
follows or proposal may not be considered:
Vendor's must list one specific percentage discount for each Manufacturer listed.
Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate."
Page 18 of 20 pages Vendor: Osage Industries, Inc.650-21128
Item Attributes
1.State Name of Catalog/Pricelist
No response
1
0 Section II: OPTIONAL EQUIPMENT and PARTS - Discount (%) off catalog/pricelist for Floor Plan Insurance and Lot
Insurance (dealer inventory ambulance). Catalog/Pricelist MUST be included or proposal will not be considered.
No Bid
Item Notes:
Options will be selected by the Cooperative member at the time of order. A COMPLETE LIST OF ALL
OPTIONAL EQUIPMENT AND PARTS MUST BE SUBMITTED WITH PROPOSAL FOR PROPOSAL TO
BE CONSIDERED!
Vendors proposing various manufacturer product lines per line item must submit the information as
follows or proposal may not be considered:
Vendor's must list one specific percentage discount for each Manufacturer listed.
Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate."
Item Attributes
1.State Name of Catalog/Pricelist
No response
Page 19 of 20 pages Vendor: Osage Industries, Inc.650-21129
1
1 Section II: OPTIONAL EQUIPMENT and PARTS - Discount (%) off catalog/pricelist for Other Ambulance Products and
Services (refurbishing, modification, uplifting, remounting services and equipment).Catalog/Pricelist MUST be included or proposal
will not be considered.
No Bid
Item Notes:
Options will be selected by the Cooperative member at the time of order. A COMPLETE LIST OF ALL
OPTIONAL EQUIPMENT AND PARTS MUST BE SUBMITTED WITH PROPOSAL FOR PROPOSAL TO
BE CONSIDERED!
Vendors proposing various manufacturer product lines per line item must submit the information as
follows or proposal may not be considered:
Vendor's must list one specific percentage discount for each Manufacturer listed.
Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate."
Item Attributes
1.State Name of Catalog/Pricelist
No response
1
2 Section III: Delivery Fees and Labor Rate for Installation and Repair Service of Ambulances - Hourly
Labor Rate for Installation/Repair Service of Ambulance Equipment and Products- not to exceed hourly
labor rate for Installation/Repair Service of Equipment and Products.
Quantity:1 UOM:Hour No Bid
1
3 Section III: Delivery Fees and Labor Rate for Installation and Repair Service of Ambulances- Hourly
Labor Rate for Paint and Body Repair of Ambulances - not to exceed labor rate for Paint and Body Repair.
Quantity:1 UOM:Hour No Bid
1
4 Section III: Delivery Fees and Labor Rate for Installation and Repair Service of Ambulances - Per Mile
Delivery Fee for Ambulances - state the per mile delivery fee for Ambulances.
Quantity:1 UOM:Mile No Bid
Response Total: $393,048.00
Page 20 of 20 pages Vendor: Osage Industries, Inc.650-21130
131
132
7.k.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Action Item
Agenda Title: County/EMS Agencies Equipment MOUs Approvals (Drug
Boxes); (2)
Staff Contact(s): Christopher Key
Agenda Date: October 15, 2024 Item Number: 7.k.
Attachment(s): 1. NarcID Safe MOU (drug boxes)
2. NarcID-CSU MOA (drug boxes)
Reviewed By:
SUMMARY:
Due to new State requirements, the County provided County/EMS Agencies
with Narcotic ID Safes (“NarcID Safe”) and Narcotic ID and Control Substance
Unit Safes (“NarcID Safe/CSU”) for use with the care and treatment of
individuals in need of immediate medical care. For the Board's review and
consideration, attached is a Memorandum of Understanding ("MOU") outlining
the details of the same and the responsibilities of each party involved.
FINANCIAL IMPACT AND FUNDING SOURCE:
Not applicable.
RECOMMENDATION:
County Staff recommends the Board approve the attached MOUs.
MOTION:
"I make a Motion approving the attached MOUs."
133
Page 1 of 3
EQUIPMENT MEMORANDUM OF AGREEMENT
This Equipment Memorandum of Agreement (“Agreement”) is made effective as of
_______________ by and between the Pittsylvania County, Virginia (“County”), a political
subdivision of the Commonwealth of Virginia, whose address is 1 Center Street, P.O. Box 426,
Chatham, Virginia 24531, and _________________________ (“Agency”), an independent
corporation, a legally recognized fire and/or rescue volunteer agency in the County, whose address
is __________________________________ (individually “Party,” collectively “Parties”).
I. AGREEMENT
A. The County is providing the Agency with Narcotic ID Safe (“NarcID Safe”) for use with
the care and treatment of individuals in need of immediate medical care.
II. TERMS
A. This Agreement shall commence on __________________, and be in legal effect for the
product life of the NarcID Safe.
B. Unless terminated, this Agreement shall be continuous, if the Agency is actively engaged
in emergency response in the County’s Public Safety System and the Agency is in good standing
as determined by the County’s Fire and Rescue Committee.
C. This Agreement may be cancelled, in writing, by either Party with at least sixty (60) days
written notice to the other Party.
D. The Agency shall be responsible to make repairs to the NarcID Safe, if it is proven by a
court of competent jurisdiction that damage to the NarcID Safe was the result of willful
misconduct, actual malice, or gross negligence by the Agency.
E. The Agency shall be responsible to maintain the NarcID Safe and bear the cost, solely, for
any repair associated with normal operation(s) of the Property. The Agency shall maintain the
proper annual service on the device.
F. It shall be the sole responsibility of the Agency to notify, as soon as possible, the County’s
Public Safety Department of any issues arise with the device.
G. In addition to any and all other rights a Party may have available according to law, if a
Party defaults by failing to substantially perform any provision, term, or condition of this
Agreement (including, without limitation, the failure to make a monetary payment when due), the
other Party may terminate the Agreement by providing written notice to the defaulting Party. This
notice shall describe with sufficient detail the nature of the default. The Party receiving such notice
shall have thirty (30) days from the effective date of such notice to cure the default(s). Unless
waived in writing by a party providing notice, the failure to cure the default(s) within such time
period shall result in the automatic termination of this Agreement.
134
Page 2 of 3
H. If performance of this Agreement or any obligation under this Agreement is prevented,
restricted, or interfered with by causes beyond either Party's reasonable control ("Force Majeure"),
and if the Party unable to carry out its obligations gives the other Party prompt written notice of
such event, then the obligations of the Party invoking this provision shall be suspended to the
extent necessary by such event. The term Force Majeure shall include, without limitation, acts of
God, fire, explosion, vandalism, storm, or other similar occurrence, orders, or acts of military or
civil authority, or by national emergencies, insurrections, riots, or wars, or strikes, lockouts, or
work stoppages. The excused Party shall use reasonable efforts under the circumstances to avoid
or remove such causes of non-performance and shall proceed to perform with reasonable dispatch
whenever such causes are removed or ceased. An act or omission shall be deemed within the
reasonable control of a Party if committed, omitted, or caused by such Party, or its employees,
officers, agents, or affiliates.
I. The legal venue for any litigation arising out of this Agreement shall be the appropriate
Court in the County.
J. This Agreement contains the entire agreement of the Parties, and there are no other
promises or conditions in any other agreement, whether oral or written, concerning the subject
matter of this Agreement. This Agreement supersedes any prior written or oral agreements
between the Parties.
K. If any provision of this Agreement is held to be invalid or unenforceable for any reason,
the remaining provisions will continue to be valid and enforceable. If a Court finds that any
provision of this Agreement is invalid or unenforceable, but that by limiting such provision it
would become valid and enforceable, then such provision will be deemed to be written, construed,
and enforced as so limited.
L. This Agreement may be modified or amended in writing by mutual agreement of the
Parties, if the writing is signed by the Party obligated under the amendment.
M. This Agreement shall be construed in accordance with the laws of the Commonwealth of
Virginia.
N. Any notice or communication required or permitted under this Agreement shall be
sufficiently given if delivered in person or by certified mail, return receipt requested, to the address
set forth in the Agreement’s opening paragraph, or to such other address as one (1) Party may have
furnished to the other in writing.
O. The failure of either Party to enforce any provision of this Agreement shall not be construed
as a waiver or limitation of that Party's right to subsequently enforce and compel strict compliance
with every provision of this Agreement.
P. In any action arising hereunder, or any separate action pertaining to the validity of this
Agreement, each Party shall its own attorneys’ fees, litigation fees, or other legal expenses.
requiring
135
Page 3 of 3
Q. The rule construction or interpretation against the drafter is waived. The Agreement shall
be deemed as if it were drafted by both Parties in a mutual effort.
R. This Agreement shall inure to the benefit of, and shall bind the heirs, successors, and
assigns of the Parties.
S. No assignment of the Agency’s rights under this Agreement shall be made without the
County’s prior written consent.
III. LIABILITIES
A. Agency agrees to indemnify and save harmless the County, its officers, agents, employees,
and volunteers from any and all losses, expenses, costs and claims, including but not limited to
costs of investigation, all reasonable attorneys’ fees (whether or not litigation results), and the cost
of any appeal, occurring or arising in connection with the Agency, its agents’, subcontractors’,
employees’, or volunteers’ negligence or wrongful acts or omissions in connection with its
performance of this Agreement. Nothing contained in this Contract shall be deemed to be a waiver
of the County’s sovereign immunity.
IV. SIGNATURES
PITTSYVLANIA COUNTY, VIRGINIA
By: _____________________________________________________
Name (Printed): ____________________________________________
Date: _____________________________________________________
VOLUNTEER AGENCY
__________________________________________________________
By: _______________________________________________________
Name (Printed): _____________________________________________
Date: ______________________________________________________
136
Page 1 of 3
EQUIPMENT MEMORANDUM OF AGREEMENT
This Equipment Memorandum of Agreement (“Agreement”) is made effective as of
_______________ by and between the Pittsylvania County, Virginia (“County”), a political
subdivision of the Commonwealth of Virginia, whose address is 1 Center Street, P.O. Box 426,
Chatham, Virginia 24531, and _________________________ (“Agency”), an independent
corporation, and a legally recognized fire and/or rescue volunteer agency in the County, whose
address is ____________________________ (individually “Party,” collectively “Parties”).
I. AGREEMENT
A. The County is providing the Agency with Narcotic ID and Control Substance Unit Safe
(“NarcID Safe/CSU”) for use with the care and treatment of individuals in need of immediate
medical care.
II. TERMS
A. This Agreement shall commence on __________________, and be in legal effect for the
product life of the NarcID/CSU Safe.
B. Unless terminated, this Agreement shall be continuous if the Agency is an actively engaged
in emergency response in the County’s Public Safety System and the Agency is in good standing
as determined by the County’s Fire and Rescue Committee.
C. This Agreement may be cancelled, in writing, by either Party with at least sixty (60) days
written notice to the other Party.
D. The Agency shall be responsible to make repairs to the NarcID/CSU, if it is proven by a
court of competent jurisdiction that damage to the NarcID/CSU was the result of willful
misconduct, actual malice, or gross negligence by the Agency.
E. The Agency shall be responsible to maintain the NarcID/CSU and bear the cost, solely, for
any repair associated with normal operation(s) of the device/property. The Agency shall maintain
the proper annual service on the device.
F. It shall be the sole responsibility of the Agency to notify, as soon as possible, the County’s
Public Safety Department of any issues arise with the property/device.
G. In addition to any and all other rights a Party may have available according to law, if a
Party defaults by failing to substantially perform any provision, term, or condition of this
Agreement (including without limitation the failure to make a monetary payment when due), the
other Party may terminate the Agreement by providing written notice to the defaulting Party. This
notice shall describe with sufficient detail the nature of the default. The Party receiving such notice
shall have thirty (30) days from the effective date of such notice to cure the default(s). Unless
waived in writing by a party providing notice, the failure to cure the default(s) within such time
period shall result in the automatic termination of this Agreement.
137
Page 2 of 3
H. If performance of this Agreement or any obligation under this Agreement is prevented,
restricted, or interfered with by causes beyond either Party's reasonable control ("Force Majeure"),
and if the Party unable to carry out its obligations gives the other Party prompt written notice of
such event, then the obligations of the Party invoking this provision shall be suspended to the
extent necessary by such event. The term Force Majeure shall include, without limitation, acts of
God, fire, explosion, vandalism, storm, or other similar occurrence, orders, or acts of military or
civil authority, or by national emergencies, insurrections, riots, or wars, or strikes, lock-outs, or
work stoppages. The excused Party shall use reasonable efforts under the circumstances to avoid
or remove such causes of non-performance and shall proceed to perform with reasonable dispatch
whenever such causes are removed or ceased. An act or omission shall be deemed within the
reasonable control of a Party if committed, omitted, or caused by such Party, or its employees,
officers, agents, or affiliates.
I. The legal venue for any litigation arising out of this Agreement shall be the appropriate
Court in the County.
J. This Agreement contains the entire agreement of the Parties, and there are no other
promises or conditions in any other agreement, whether oral or written, concerning the subject
matter of this Agreement. This Agreement supersedes any prior written or oral agreements
between the Parties.
K. If any provision of this Agreement is held to be invalid or unenforceable for any reason,
the remaining provisions will continue to be valid and enforceable. If a Court finds that any
provision of this Agreement is invalid or unenforceable, but that by limiting such provision it
would become valid and enforceable, then such provision will be deemed to be written, construed,
and enforced as so limited.
L. This Agreement may be modified or amended in writing by mutual agreement of the
Parties, if the writing is signed by the Party obligated under the amendment.
M. This Agreement shall be construed in accordance with the laws of the Commonwealth of
Virginia.
N. Any notice or communication required or permitted under this Agreement shall be
sufficiently given if delivered in person or by certified mail, return receipt requested, to the address
set forth in the Agreement’s opening paragraph, or to such other address as one (1) Party may have
furnished to the other in writing.
O. The failure of either Party to enforce any provision of this Agreement shall not be construed
as a waiver or limitation of that Party's right to subsequently enforce and compel strict compliance
with every provision of this Agreement.
P. In any action arising hereunder, or any separate action pertaining to the validity of this
Agreement, each Party shall its own attorneys’ fees, litigation fees, or other legal expenses.
requiring
138
Page 3 of 3
Q. The rule construction or interpretation against the drafter is waived. The Agreement shall
be deemed as if it were drafted by both Parties in a mutual effort.
R. This Agreement shall inure to the benefit of, and shall bind the heirs, successors, and
assigns of the Parties.
S. No assignment of the Agency’s rights under this Agreement shall be made without the
County’s prior written consent.
III. LIABILITIES
A. Agency agrees to indemnify and save harmless the County, its officers, agents, employees,
and volunteers from any and all losses, expenses, costs and claims, including but not limited to
costs of investigation, all reasonable attorneys’ fees (whether or not litigation results), and the cost
of any appeal, occurring or arising in connection with the Agency, its agents’, subcontractors’,
employees’, or volunteers’ negligence or wrongful acts or omissions in connection with its
performance of this Agreement. Nothing contained in this Contract shall be deemed to be a waiver
of the County’s sovereign immunity.
IV. SIGNATURES
PITTSYVLANIA COUNTY, VIRGINIA
By: _____________________________________________________
Name (Printed): ____________________________________________
Date: _____________________________________________________
VOLUNTEER AGENCY
__________________________________________________________
By: _______________________________________________________
Name (Printed): _____________________________________________
Date: ______________________________________________________
139
7.l.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Action Item
Agenda Title: Additional Holiday Time Approval (12/26/24; 12/31/24)
Staff Contact(s): Holly Stanfield
Agenda Date: October 15, 2024 Item Number: 7.l.
Attachment(s): None
Reviewed By:
SUMMARY:
Recently, the Supreme Court of Virginia and County Courts have granted eight
(8) hours of additional time off on Thursday, December 26, 2024, for the
Christmas Holiday, and eight (8) hours of additional time off on Tuesday,
December 31, 2024, for the New Year's Holiday. County Staff recommends the
County follow suit. Per the County's Personnel Plan, this additional time off
needs Board approval.
FINANCIAL IMPACT AND FUNDING SOURCE:
Not applicable.
RECOMMENDATION:
County Staff recommends the Board approve the eight (8) hours of additional
time off on Thursday, December 26, 2024, for the Christmas Holiday, and eight
(8) hours of additional time off on Tuesday, December 31, 2024, for the New
Year's Holiday, and authorize the Interim County Administrator to notify all
County Departments of the same.
MOTION:
"I make a Motion approving the eight (8) hours of additional time off on
Thursday, December 26, 2024, for the Christmas Holiday, and eight (8) hours of
additional time off on Tuesday, December 31, 2024, for the New Year's Holiday,
and authorizing the Interim County Administrator to notify all County
Departments of the same."
140
7.m.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Action Item
Agenda Title: Certificate of Recognition Approval (Mount Hermon
Baptist Church 180 Year Anniversary); (Supervisor
Bowman)
Staff Contact(s): Kenneth Bowman
Agenda Date: October 15, 2024 Item Number: 7.m.
Attachment(s): 1. Certificate of Recognition - Mount Hermon
Baptist Church 180 years
Reviewed By:
SUMMARY:
Mount Hermon Baptist Church is celebrating its 180th Anniversary. Supervisor
Bowman desires the Board to express its congratulations and admiration to the
Church, and wish them many more years of growth and blessings. Accordingly,
for the Board's review and consideration, attached is a related Certificate of
Recognition ("COR").
FINANCIAL IMPACT AND FUNDING SOURCE:
Not applicable.
RECOMMENDATION:
County Staff recommends the Board follow Supervisor Bowman's
recommendation and approve the attached COR for Mount Hermon Baptist
Church as presented.
MOTION:
"I make a Motion approving the attached COR as presented."
141
C e r t i f i c a t e o f R e c o g n i t i o n
Mount Hermon Baptist Church
Kenneth L. Bowman Chatham-Blairs District
The Pittsylvania County Board of Supervisors sincerely congratulates and admires Mount
Hermon Baptist Church (“MHBC”) as it celebrates its 180th anniversary. Formed in 1844, the
church has grown from a small rural congregation serving the immediate community to a
vibrant regional church that impacts the greater Danville and Pittsylvania County area. MHBC
is affiliated with the Southern Baptist Convention and the Southern Baptist Conservatives of
Virginia. MHBC offers a variety of outreach programs throughout the community including,
but not limited to, GriefShare, Mount Hermon Early Learning Center, AWANA, Counseling
Ministry, Good News Club at Twin Springs Elementary School, and Care Portal.
We thank you for your service and mission work to the citizens of the County, and we wish
you many more years of growth and blessings as you celebrate your 180 year anniversary.
Given this 15th day of October, 2024
Darrell W. Dalton
Chairman
142
7.n.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Action Item
Agenda Title: Certificate of Recognition Approval (Crews Construction
and Asphalt Paving, Inc.; 50 Years)
Staff Contact(s): William Ingram
Agenda Date: October 15, 2024 Item Number: 7.n.
Attachment(s): 1. Certificate of Recognition - Crews
Construction 50 Years
Reviewed By:
SUMMARY:
Crews Construction and Asphalt Paving, Inc. ("Crews"), celebrated its 50th
Anniversary and the Board expresses its sincere congratulations and admiration
and wishes them continued growth and blessings in the future. For the Board's
review and consideration, attached is a Certificate of Recognition ("COR")
evincing the same.
FINANCIAL IMPACT AND FUNDING SOURCE:
Not applicable.
RECOMMENDATION:
County Staff recommends the Board approve the COR for Crews as attached.
MOTION:
"I make a Motion approving the COR for Crews as attached."
143
C e r t i f i c a t e o f R e c o g n i t i o n
Crews Construction and Asphalt Paving, Inc.
Darrell W. Dalton
Chairman
The Pittsylvania County Board of Supervisors expresses its sincere congratulations and admiration to
Crews Construction and Asphalt Paving, Inc. on 50 years of outstanding business. Founded by Melvin
Crews in March 1974, the company has continuously grown and adapted to meet the evolving needs of
Southside Virginia. From humble beginnings, providing foundation excavation for local contractors and
homeowners, Crews Construction has expanded its offerings to include land clearing, trenching, finish
grading, and, through the acquisition of Reynolds Asphalt Paving in 2014, road paving. This natural
expansion into asphalt paving solidified the company’s position as a trusted partner of the Virginia
Department of Transportation and furthered its role in improving infrastructure across the region.
Throughout the years, Crews Construction has not only built solid foundations for its customers but
also provided long-term employment and security for its dedicated employees. Today, Lin Crews,
Jeanette Burger, and Charles Burger—the next generation of leadership—continue to uphold the
company’s tradition of excellence, innovation, and community service. Inspired by the vision and hard
work of Melvin Crews, they are committed to carrying forward the legacy of service and integrity that
has been at the heart of Crews Construction for half a century. We wish you continued growth and
blessings in the future.
Given this 15th day of October, 2024
William "Vic" Ingram
Tunstall District
144
7.o.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Action Item
Agenda Title: Appointment: Fire and Rescue Commission (Staunton
River District); (M. Jason Lovelace)
Staff Contact(s): Tim Dudley
Agenda Date: October 15, 2024 Item Number: 7.o.
Attachment(s): 1. 10-09-2024 Michael Jason Lovelace - Fire and
Rescue Commission
Reviewed By:
SUMMARY:
Currently, there is a vacancy for the Fire and Rescue Commission's ("FRC")
Staunton River District Representative. Supervisor Dudley desires to appoint M.
Jason Lovelace ("Lovelace") to the FRC for a four (4)-year term beginning on
October 15, 2024, and ending on October 15, 2028.
FINANCIAL IMPACT AND FUNDING SOURCE:
Not applicable.
RECOMMENDATION:
Supervisor Dudley recommends the Board appoint Lovelace to the FRC for a
four (4)-year term beginning on October 15, 2024, and ending on October 15,
2028.
MOTION:
"I make a Motion appointing Lovelace to the FRC for a four (4)-year term
beginning on October 15, 2024, and ending on October 15, 2028."
145
Serve on a Board or Commission
Submission Date: 10/08/2024
Full Name
Michael Lovelace
Full Address
207 Ridge Street
Hurt, Virginia 24563
Election District
Staunton River
Phone
(434) 941-5296
Email
lovelace3109@comcast.net
Board, Committee, or Commission of Interest
Fire and Rescue Commission
Education Background
High School with some college along with specialty training in fire suppression, first aid, and law enforcement.
Occupation
Law Enforcement
Why do you want to serve on this Board?
This would give me the opportunity to help assist not only my community by my county in helping provide
emergency services to people in need.
What special skills/interests/qualifications would benefit you in this appointment?
Life time member with the Hurt Volunteer Fire Department, past member of Altavista EMS for several years, and
Chief of Police for Hurt Police Department
Agree to complete all required filings and to adhere to the Code of Ethics/Model of Excellence
Yes
If appointed to serve on any Committee, Board, or Commission, I agree to the following: -
Complete the required Conflict of Interest Act (COIA) Annual Filings and adhere to the Code
of Ethics/Model of Excellence as included in the Pittsylvania County Board of Supervisors
Bylaws -Using a County-issued email for communications should one be provided to me -
Complete all training as required by the County/State
Agree to all the requirements above:
Yes
146
7.p.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Action Item
Agenda Title: Pittsylvania County Sports Hall of Fame Congratulatory
Induction Letters Transmission Approval
Staff Contact(s): Kaylyn McCluster
Agenda Date: October 15, 2024 Item Number: 7.p.
Attachment(s): 1. 2024 Sports Hall of Fame Letters
Reviewed By:
SUMMARY:
The 2024 Pittsylvania County Sports Hall of Fame Induction Ceremony will be
held on Sunday, October 20, 2024, at 5:30 PM, at the Chatham Community
Center. There will be thirteen (13) inductees from the County. For the Board’s
review and consideration for transmission, attached are related letters.
FINANCIAL IMPACT AND FUNDING SOURCE:
None.
RECOMMENDATION:
County Staff recommends the Board approve the transmission of the attached
letters.
MOTION:
“I make a Motion approving the transmission of the attached letters."
147
BOARD OF SUPERVISORS
P.O. Box 426 • 1 Center Street
Chatham, Virginia 24531
Phone (434) 432-1987
_______________________________________________________________________________________________________
BUSINESS SAVVY. PEOPLE FRIENDLY.
October 15, 2024
Ms. Danielle Colbert
10717 Blue Ridge Drive
Hurt, VA 24563
Dear Ms. Colbert,
On behalf of Pittsylvania County, the Pittsylvania County Board of Supervisors would
like to take this opportunity to congratulate you on your induction to the Pittsylvania
County Sports Hall of Fame Class of 2024.
We thank you for helping to prepare the youth of our County for high school sports
and beyond by sacrificing countless hours of dedication, volunteerism, as well as selfless
devotion of personal time and resources to maximize the quality of life for young athletes
in our community who participated in the various sports programs.
It is your provision of outstanding service and exemplary leadership to the young
citizens of Pittsylvania County, and your dedication to the success of sports that led to
your well-deserved selection to the Pittsylvania County Sports Hall of Fame.
Sincerest thanks,
Darrell W. Dalton, Chairman
Pittsylvania County Board of Supervisors
DWD/km
148
BOARD OF SUPERVISORS
P.O. Box 426 • 1 Center Street
Chatham, Virginia 24531
Phone (434) 432-1987
_______________________________________________________________________________________________________
BUSINESS SAVVY. PEOPLE FRIENDLY.
October 15, 2024
Mr. Brad Compton
1732 Lotus Drive
Gretna, VA 24557
Dear Mr. Compton,
On behalf of Pittsylvania County, the Pittsylvania County Board of Supervisors would
like to take this opportunity to congratulate you on your induction to the Pittsylvania
County Sports Hall of Fame Class of 2024.
We thank you for helping to prepare the youth of our County for high school sports
and beyond by sacrificing countless hours of dedication, volunteerism, as well as selfless
devotion of personal time and resources to maximize the quality of life for young athletes
in our community who participated in the various sports programs.
It is your provision of outstanding service and exemplary leadership to the young
citizens of Pittsylvania County, and your dedication to the success of sports that led to
your well-deserved selection to the Pittsylvania County Sports Hall of Fame.
Sincerest thanks,
Darrell W. Dalton, Chairman
Pittsylvania County Board of Supervisors
DWD/km
149
BOARD OF SUPERVISORS
P.O. Box 426 • 1 Center Street
Chatham, Virginia 24531
Phone (434) 432-1987
_______________________________________________________________________________________________________
BUSINESS SAVVY. PEOPLE FRIENDLY.
October 15, 2024
Mr. Lewis Compton
1032 Cotton Patch Road
Gretna, VA 24557
Dear Mr. Compton,
On behalf of Pittsylvania County, the Pittsylvania County Board of Supervisors would
like to take this opportunity to congratulate you on your induction to the Pittsylvania
County Sports Hall of Fame Class of 2024.
We thank you for helping to prepare the youth of our County for high school sports
and beyond by sacrificing countless hours of dedication, volunteerism, as well as selfless
devotion of personal time and resources to maximize the quality of life for young athletes
in our community who participated in the various sports programs.
It is your provision of outstanding service and exemplary leadership to the young
citizens of Pittsylvania County, and your dedication to the success of sports that led to
your well-deserved selection to the Pittsylvania County Sports Hall of Fame.
Sincerest thanks,
Darrell W. Dalton, Chairman
Pittsylvania County Board of Supervisors
DWD/km
150
BOARD OF SUPERVISORS
P.O. Box 426 • 1 Center Street
Chatham, Virginia 24531
Phone (434) 432-1987
_______________________________________________________________________________________________________
BUSINESS SAVVY. PEOPLE FRIENDLY.
October 15, 2024
Mr. Dennis Dillion
102 Deerwood Tract Court
Cascade, VA 24541
Dear Mr. Dillion,
On behalf of Pittsylvania County, the Pittsylvania County Board of Supervisors would
like to take this opportunity to congratulate you on your induction to the Pittsylvania
County Sports Hall of Fame Class of 2024.
We thank you for helping to prepare the youth of our County for high school sports
and beyond by sacrificing countless hours of dedication, volunteerism, as well as selfless
devotion of personal time and resources to maximize the quality of life for young athletes
in our community who participated in the various sports programs.
It is your provision of outstanding service and exemplary leadership to the young
citizens of Pittsylvania County, and your dedication to the success of sports that led to
your well-deserved selection to the Pittsylvania County Sports Hall of Fame.
Sincerest thanks,
Darrell W. Dalton, Chairman
Pittsylvania County Board of Supervisors
DWD/km
151
BOARD OF SUPERVISORS
P.O. Box 426 • 1 Center Street
Chatham, Virginia 24531
Phone (434) 432-1987
_______________________________________________________________________________________________________
BUSINESS SAVVY. PEOPLE FRIENDLY.
October 15, 2024
Dr. Paul Grekos
115 Ripley Court
Danville, VA 24540
Dear Dr. Grekos,
On behalf of Pittsylvania County, the Pittsylvania County Board of Supervisors would
like to take this opportunity to congratulate you on your induction to the Pittsylvania
County Sports Hall of Fame Class of 2024.
We thank you for helping to prepare the youth of our County for high school sports
and beyond by sacrificing countless hours of dedication, volunteerism, as well as selfless
devotion of personal time and resources to maximize the quality of life for young athletes
in our community who participated in the various sports programs.
It is your provision of outstanding service and exemplary leadership to the young
citizens of Pittsylvania County, and your dedication to the success of sports that led to
your well-deserved selection to the Pittsylvania County Sports Hall of Fame.
Sincerest thanks,
Darrell W. Dalton, Chairman
Pittsylvania County Board of Supervisors
DWD/km
152
BOARD OF SUPERVISORS
P.O. Box 426 • 1 Center Street
Chatham, Virginia 24531
Phone (434) 432-1987
_______________________________________________________________________________________________________
BUSINESS SAVVY. PEOPLE FRIENDLY.
October 15, 2024
Mr. Vic Hardy
2632 Twin Arch Drive
Danville, VA 24540
Dear Mr. Hardy,
On behalf of Pittsylvania County, the Pittsylvania County Board of Supervisors would
like to take this opportunity to congratulate you on your induction to the Pittsylvania
County Sports Hall of Fame Class of 2024.
We thank you for helping to prepare the youth of our County for high school sports
and beyond by sacrificing countless hours of dedication, volunteerism, as well as selfless
devotion of personal time and resources to maximize the quality of life for young athletes
in our community who participated in the various sports programs.
It is your provision of outstanding service and exemplary leadership to the young
citizens of Pittsylvania County, and your dedication to the success of sports that led to
your well-deserved selection to the Pittsylvania County Sports Hall of Fame.
Sincerest thanks,
Darrell W. Dalton, Chairman
Pittsylvania County Board of Supervisors
DWD/km
153
BOARD OF SUPERVISORS
P.O. Box 426 • 1 Center Street
Chatham, Virginia 24531
Phone (434) 432-1987
_______________________________________________________________________________________________________
BUSINESS SAVVY. PEOPLE FRIENDLY.
October 15, 2024
Mr. Kent Harris
112 Highland Road
Gretna, VA 24557
Dear Mr. Harris,
On behalf of Pittsylvania County, the Pittsylvania County Board of Supervisors would
like to take this opportunity to congratulate you on your induction to the Pittsylvania
County Sports Hall of Fame Class of 2024.
We thank you for helping to prepare the youth of our County for high school sports
and beyond by sacrificing countless hours of dedication, volunteerism, as well as selfless
devotion of personal time and resources to maximize the quality of life for young athletes
in our community who participated in the various sports programs.
It is your provision of outstanding service and exemplary leadership to the young
citizens of Pittsylvania County, and your dedication to the success of sports that led to
your well-deserved selection to the Pittsylvania County Sports Hall of Fame.
Sincerest thanks,
Darrell W. Dalton, Chairman
Pittsylvania County Board of Supervisors
DWD/km
154
BOARD OF SUPERVISORS
P.O. Box 426 • 1 Center Street
Chatham, Virginia 24531
Phone (434) 432-1987
_______________________________________________________________________________________________________
BUSINESS SAVVY. PEOPLE FRIENDLY.
October 15, 2024
Mr. Terry Harris
6401 Irish Road
Chatham, VA 24531
Dear Mr. Harris,
On behalf of Pittsylvania County, the Pittsylvania County Board of Supervisors would
like to take this opportunity to congratulate you on your induction to the Pittsylvania
County Sports Hall of Fame Class of 2024.
We thank you for helping to prepare the youth of our County for high school sports
and beyond by sacrificing countless hours of dedication, volunteerism, as well as selfless
devotion of personal time and resources to maximize the quality of life for young athletes
in our community who participated in the various sports programs.
It is your provision of outstanding service and exemplary leadership to the young
citizens of Pittsylvania County, and your dedication to the success of sports that led to
your well-deserved selection to the Pittsylvania County Sports Hall of Fame.
Sincerest thanks,
Darrell W. Dalton, Chairman
Pittsylvania County Board of Supervisors
DWD/km
155
BOARD OF SUPERVISORS
P.O. Box 426 • 1 Center Street
Chatham, Virginia 24531
Phone (434) 432-1987
_______________________________________________________________________________________________________
BUSINESS SAVVY. PEOPLE FRIENDLY.
October 15, 2024
Mr. Fred Ingram
3700 Rockford School Road
Gretna, VA 24557
Dear Mr. Ingram,
On behalf of Pittsylvania County, the Pittsylvania County Board of Supervisors would
like to take this opportunity to congratulate you on your induction to the Pittsylvania
County Sports Hall of Fame Class of 2024.
We thank you for helping to prepare the youth of our County for high school sports
and beyond by sacrificing countless hours of dedication, volunteerism, as well as selfless
devotion of personal time and resources to maximize the quality of life for young athletes
in our community who participated in the various sports programs.
It is your provision of outstanding service and exemplary leadership to the young
citizens of Pittsylvania County, and your dedication to the success of sports that led to
your well-deserved selection to the Pittsylvania County Sports Hall of Fame.
Sincerest thanks,
Darrell W. Dalton, Chairman
Pittsylvania County Board of Supervisors
DWD/km
156
BOARD OF SUPERVISORS
P.O. Box 426 • 1 Center Street
Chatham, Virginia 24531
Phone (434) 432-1987
_______________________________________________________________________________________________________
BUSINESS SAVVY. PEOPLE FRIENDLY.
October 15, 2024
Mr. Raleigh James, Jr.
661 Valley Road
Gretna, VA 24557
Dear Mr. James,
On behalf of Pittsylvania County, the Pittsylvania County Board of Supervisors would
like to take this opportunity to congratulate you on your induction to the Pittsylvania
County Sports Hall of Fame Class of 2024.
We thank you for helping to prepare the youth of our County for high school sports
and beyond by sacrificing countless hours of dedication, volunteerism, as well as selfless
devotion of personal time and resources to maximize the quality of life for young athletes
in our community who participated in the various sports programs.
It is your provision of outstanding service and exemplary leadership to the young
citizens of Pittsylvania County, and your dedication to the success of sports that led to
your well-deserved selection to the Pittsylvania County Sports Hall of Fame.
Sincerest thanks,
Darrell W. Dalton, Chairman
Pittsylvania County Board of Supervisors
DWD/km
157
BOARD OF SUPERVISORS
P.O. Box 426 • 1 Center Street
Chatham, Virginia 24531
Phone (434) 432-1987
_______________________________________________________________________________________________________
BUSINESS SAVVY. PEOPLE FRIENDLY.
October 15, 2024
Mr. L.C. Moore
16761 Old Richmond Road
Keeling, VA 24566
Dear Mr. Moore,
On behalf of Pittsylvania County, the Pittsylvania County Board of Supervisors would
like to take this opportunity to congratulate you on your induction to the Pittsylvania
County Sports Hall of Fame Class of 2024.
We thank you for helping to prepare the youth of our County for high school sports
and beyond by sacrificing countless hours of dedication, volunteerism, as well as selfless
devotion of personal time and resources to maximize the quality of life for young athletes
in our community who participated in the various sports programs.
It is your provision of outstanding service and exemplary leadership to the young
citizens of Pittsylvania County, and your dedication to the success of sports that led to
your well-deserved selection to the Pittsylvania County Sports Hall of Fame.
Sincerest thanks,
Darrell W. Dalton, Chairman
Pittsylvania County Board of Supervisors
DWD/km
158
BOARD OF SUPERVISORS
P.O. Box 426 • 1 Center Street
Chatham, Virginia 24531
Phone (434) 432-1987
_______________________________________________________________________________________________________
BUSINESS SAVVY. PEOPLE FRIENDLY.
October 15, 2024
Mr. Frank Robertson
102 Gay Street
Gretna, VA 24557
Dear Mr. Robertson,
On behalf of Pittsylvania County, the Pittsylvania County Board of Supervisors would
like to take this opportunity to congratulate you on your induction to the Pittsylvania
County Sports Hall of Fame Class of 2024.
We thank you for helping to prepare the youth of our County for high school sports
and beyond by sacrificing countless hours of dedication, volunteerism, as well as selfless
devotion of personal time and resources to maximize the quality of life for young athletes
in our community who participated in the various sports programs.
It is your provision of outstanding service and exemplary leadership to the young
citizens of Pittsylvania County, and your dedication to the success of sports that led to
your well-deserved selection to the Pittsylvania County Sports Hall of Fame.
Sincerest thanks,
Darrell W. Dalton, Chairman
Pittsylvania County Board of Supervisors
DWD/km
159
BOARD OF SUPERVISORS
P.O. Box 426 • 1 Center Street
Chatham, Virginia 24531
Phone (434) 432-1987
_______________________________________________________________________________________________________
BUSINESS SAVVY. PEOPLE FRIENDLY.
October 15, 2024
Mr. Calvin Younger
1152 N. Main Street, Apt,1-D
Chatham, VA 24531
Dear Mr. Younger
On behalf of Pittsylvania County, the Pittsylvania County Board of Supervisors would
like to take this opportunity to congratulate you on your induction to the Pittsylvania
County Sports Hall of Fame Class of 2024.
We thank you for helping to prepare the youth of our County for high school sports
and beyond by sacrificing countless hours of dedication, volunteerism, as well as selfless
devotion of personal time and resources to maximize the quality of life for young athletes
in our community who participated in the various sports programs.
It is your provision of outstanding service and exemplary leadership to the young
citizens of Pittsylvania County, and your dedication to the success of sports that led to
your well-deserved selection to the Pittsylvania County Sports Hall of Fame.
Sincerest thanks,
Darrell W. Dalton, Chairman
Pittsylvania County Board of Supervisors
DWD/km
160
7.q.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Action Item
Agenda Title: Grant Funds Appropriations (3); (AFID Grant (Aerofarms);
TARE Grant (WIB); TANF Workforce Grant (WIB); and DRF
Grant (After-School Program Grant-Recreation)
Staff Contact(s): Kim VanDerHyde
Agenda Date: October 15, 2024 Item Number: 7.q.
Attachment(s): 1. AFID Grant_Letter for Aerofarms
2. TARE Budget 9.1.24-6.30.25 FY25 and
Agreement
3. TANF Workforce Budget and MOU Sent to Pitts
Co
4. 2024-10-02 DRF Grant LOA Signed
Reviewed By:
SUMMARY:
The County recently received four (4) notifications of Grant awards that need to
be appropriated for expenditure. The first Grant in the amount of $200,000 was
awarded as an incentive for Aerofarms, a Danville-Pittyslvania County Regional
Industrial Facilities Authority ("DP-RIFA") jointly announced industry. Funds
received from the Governor's Agriculture and Forestry Industries Development
Fund, need to be sent to DP-RIFA to be disbursed to the company. The second
and third Grants totaling $165,745.73 were awarded to the Area 17 Workforce
Investment Board. The TARE and the TANF Grants will both be used to provide
training and work experience to individuals who are currently unemployed,
providing them with better job opportunities. Lastly, the County was awarded a
Grant in the amount of $25,000 for the newly developed After-School Program
starting at Kentuck Elementary School in January 2025. For the Board's review
and consideration, additional related information about these Gants are
attached.
FINANCIAL IMPACT AND FUNDING SOURCE:
161
None of these Grants require a local match.
RECOMMENDATION:
County Staff recommends the Board approve an appropriation of $390,745.73
as presented.
MOTION:
"I make a Motion appropriating a total of $390,745.73 in Grant funding as
presented."
162
ECONOMIC DEVELOPMENT
P.O. Box 426 • 1 Center Street
Chatham, Virginia 24531
Phone (434) 432-1979
_______________________________________________________________________________________________
BUSINESS SAVVY. PEOPLE FRIENDLY.
Matthew D. Rowe, Director
matthew.rowe@pittgov.org
August 28, 2024
Rachel Meyer
Manager, Office of Agriculture and Forestry Development
Virginia Department of Agriculture and Consumer Services
Dear Rachel:
Pittsylvania County is requesting payout of $200,000 from the Governor’s Agriculture and Forestry
Industries Development Fund per the performance agreement dated December 23, 2020, between the
County of Pittsylvania County, Virginia, Just Greens, LLC doing business as Aerofarms and the Danville-
Pittsylvania Regional Industrial Facility Authority.
Please contact me should you any questions or require any additional information.
Regards,
Matthew D. Rowe
Director, Economic Development
Pittsylvania County
163
164
165
166
167
168
169
170
171
172
173
174
175
176
177
178
179
180
181
182
183
184
185
7.r.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Action Item
Agenda Title: Proclamation Adoption (Disability Rights and Resource
Center 10-Year Celebration)
Staff Contact(s): Kenneth Bowman
Agenda Date: October 15, 2024 Item Number: 7.r.
Attachment(s): 1. 10-15-2024 Disability Rights and Resource
Center 10-Year Celebration
Reviewed By:
SUMMARY:
The Disability Rights & Resource Center ("DRRC") was established on September
16, 2013. Formerly known as the "Independent Living Services for the Piedmont
Area," DRRC is a private, non-profit, community agency with non-residential
programs. DRCC serves the Counties of Franklin, Henry, Patrick, and Pittsylvania,
as well as the Independent Cities of Martinsville and Danville. Support for
DRRC's services is received from local and state sources, and donations from
businesses and individuals in the service area. DRRC is governed by a Board of
Directors with a majority of members having disabilities. DRRC is not only
celebrating National Disability Employment Awareness Month this month, but
next month, it will be holding its 10th Anniversary Celebration of services to the
community. For the Board's review and consideration, attached is a
Proclamation designating November 12, 2024, as “Disability Rights and Resource
Center Awareness Day" in the County.
FINANCIAL IMPACT AND FUNDING SOURCE:
Not applicable.
RECOMMENDATION:
County Staff recommends the Board approve the attached Proclamation for
DRRC.
MOTION:
186
"I make a Motion approving the attached Proclamation for DRRC."
187
PITTSYLVANIA COUNTY BOARD OF SUPERVISORS
PROCLAMATION
DISABILITY RIGHTS AND RESOURCE CENTER 10-YEAR CELEBRATION
NOVEMBER 12, 2024
WHEREAS, in 1988, Congress declared the month of October as National Disability Employment
Awareness Month to recognize the contributions made by individuals with disabilities; and
WHEREAS, the Americans with Disabilities Act (ADA) was signed into law on July 26, 1990,
establishing a clear and comprehensive national mandate for the elimination of discrimination to ensure the civil
rights of people with disabilities and ensuring that Americans with disabilities can more easily access local
government services, emergency services, voting information, and publicly funded education; and,
WHEREAS, the ADA opened doors to opportunity and independence for people with disabilities and
expanded opportunities for Americans with disabilities by reducing barriers, changing perceptions, and
increasing opportunities for full participation and inclusion in community life; and,
WHEREAS, the entire West Piedmont Planning District is committed to working in partnership with
disability organizations to ensure public place, transportation and systems of care are accessible to individuals
with disabilities; and
WHEREAS, the importance of inclusion and diversity creates opportunity for growth and improvement
and helps toward building a stronger economy for our communities; and
WHEREAS, our residents with disabilities deserve the right to live independently, enjoy self-
determination and be treated equally; and
WHEREAS, we celebrate the 10th Anniversary of the Disability Rights and Resource Center providing
advocacy, peer support, information and referral, independent living skills and transition services in our
community to the many individuals living with a disability in the County of Pittsylvania.
NOW, THEREFORE, BE IT RESOLVED, the Board does hereby proclaim the day of November 12,
2024, as ““Disability Rights and Resource Center Awareness Day” in the County.
Given under my hand this 15th day of October, 2024.
____________________________________
Darrell W. Dalton (Chairman)
Pittsylvania County Board of Supervisors
____________________________________
Kaylyn M. McCluster (Clerk)
Pittsylvania County Board of Supervisors
188
7.s.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Action Item
Agenda Title: R&L Smith Waterline Extension Project Engineering and
Construction Management Services Agreement
Approval
Staff Contact(s): Chris Adcock
Agenda Date: October 15, 2024 Item Number: 7.s.
Attachment(s): 1. 2024.10.7 - Pittsylvania County Public Works R
and L Smith Road Waterline
Reviewed By:
SUMMARY:
The County's 2022 Water and Sewer Master Plan recommended waterline
extension projects for areas with low pressure and the potential for future
development. The R&L Smith Road Water Extension Project ("Project") includes
an extension of approximately 3.5 miles of 10-inch waterline along R&L Smith
Road from the existing County Public Work's Office (405 R&L Smith Road) to the
intersection of Route 41 and Robertson Lane. This Project will interconnect the
U.S. 29 Service Area to Mount Hermon, providing new service capability,
improving low residential pressures, and providing redundancy and resiliency to
the Mount Hermon Service Area. County Staff received a proposal from
Dewberry Engineers to provide design and construction administration for the
Project. For the Board's review and consideration, the Project's Engineering and
Construction Management Services Agreement ("Agreement") is attached.
FINANCIAL IMPACT AND FUNDING SOURCE:
$250,000 has been included in the current (FY 2024-2025) County Budget for
engineering for this Project. That allocation will cover the majority of the
proposed engineering related tasks. Some of the proposed tasks will not be
needed until construction begins and will most likely fall into the next County
Budget year. Other costs over the Budget amount can be covered with
Capital Reserves.
RECOMMENDATION:
189
County Staff recommends awarding the attached Agreement to Dewberry for
Project engineering design and construction management services.
MOTION:
"I make a Motion awarding the attached contract to Dewberry for Project
design and construction management services."
190
Page 1 of 5
October 7, 2024
Mr. Chris Adcock, PE
Public Works Director
Pittsylvania County
405 R and L Smith Road
Danville, VA 24540
Re: R and L Smith Road Waterline Extension
Dear Mr. Adcock,
Dewberry Engineers Inc. (Dewberry) is pleased to present herein our proposal for professional
engineering services to provide design documents and construction administration services for a
waterline extension along R and L Smith Road in Pittsylvania County.
UNDERSTANDING OF THE PROJECT
Pittsylvania County Public Works (PCPW) prepared a Water and Wastewater Master Plan which included
recommended waterline extension projects for areas with low pressure and earmarked for future
development. This proposed project includes an extension of approximately 3.5 miles of 10-inch waterline
along R and L Smith Road from the existing PCPW office (405 R and L Smith Road) to the intersection of
Route 41 and Robertson Lane. This project will interconnect the US 29 service area to Mount Hermon,
providing new service capability, improving low residential pressures and providing redundancy and
resiliency to the Mount Hermon Service Area. A detailed cost estimate has not been prepared, but based
on similar projects, this project is anticipated to cost between $4.0 to $4.5 million to construct.
It is noted that the US 29 service area is served by the 920’ hydraulic grade via an elevated tank at the
PCPW office, and the Mount Hermon area is served by the 815’ hydraulic grade via a ground storage
tank on Golf Club Road. The interconnection of these two (2) pressure zones will require an evaluation to
determine: 1. if all customers can be served by the 920’ hydraulic grade and what high pressure
mitigation measures are required; or 2. determine where to physically separate the two (2) pressure
zones along Route 41. Operational control features must be evaluated to minimize the potential for
deterioration of water quality and for allowing the higher-pressure zone to supply water to the lower-
pressure zone as needed.
The scope of services provided herein outline the work required to prepare design drawings and
specifications and provide construction administration services.
SCOPE OF SERVICES
1. Survey
• Call in a Miss Utility ticket to mark all known utilities in the project area.
• Perform feature and topographic survey along R and L Smith Road from the water tank near US
29 located at the PCPW office to the waterline tie in on Robertson Lane (±3.5 miles). Survey
limits will be from top of ditch on the northwest side of R and L Smith Road to the southeastern
right-of-way line. At culvert crossings, the survey will extend 25' from each end of the culvert.
• Survey ditchlines, culvert pipe, top of curbs, bottom of curbs, centerline of road, existing marked
utilities within the road, and utilities at cross streets 40’ up into the cross street.
• Reduce all field data for preparation of base drawings.
191
Mr. Chris Adcock, PE
October 7, 2024
Page 2 of 5
2. Design
• Obtain available record information from Pittsylvania County (County) of existing conditions,
including tank information and Virginia Department of Health (VDH) fact sheets.
• Obtain standard design details and specifications from the County.
• Notify VDH of the project and identify any up-front concerns to implement into the design. Hold a
Preliminary Engineering Conference (PEC) with VDH.
• Coordinate preliminary design with VDOT regarding work to be performed within the right-of-way.
• Coordinate with power, gas, and telecommunication companies as necessary for approval of
design.
• Consider existing water usage, resiliency, and potential growth to confirm sizing recommendation
of 10-inch in the Master Plan.
• Evaluate interconnection of 920’ and 815’ pressure zones.
o Determine the requirements for operating on just the 920’ hydraulic grade, and also the
recommended point of separation of pressure zones.
o Investigate design needs for normal and abnormal/emergency modes of operation.
o Dewberry will provide a technical memorandum detailing this analysis and provide to
PCPW and VDH for review and approval.
• Develop a preliminary set of construction drawings and specifications for distribution to regulatory
agencies.
• Prepare the required permit applications and respond to up to two (2) rounds of comments.
Required changes to the plans and specifications will be made to meet regulatory requirements.
Expected permits are:
o DEQ General Construction Permit
o Pittsylvania County Land Disturbance Permit
o VDOT Land Use Permit
o VDH General Construction Permit
o USACE/DEQ Wetland Permits are outlined in Task 4
o Norfolk Southern Utility Occupancy Permit
o Includes an online portal submission through RailPros.
o Dewberry will coordinate the license agreement for the County to execute with
Norfolk Southern.
o There will be a license fee, risk management fee, and certificate of insurance
required to be provided by the County to RailPros.
• Prepare 90% specifications and drawings for County review and comment.
• Provide a refined cost estimate at 90% design for funding purposes.
• Prepare 100% specifications and drawings for bidding.
3. Construction Administration
• Prepare an advertisement to be used for advertising the project.
• Provide notification to at least four (4) general contractors with the capability to perform work.
• Distribute construction documents to prospective bidders and to the successful bidder for
construction purposes.
• Provide bid documents to at least two (2) plan rooms.
• Conduct a pre-bid meeting and issue meeting minutes.
• Field contractor questions and issue addenda.
• Conduct bid opening.
• Assist in review and award of bids.
• Prepare Agreement between Contractor and Owner.
• Conduct a pre-construction meeting and issue meeting minutes.
• Review and approve shop drawings.
• Answer Contractor RFIs.
• Approve pay requests.
• Execute change orders.
192
Mr. Chris Adcock, PE
October 7, 2024
Page 3 of 5
• Provide up to six (6) site visits for inspection following progress meetings. Two (2) virtual progress
meeting will be held for progress meetings not requiring a visit to the site.
• Provide up to four (4) additional inspection site visits as needed to resolve field conflicts.
• Upon receipt of red lined drawings from the Contractor, prepare a record set of documents for
distribution.
4. Wetland Delineation and Permitting
4.1. Delineation and Report
• Dewberry will conduct a wetland investigation to identify approximate limits of jurisdictional
wetlands and Waters of the U.S. (WOTUS) within the project boundaries.
• Field indicators of hydrophytic vegetation, hydric soils, and wetland hydrology will be
observed and recorded to generally determine the approximate wetland boundaries.
Boundaries of jurisdictional wetlands and the ordinary high watermark of stream channels
will be flagged with survey tape and/or pin flags using distinctive color schemes to
differentiate between streams and wetlands. The delineation flagging will be located using a
Trimble Geo 7x handheld Global Positioning System (GPS) device.
• U.S. Army Corps of Engineers (USACE) data forms will be completed to characterize each
type of wetland community in accordance with the USACE “1987 Wetlands Delineation
Manual” and the “2012 Eastern Mountains and Piedmont Region” supplement. Dewberry will
utilize the North Carolina Division of Water Resources (NCDWR) Stream Identification
manual to determine stream classifications within the project area.
• A letter report summarizing the field investigation will be prepared and forwarded to the
Virginia Department of Environmental Quality (DEQ) and the USACE Regulator of the Day
(ROD). The ROD will assign the project to the appropriate USACE personnel. The report will
include a summary of the methodology used to identify wetlands, wetland data sheets, map
exhibits, and site photographs.
• An additional site visit may be necessary to confirm the delineation. If necessary, Dewberry
will coordinate an onsite meeting with a DEQ and USACE representative concurrently. Once
DEQ and USACE has confirmed the delineation, we will request a letter of verification. This
verification is valid for five (5) years from the date of issuance.
4.2. Wetland/Stream Permitting
• Dewberry will work with the County to calculate the proposed impacts in order to determine
the appropriate permitting options. Based on preliminary review of the project, Dewberry
assumes that the project will qualify for a USACE Nationwide Permit-58 intitled Utility Line
Activities for Water and Other Substances.
• As per Regional Condition-13 of the newly revised 2021 NWP-58, applicants are required to
obtain either a Virginia Water Protection (VWP) permit, an individual Section 401 Water
Quality Certification or waiver from the Virginia Department of Environmental Quality
(VADEQ). As part of this process, it is necessary to prepare and submit a pre-filing request
to VADEQ approximately 30 days prior to submitting a Joint Permit Application (JPA).
• If it is determined that the project does not qualify for a Nationwide Permit, then additional
fees will be necessary to complete the regulatory permitting process.
5. Geotechnical Investigation
A geotechnical investigation is recommended for locations where directional drills or jack and bore
installations are proposed. The task will be performed by our sub-consultant, Froehling & Robertson,
Inc. The resulting report will be included in the specifications for use by interested contractors in
preparing their bids.
• Visit the site to observe existing surface conditions and features and mark boring locations.
• Coordinate with 811 services for utility clearance.
193
Mr. Chris Adcock, PE
October 7, 2024
Page 4 of 5
• Review and summarize readily available geologic information relative to the project site.
• Execute six (6) standard penetration test borings extended to depths of 15 to 20 feet depending
on location:
o The borings at secondary road crossings will be drilled to their planned depths or boring
termination due to auger skewing/auger refusal, whichever is encountered first.
o If refusal is encountered in four (4) borings on either side of the railroad crossing and
Route 41, they will be extended an additional five (5) feet using rock coring techniques.
• Boring logs for each exploration location will be generated and will reflect the approximate
elevation of existing grades, water table if encountered, blow counts and shall identify the
materials encountered and the depth of each. Boring locations may be approximated based on
the attached location map and existing features on site.
• Record groundwater levels through the open borehole prior to backfilling. Generate borings logs
for each exploration location. Samples will be classified based on Unified Soil Classification
System (USCS) visual manual classification techniques performed by a professional staff
member. No laboratory testing is proposed at this time.
• Provide a written geotechnical report of findings summarizing our work on the project and the
subsurface conditions encountered. Copies of the test boring logs will be included.
• Traffic control is excluded from the geotechnical scope of work. If required for accessing the
boring locations and it cannot be provided by the County, a line item is provided below for a daily
rate for traffic control.
CLARIFICATIONS
1. It is assumed the waterline can be constructed within the existing VDOT right-of-way and no
easements will be obtained for this project. If easement exhibits are required, a unit rate is provided
below to prepare the documents including GIS property lines, location of proposed waterline, limits of
temporary and permanent easements, and total area of easement required. The County will be
responsible for coordinating with homeowners and obtaining recorded easements. Easement plats
are excluded.
2. Fees for permits are not included. Anticipated permit fees that can be paid by the contractor include
VDOT, local land disturbance and DEQ. There is no fee associated with a VDH construction permit.
a. Disturbance is anticipated to be over one (1) acre and a DEQ General Construction Permit is
expected. This permit fee is based on total disturbance and is anticipated to be $2,700 with
disturbance under five (5) acres.
3. The Norfolk Southern Utility Occupancy Permit review fee is $2,500 and will be the responsibility of
the County to pay this fee. Additionally, a license fee will be required upon approval. This amount is
unknown at this time. Similar construction in other localities have had license fees ranging from
$16,000-$30,000.
a. Norfolk Southern will likely require flagging and monitoring by RailPros during construction. The
cost for these mandated services by Norfolk Southern will be the responsibility of the County to
pay. Dewberry will provide coordination services between RailPros, the Contractor and the Owner.
4. Full time resident inspection services will be provided by others.
5. Wetland delineation outside the limits of the project area, property access agreements, wetland
functional analysis, Stream Attribute Forms, wetland mitigation, endangered species surveys (i.e.,
mussel surveys) are excluded.
194
Mr. Chris Adcock, PE
October 7, 2024
Page 5 of 5
FEES
Dewberry proposes to complete the above Scope of Services for the following fees:
LI TASK FEE BASIS OF FEE
1 Survey $46,000 Lump Sum
2 Design $200,000 Lump Sum
3 Construction Administration $73,500 Lump Sum
4 Wetland Delineation and Permitting $13,800 Lump Sum
5 Geotechnical Investigation $17,900 Lump Sum
Total Fee $351,200 Lump Sum
ADDITIONAL AS NEEDED SERVICES
6 Traffic Control (as needed for Task 5) $3,750 Daily Rate
7 Easement Exhibits (if required) $1,800 Per Exhibit
This proposal is subject to our Standard Terms & Conditions included in our on-call contract with
Pittsylvania County Public Works.
The receipt of an executed copy of this proposal will serve as our authorization to proceed. We appreciate
the opportunity to present this proposal and look forward to working with the County on this project.
Sincerely,
R. Scott Ehrhardt, PE Leslie B. Mantiply, PE
Senior Associate | Project Manager Senior Associate | Assistant Business Unit Manager
R:\Proposal Letters\Engineering\2024\Pittsylvania County Public Works\R and L Smith Road Waterline\2024.10.7 - Pittsylvania
County Public Works R and L Smith Road Waterline.docx
The foregoing proposal of Dewberry Engineers Inc. is accepted:
Print (Type) Individual, Firm, or Corporate Name
Signature of Authorized Representative Date
Print (Type) Name of Authorized Representative and Title
195
7.t.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Action Item
Agenda Title: 2024 VACo Annual Business Meeting Voting Credentials
Approval
Staff Contact(s): Kaylyn McCluster
Agenda Date: October 15, 2024 Item Number: 7.t.
Attachment(s): 1. Letter from D Lynch_ 2024 VACo Voting
Credentials__
2. Voting Credentials Form__
Reviewed By:
SUMMARY:
The 2024 Annual Business Meeting of the Virginia Association of Counties
(“VACo”) is on Tuesday, November 12, 2024. Article VI of the VACo Bylaws
states that each County shall designate a representative of its Board to cast its
vote(s) at the VACo Annual Business Meeting. However, if a Board Member
cannot be present for this Meeting, VACo’s Bylaws allow a County to designate
a non-elected County official to cast a proxy vote(s). For the County to be
certified to vote at the VACo Annual Business Meeting, a completed Voting
Credentials Form or a Proxy Statement, attached, must be submitted to VACo
by October 25, 2024.
FINANCIAL IMPACT AND FUNDING SOURCE:
Not applicable.
RECOMMENDATION:
County Staff recommends the Board designate Chairman Dalton as the
County’s VACo Annual Business Meeting Voting Delegate and Supervisor
Bowman as the County’s Alternate Delegate
MOTION:
196
“I make a Motion designating Chairman Dalton as the County’s VACo Annual
Business Meeting Voting Delegate and Supervisor Bowman as the County’s
Alternate Delegate."
197
198
Darrell Dalton
Chairman, Board of Supervisors
Pittsylvania County
Kenneth Bowman
Chatham-Blairs District Representative
Pittsylvania County
Kaylyn McCluster
Clerk to the Board
Pittsylvania County
199
8.a.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Information Only
Agenda Title: General Presentations (Board of Supervisors)
Staff Contact(s): Kaylyn McCluster
Agenda Date: October 15, 2024 Item Number: 8.a.
Attachment(s): None
Reviewed By:
The Board will present any Proclamations, Resolutions, and/or Certificates
approved/adopted on the October Consent Agenda or at previous Meetings.
200
10.a.1.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Rezoning Case
Agenda Title: Case R-24-016 Realty First, LLC. Rezoning from R-1,
Residential Suburban Subdivision District, to A-1,
Agricultural District (Chairman Dalton)
Staff Contact(s): Emily Ragsdale
Agenda Date: October 15, 2024 Item Number: 10.a.1.
Attachment(s): 1. R-24-016 Realty First App
2. R-24-016 Realty First Map
Reviewed By:
SUMMARY:
In Case R-24-016, Realty First, LLC (“Petitioner”), has petitioned to rezone 1.22
acres, from R-1, Residential Suburban Subdivision District, to A-1, Agricultural
District (to allow the property to be consolidated with an adjacent parcel
zoned A-1). The subject property is located on State Road 750/Strawberry
Road, in the Callands-Gretna Election District, and shown on the Tax Maps as
GPIN # 1485-07-6496. Once the property is rezoned to A-1, all uses listed under
Pittsylvania County Code § 35-178 are permitted. On September 3, 2024, the
Planning Commission recommended by a 7-0 vote, with no opposition, that the
Petitioner's request be granted. For the Board’s review, the County Staff
Summary is attached.
FINANCIAL IMPACT AND FUNDING SOURCE:
None.
RECOMMENDATION:
County Staff recommends approval of Case R-24-016 as submitted. The subject
property is adjacent to properties currently zoned A-1, Agricultural District, and
the rezoning would be consistent with the County's Comprehensive Plan.
MOTION:
201
“In Case R-24-016, I make a Motion approving the rezoning of 1.22 acres from R-
1, Residential Suburban Subdivision District, to A-1, Agricultural District, to allow
property lines to be adjusted.”
202
203
204
205
206
207
208
209
210
211
212
213
214
215
10.a.2.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Rezoning Case
Agenda Title: Case R-24-017: Richard Watkins; Rezoning from R-1,
Residential Suburban Subdivision District, to A-1,
Agricultural District (Supervisor Ingram)
Staff Contact(s): Emily Ragsdale
Agenda Date: October 15, 2024 Item Number: 10.a.2.
Attachment(s): 1. R-24-017 Richard Watkins App
2. R-24-017 Richard Watkins Map
Reviewed By:
SUMMARY:
In Case R-24-017, Richard Watkins (“Petitioner”) has petitioned to rezone three
(3) parcels, totaling 0.94 acres, from R-1, Residential Suburban Subdivision
District, to A-1, Agricultural District (to allow the property to be subdivided). The
subject properties are located off of State Road 614/Sandy River Road, in the
Tunstall Election District, and shown on the Tax Maps as GPIN #s 141-05-5210,
1441-05-4185, and 1441-05-4170. Once the property is rezoned to A-1, all uses
listed under Pittsylvania County Code § 35-178 are permitted. On September 3,
2024, the Planning Commission recommended by a 7-0 vote, with no
opposition, that the Petitioner's request be granted. For the Board’s review, the
County Staff Summary is attached.
FINANCIAL IMPACT AND FUNDING SOURCE:
None.
RECOMMENDATION:
County Staff recommends approval of Case R-24-017 as submitted. The subject
properties are adjacent to properties currently zoned A-1, Agricultural District,
and the rezoning would be consistent with the County's Comprehensive Plan.
MOTION:
216
“In Case R-24-017, I make a Motion approving the rezoning of a total of 0.94
acres from R-1, Residential Suburban Subdivision District, to A-1, Agricultural
District, to allow the property to be subdivided.”
217
218
219
220
221
222
223
224
225
226
10.a.3.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Rezoning Case
Agenda Title: Case R-24-018: Ryan Haak; Rezoning from RC-1,
Residential Combined Subdivision District, to A-1,
Agricultural District (Supervisor Ingram)
Staff Contact(s): Emily Ragsdale
Agenda Date: October 15, 2024 Item Number: 10.a.3.
Attachment(s): 1. R-24-018 Ryan Haak Map
2. S-24-018 Ryan Haak App
Reviewed By:
SUMMARY:
In Case R-24-018, Ryan Haak (“Petitioner”) has petitioned to rezone 21.25 acres,
from RC-1, Residential Combined Subdivision District, to A-1, Agricultural District
(to allow the property to be used for agricultural purposes). The subject
property is located on State Road 855/Martin Drive, in the Tunstall Election
District, and shown on the Tax Maps as GPIN # 1349-06-4452. Once the property
is rezoned to A-1, all uses listed under Pittsylvania County Code § 35-178 are
permitted. On September 3, 2024, the Planning Commission recommended by
a 7-0 vote, with no opposition, that the Petitioner's request be granted. For the
Board’s review, the County Staff Summary is attached.
FINANCIAL IMPACT AND FUNDING SOURCE:
None.
RECOMMENDATION:
County Staff recommends approval of Case R-24-018 as submitted. The subject
property is adjacent to properties currently zoned A-1, Agricultural District, and
the rezoning would be consistent with the County's Comprehensive Plan.
MOTION:
227
“In Case R-24-018, I make a Motion approving the rezoning of a total of 21.25
acres from RC-1, Residential Combined Subdivision District, to A-1, Agricultural
District, to allow for agricultural uses on the property.”
228
229
230
231
232
233
234
235
236
237
238
239
240
241
242
243
10.a.4.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Rezoning Case
Agenda Title: Case R-24-019: Brenda and Michael Rodgers; Rezoning
from R-1, Residential Suburban Subdivision District, to A-1,
Agricultural District (Supervisor Ingram)
Staff Contact(s): Emily Ragsdale
Agenda Date: October 15, 2024 Item Number: 10.a.4.
Attachment(s): 1. R-24-019 Rodgers App
2. R-24-019 Rodgers Map
Reviewed By:
SUMMARY:
In Case R-24-019, Brenda and Michael Rodgers (“Petitioners”) have petitioned
to rezone 0.751 acres, from R-1, Residential Suburban Subdivision District, to A-1,
Agricultural District (to allow the property to be consolidated with an adjacent
parcel zoned A-1). The subject property is located on State Road 621/Loblolly
Drive, in the Tunstall Election District, and shown on the Tax Maps as GPIN #
1337-33-6015. Once the property is rezoned to A-1, all uses listed under
Pittsylvania County Code § 35-178 are permitted. On September 3, 2024, the
Planning Commission recommended by a 7-0 vote, with no opposition, that the
Petitioners' request be granted. For the Board’s review, the County Staff
Summary is attached.
FINANCIAL IMPACT AND FUNDING SOURCE:
None.
RECOMMENDATION:
County Staff recommends approval of Case R-24-019 as submitted. The subject
property is adjacent to properties currently zoned A-1, Agricultural District, and
the rezoning would be consistent with the County's Comprehensive Plan.
MOTION:
244
“In Case R-24-019, I make a Motion approving the rezoning of a total of 0.751
acres from R-1, Residential Suburban Subdivision District, to A-1, Agricultural
District, to allow property lines to be adjusted.”
245
246
247
248
249
250
251
252
253
10.b.1.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Public Hearing
Agenda Title: Public Hearing: Simpson Energy Center, LLC, Solar
Battery Storage
Staff Contact(s): Emily Ragsdale
Agenda Date: October 15, 2024 Item Number: 10.b.1.
Attachment(s): 1. 10-15-2024 Public Hearing Notice - Solar
Battery Siting Agreement
2. Siting Agreement with East Point for Simpson
Energy
3. Summary of East Point Simpson Energy Siting
Agreement
4. Simpson Energy Siting Agreement
Reviewed By:
SUMMARY:
In 2021, the General Assembly passed legislation giving localities additional
measures to further regulate the development of utility-scale solar energy
facilities. This legislation requires that any solar project or an energy storage
project applicant give the host locality written notice of the applicant’s intent to
locate in the locality and request a meeting to discuss a related Siting
Agreement. Once a Siting Agreement has been negotiated with the County, a
Public Hearing must be held before it can be executed. This Public Hearing has
been duly and legally advertised/noticed. For the Board’s review and
consideration, attached is a solar Siting Agreement for the East Point Solar
Project, to be in the Staunton River District, off of State Route 646 (Spring Road),
and being Parcel ID #2552-03-5579. Said Siting Agreement has been
successfully negotiated with the County.
FINANCIAL IMPACT AND FUNDING SOURCE:
Financial details contained in Siting Agreement.
254
RECOMMENDATION:
Following the conducting of the legally required Public Hearing, County Staff
recommends the Board approve the execution of the attached Siting
Agreement for the East Point Solar Project.
MOTION:
“I make a Motion approving the execution of the attached Siting Agreement
for the East Point Solar Project.”
255
PUBLIC HEARING NOTICE
The Pittsylvania County Board of Supervisors will hold a Public Hearing on Tuesday, October 15,
2024, at 7:00 p.m., at the Board Meeting Room, 39 Bank Street, Chatham, Virginia 24531, to
receive public comment on the potential consideration of a solar battery siting agreement for a
potential solar project in Pittsylvania County, Virginia, as required by Virginia Code § 15.2-
2316.8(B). Related documentation/information is available for public viewing at the County
Administration Building, 1 Center Street, Chatham, Virginia 24531, Monday through Friday from
8:00 a.m. to 5:00 p.m., and on the County’s website: www.pittsylvaniacountyva.gov.
256
Page 1 of 14
SITING AGREEMENT
This SITING AGREEMENT (together with all exhibits appended hereto, this “Siting
Agreement”) dated as of ________________, 2024 (the “Effective Date”) is made by and between
SIMPSON ENERGY CENTER, LLC, a Virginia limited liability company (“Simpson”), and
THE COUNTY OF PITTSYLVANIA, VIRGINIA, a political subdivision of the
Commonwealth of Virginia (the “County”). Simpson and the County may each be referred to
herein as “Party” and collectively, the “Parties.”
RECITALS:
WHEREAS, Simpson is proposing to develop an approximately sixty (60) megawatt
(“MW”) alternating current (“ac”) Battery Energy Storage System (“BESS”) (the “Project”) on
certain parcels of land located in the County and identified by the Tax Map Numbers set forth in
Exhibit A hereto (collectively, the “Property”); and
WHEREAS, pursuant to Code of Virginia Chapter 22, Title 15.2, Article 7.3 (the “Siting
Agreement Statute”), Simpson and the County may enter into a siting agreement with respect to
an energy generating facility proposed to be located in the County; and
WHEREAS, pursuant to Code of Virginia § 15.2-2316.7, Simpson is required to provide
the County with written notice of Simpson’s proposed intent to locate the Project in Pittsylvania
County and request a meeting to discuss and negotiate a Siting Agreement (such notification,
discussion and negotiation being the “Siting Agreement Process”);
WHEREAS, prior to the date hereof, Simpson commenced the Siting Agreement Process
with respect to the Project;
WHEREAS, the Project has a proposed nameplate electrical energy generating capacity of
sixty (60) MW(ac), as shown in the first application of Simpson for interconnection of the Project
with the applicable utility, and thus in no event would a statutory exemption from local machinery
and tools (“M&T”) taxation (as provided by Code of Virginia § 58.1 – 3508.6 and local ordinance)
apply to the Project;
WHEREAS, the County has not adopted an ordinance pursuant to Code of Virginia § 58.1-
2636 assessing a revenue share of up to $1400 per MW(ac) (a “Revenue Share Ordinance”), and
thus in the absence of this Siting Agreement the obligation to pay one hundred percent (100%) of
applicable M&T tax would apply to the Project;
WHEREAS, pursuant to authority granted in the Siting Agreement Statute, the County
wishes to enter into this Siting Agreement with Simpson pursuant to which the County sets forth
financial obligations of Simpson in lieu of any obligation of Simpson to pay M&T tax in any
amount over the life of the Project;
257
Page 2 of 14
WHEREAS, as set forth herein, the parties have negotiated the terms and conditions of a
Siting Agreement, the effectiveness of which is conditioned on the County’s approval of a special
use permit (“SUP”) pursuant to Section 34-141(C) of the County’s Zoning Ordinance authorizing
the use of the Property for the Project;
WHEREAS, pursuant to the requirement of Code of Virginia §15.2-2316.8(B), the County
has held a public hearing in accordance with Code of Virginia §15.2-2204(A) for the purpose of
considering this Siting Agreement; and
WHEREAS, at a meeting of the Board of Supervisors of Pittsylvania County (the
“Board”), a majority of a quorum of the members of the Board approved this Siting Agreement.
NOW, THEREFORE, pursuant to Code of Virginia Chapter 22, Title 15.2, Article 7.2,
intending to be legally bound hereby and in consideration of the mutual covenants and agreements
set forth herein, the receipt and sufficiency of which are conclusively acknowledged, the Parties
hereby agree as follows:
1. CAPITAL PAYMENT OBLIGATION.
(a) Payment Schedule. Simpson will make the following payments (the “Capital
Payments”) to the County at the milestones set forth below in the total amount of
$15,000 per megawatt, with the total MW calculation to be based on the anticipated
MW capacity of the Project as of the most recent stage of the interconnection process
(i.e., anticipated 60 MW as of the execution of this Siting Agreement based on the
initial interconnection application, but subject to adjustment accordingly up or down
upon any future modifications thereof and/or updated final interconnection agreement).
Notwithstanding the foregoing, Capital Payments once made shall not be retroactively
adjusted and any such adjustment shall apply to future Capital Payments only. The
Payment Schedule shall be:
(i) Initial Capital Payment following execution of the Siting Agreement:
Within ninety (90) days of the execution of the Siting Agreement,
Simpson will transfer by wire to the County the initial Capital Payment
in the amount of $1,000/MW.
(ii) Second Capital Payment on Siting Agreement 2nd Anniversary: On the
second anniversary of the Effective Date of this Siting Agreement,
Simpson will transfer by wire to the County an additional Capital
Payment of $1,500/MW.
(iii) Third Capital Payment Upon County Approvals: Within thirty (30)
days of the County’s approval of a site plan and Erosion and Sediment
Control Permit for the Project, Simpson will transfer by wire to the
County an additional Capital Payment of $5,000/MW.
(iv) Fourth Capital Payment Upon Approval of State-Level Permits:
Simpson shall notify the County within five (5) days of the earlier of
approval of the State Corporation Commission of a Certificate of
Public Convenience and Necessity or Department of Environmental
258
Page 3 of 14
Quality permit by rule for the Project, and within thirty (30) days of
such approval, Simpson will transfer by wire to the County an
additional Capital Payment of $4,500/MW. If Simpson fails to timely
notify the County of such approval, Simpson shall pay the County
$1,000 per day for each day the notice extends beyond five (5) days.
(v) Final Capital Payment at Commercial Operation Date: Within five (5)
days after the date that the Project begins commercial electrical
operation (“COD”), Simpson will transfer by wire to the County the
final Capital Payment in the amount of $3,000/MW.
(b) Use of Payment. The Capital Payment shall be used, at the County’s sole discretion,
to (a) assist the County in addressing capital needs set out in the County’s (i) capital
improvement plan, (ii) current fiscal budget, (iii) fiscal fund balance or (iv) emergency
responder equipment needs specific to the project and/or (b) support broadband (as
defined in Code of Virginia § 56-585.1:9) funding, all as permitted by Code of Virginia
§ 15.2-2316.7.
(c) Distinguished from Real Estate Taxes and Other Obligations. The Capital Payment is
separate and distinct from all real estate taxes owed pursuant to Section 6.1.1 of Chapter
6 of the Pittsylvania County Code, and other taxes, fees, and ordinances that may be
validly applicable to the Property.
(d) Invalidity of Siting Agreement. If this Siting Agreement for any reason is found
unenforceable or invalid by a court of law or other authority, or otherwise is terminated,
with the legal effect that Simpson is obligated to pay M&T tax in any amount under
Code of Virginia § 58.1 – 3508.6 and/or local ordinance, any Capital Payment that has
been released or paid to the County by Simpson shall be credited against Simpson’s
M&T tax obligation when due until the total amount of paid Capital Payment is
exhausted.
2. ANNUAL PAYMENTS.
(a) Payment Obligation and Schedule. Commencing at COD, Simpson will be obligated to
make annual payments to the County as set forth in Exhibit B hereto (each an “Annual
Payment” and collectively, the “Annual Payments”). The Annual Payments shall
begin no later than thirty (30) days after COD and each anniversary of COD thereafter.
The obligation to make the Annual Payments shall cease (as applicable, the
“Termination Date”) upon: (i) Simpson’s commencement of the decommissioning of
all or a material portion of the Project, (ii) the cessation of operation of the Project for
a continuous period of longer than one (1) year, or (iii) the 20th calendar year of
commercial electricity generation of the Project in which the final payment on Exhibit
B is shown. The Parties acknowledge that Simpson’s obligation to make Annual
Payments shall be conditioned upon the Project’s COD. Each Annual Payment shall be
made to the County in any year in one lump sum.
259
Page 4 of 14
(b) No M&T Tax Liability. In consideration of the Annual Payments described in Section
2(a) above, the County covenants and agrees that, notwithstanding Code of Virginia §
58.1 – 3508.6 and in light of the powers granted to the County under Code of Virginia
Chapter 22, Title 15.2, Article 7.3, (i) no M&T tax is assessable or chargeable with
respect to the Project, (ii) it will at no time during the operation of the Project assert
that such M&T tax is due and payable, and (iii) it hereby waives any such right of
assessment or collection.
(c) Revenue Share Ordinance Waived. Pittsylvania County hereby waives the opportunity
to apply a Revenue Share Ordinance to the Project, if such an ordinance is adopted in
the future, and the Parties acknowledge and agree that they shall be bound by and
subject to the provisions the Annual Payments described in Section 2(a), except as may
be modified in any amendment of this Siting Agreement agreed to by the Parties.
(d) Public Service Company Property. The Parties acknowledge and agree that if the
Project is owned by a public service corporation (including as a result of an assignment
made pursuant to Section 7 of this Siting Agreement), the provisions pertaining to the
taxation of real and tangible personal property of public service corporations under
Code of Virginia Chapter 26 of Title 58.1 shall apply to the Property. The Parties
acknowledge and agree that pursuant to Section 2(b) of this Siting Agreement, the
County M&T tax assessable or chargeable to the Project for purposes of Code of
Virginia § 58.1 – 2606(C) shall be zero. Each Party further agrees to file, and to
cooperate with the other Party in the filing of, any reports, returns or other information
that must be filed with the Virginia Corporation Commission or the Virginia
Department of Taxation for the purpose of carrying out the purpose of Section 2(b) of
this Siting Agreement that no M&T tax will be assessable or chargeable with respect
to the Project, including in the event the Project is owned by a public service
corporation whose property is assessed centrally by the Virginia Corporation
Commission or Virginia Department of Taxation.
3. STATEMENT OF BENEFIT. Simpson acknowledges that this Siting Agreement is
beneficial to Simpson in assisting it to proceed with the installation of the Project and
provides for future revenues to the County that are fair to both Parties. The County
acknowledges that the funding provided pursuant to this Siting Agreement is beneficial in
that it will result in mutually acceptable, predictable, and reasonable payments to the
County.
4. PERMITS AND APPROVALS.
(a) SUP Application. The Parties acknowledge that Simpson is required to obtain a SUP
from the County in order to construct and operate the Project on the Property. As
required by Section 34-141(C) of the County’s Zoning Ordinance, Simpson has
submitted, or will submit (as applicable), its SUP application to the County authorizing
the construction and operation of the Project on the Property, which is or which will be
attached hereto and Exhibit C (the “Application”). Nothing herein shall guarantee the
County’s approval of an SUP with respect to the Project.
260
Page 5 of 14
(b) Limitation of Remedies. Notwithstanding the SUP, this Siting Agreement, or
otherwise, neither an actual or asserted breach of this Siting Agreement by Simpson
nor the voiding, termination or invalidation of this Siting Agreement shall be grounds
for voiding, terminating or suspending the SUP, provided that this subsection 4(b) shall
not apply in the case of a willful or intentional breach of this Siting Agreement by
Simpson.
5. CONFORMANCE WITH COMPREHENSIVE PLAN. Upon approval of this Siting
Agreement by the County and in accordance with Code of Virginia § 15.2-2316.9, the
Project and all related transmission facilities shall be deemed to be “substantially in accord”
with the “2010 Pittsylvania County Comprehensive Plan,” in all respects, to the extent that
prior to such date of approval the County’s Planning Commission has not determined that
the Project was “substantially in accord” with the Pittsylvania County’s Comprehensive
Plan then in effect under Code of Virginia § 15.2-2232(A).
6. EFFECT OF SITING AGREEMENT.
(a) Supremacy of Siting Agreement. In accordance with Code of Virginia § 15.2-
2316.9(B), and as acknowledged and agreed to by the Parties, the terms of this Siting
Agreement shall control over any County ordinance(s) and/or regulation(s) that may be
inconsistent with the terms of this Siting Agreement, including any ordinances,
regulations, policies, and/or guidelines which are inconsistent with the design,
construction, operation and/or maintenance of the Project as indicated in the
Application as may be approved by the County, which approved Application will
control.
(b) Binding Effect. In accordance with Code of Virginia § 15.2-2316.8(A)(3), and
acknowledged and agreed to by the parties, this Siting Agreement shall be binding upon
the County and enforceable against the governing body and future governing bodies of
the County in any court of competent jurisdiction.
(c) Conditional Effect. This Siting Agreement is expressly conditioned upon, among other
factors, the County’s approval of a SUP authorizing the use of the Property as a BESS
facility subject to the conditions associated with the SUP. Should the County fail to
approve a SUP on terms acceptable to Simpson, and Simpson elects not to proceed with
the construction of the Project following the County’s action on the SUP prior to the
date when any payment is due under this Siting Agreement, then immediately upon the
County’s receipt of Simpson’s written notice that it elects not to proceed, this Siting
Agreement shall be null and void and of no effect, at Simpson’s election.
(d) No Obligation to Develop. The parties agree and acknowledge that Simpson has no
obligation to develop the Project, and this Siting Agreement does not require that any
payment be made unless and until the COD occurs (except as set forth in Section 1
regarding Capital Payments due prior to COD). It is expressly understood that
development of the Project is contingent upon a number of factors and no election by
Simpson, in its sole discretion, to terminate, defer, suspend, or modify plans to develop
the Project shall be deemed a default by Simpson under this Siting Agreement. The
charging or discharging of test energy, or any other energy, prior to COD does not
trigger payment under this paragraph.
261
Page 6 of 14
(e) Covenant to Pay. Simpson covenants to the County that it will pay the County the
amounts due hereunder when due in accordance with the terms of this Siting
Agreement, and, in the absence of a breach or default by County of its obligations
hereunder, will not seek to invalidate this Siting Agreement, or otherwise take a
position adverse to the purpose or validity of this Siting Agreement.
7. ASSIGNMENT. This Siting Agreement may be assigned by Simpson without the necessity
of obtaining the County’s consent, and the assignee shall have the same rights under this
Siting Agreement as held by the assignor prior to the assignment, provided the assignee
agrees to be bound by the terms of this Siting Agreement and a notice of assignment, in a
form reasonably acceptable to the County, is, no more than thirty (30) days following such
assignment, delivered to the County evidencing the assignee’s acknowledgement of the
terms of this Siting Agreement and agreement to be bound hereby. If Simpson sells,
transfers, leases, or assigns all or substantially all of its interests in the Project or ownership
of Simpson, this Siting Agreement will automatically be assumed by and binding on the
purchaser, transferee, or assignee.
8. REPRESENTATIONS. Each Party represents as follows:
(a) It has the power and authority to enter into and perform this Siting Agreement; and that
the execution, delivery and performance of this Siting Agreement has been duly
authorized by all necessary corporate or governmental action, as applicable;
(b) No suit, action, arbitration, legal, administrative, or other proceeding is pending or, to
the best of its knowledge, has been threatened against it that would affect the validity
or enforceability of this Siting Agreement or its ability to fulfill its commitments
hereunder, or that would, if adversely determined, have a material adverse effect on its
performance of this Siting Agreement;
(c) The execution, delivery, and performance of this Siting Agreement by it will not result
in a breach of, default under or violation of any applicable law; and
(d) This Siting Agreement constitutes a legal, valid, and binding obligation enforceable
against it in accordance with its terms, except as the enforceability of such terms may
be limited by applicable bankruptcy, reorganization, insolvency, or similar laws
affecting the enforcement of creditors’ rights generally.
9. MISCELLANEOUS.
(a) Governing Law; Jurisdiction; Venue. This Siting Agreement shall be governed by and
construed in accordance with the laws of the Commonwealth of Virginia, without
regard to any of its principles of conflicts of laws or other laws which would result
in the application of the laws of another jurisdiction. The Parties hereto (a) agree that
any suit, action or other legal proceeding, as between the Parties hereto, arising out of
or relating to this Siting Agreement shall be brought and tried only in the Circuit Court
of Pittsylvania County, Virginia (“Court”), (b) consent to the jurisdiction of the Court
in any such suit, action or proceeding, and (c) waive any objection which any of them
may have to the laying of venue or any such suit, action, or proceeding in the Court and
any claim that any such suit, action, or proceeding has been brought in an inconvenient
262
Page 7 of 14
forum. The Parties hereto agree that a final judgment in any such suit, action, or
proceeding shall be conclusive and may be enforced in other jurisdictions by suit on
the judgment or in any other manner provided by law.
(b) Confidentiality. Once public notice has been issued regarding the Board’s scheduled
consideration of this Siting Agreement at an upcoming meeting of the Board, this Siting
Agreement shall be a public document, subject to production under the Freedom of
Information Act (FOIA). The County understands and acknowledges Simpson, and as
applicable, their associates, contractors, partners and affiliates utilize confidential and
proprietary "state-of-the-art" information and data in their operations ("Confidential
Information"), and that disclosure of any information, including, but not limited to,
disclosures of technical, financial or other information concerning Simpson or any
affiliated entity could result in substantial harm to them and could thereby have a
significant detrimental impact on their employees and also upon the County. The
County acknowledges that during the development of this Siting Agreement, certain
Confidential Information may be shared with the County by Simpson. Simpson agrees
to clearly identify any information it deems to be Confidential and not subject to
mandatory disclosure under the Virginia Freedom of Information Act or other
applicable law as Confidential Information at the time it provides such information to
the County. The County agrees that, except as required by law and pursuant to the
County's police powers, neither the County nor any employee, agent or contractor of
the County will knowingly or intentionally disclose or otherwise divulge any such
confidential or proprietary information to any person, firm, governmental body or
agency, or any other entity unless the request for Confidential Information is made
under a provision of local, state or federal law. Upon receipt of such request but before
transmitting any documents or information which may contain Confidential
Information, the County will contact Simpson to review the request for information and
associated documents to determine if any Confidential Information is at risk of
disclosure. If Confidential Information exists, Simpson may intervene on behalf of the
County and defend against disclosure of the Confidential Information. The County
agrees to cooperate in this defense and to the extent allowed by law, work to protect
the Confidential Information of Simpson.
(c) Removal of Property. The County acknowledges that the final design of the Project
will occur at a later date. Based on final design, Simpson shall have the right to remove
parcels from the Project without the consent of the County. Property that is not included
in the Project will be considered withdrawn from this Siting Agreement without the
need for further action by the Parties. The withdrawal of any parcels from this Siting
Agreement shall not affect Simpson’s obligations under this Siting Agreement.
(d) Notices.
Any communication required or permitted by this Siting Agreement must be in
writing except as expressly provided otherwise in this Siting Agreement.
Any communication under this Siting Agreement shall be sufficiently given and
deemed given when delivered via email, by hand, or after being deposited in the
mails by first-class certified mail, postage prepaid, and addressed as follows, or via
such other means of communication as is mutually agreeable to both Parties:
263
Page 8 of 14
If to : Simpson Energy Center, LLC
Attn: General Counsel
310 4th Street NE, 3rd Floor
Charlottsville, VA 22902
Email: legal@eastpointenergy.com
If to the County: County Administrator
Pittsylvania County, Virginia
1 Center Street
P.O. Box 426
Chatham, VA 24531
Attn: David Smitherman, County Administrator
With a copy to: J. Vaden Hunt, Esq.
1 Center Street
P.O. Box 426
Chatham, VA 24531
Email: vaden.hunt@pittgov.org
Any addressee may designate additional or different addresses for communications
by notice given under this Section to each other.
(e) Memorandum of Siting Agreement. A memorandum of this Siting Agreement (the
“Memorandum”), in a form acceptable to the County, shall be recorded in the land
records of the Clerk’s Office of the Circuit Court of Pittsylvania County, Virginia (the
“Clerk’s Office”). Such recordation shall be at sole cost and expense and shall occur
as reasonably practicable after the full execution of this Siting Agreement. If Simpson
chooses not to develop the Project, the Parties, at the request of either Party, shall
execute a release of the Memorandum filed in the Clerk's Office and direct its
recordation.
(f) Non-Business Days. If the date for making any payment or performing any act or
exercising any right is not a day when financial institutions are open for business in the
Commonwealth of Virginia, such payment must be made or act performed or right
exercised on or before the next business day such offices are open for public business.
(g) Entire Agreement: Amendments. This Siting Agreement and any schedules or exhibits
constitute the entire agreement and supersedes all other prior agreements and
understandings, both written and oral, between the parties hereto with respect to the
subject matter hereof. No provision of this Siting Agreement can be modified, altered,
or amended except in a writing executed by all parties hereto. This Siting Agreement
may not be changed except in writing signed by all parties.
(h) Construction. This Siting Agreement was drafted with input by the County and
Simpson, and no presumption will exist against any Party.
(i) Binding Effect. This Siting Agreement is binding upon, inures to the benefit of and is
enforceable by the parties and their respective successors and assigns. There are no
264
Page 9 of 14
other agreements or other conditions precedent to the binding nature of the respective
obligations of Simpson and the County.
(j) Liability of Officers and Agents. No officer, agent, or employee of the County or
Simpson or its affiliates shall be subject to any personal liability or accountability by
reason of the execution of this Siting Agreement or any other documents related to the
transactions contemplated hereby. Such officers, agents, or employees shall be deemed
to execute such documents in their official capacities only, and not in their individual
capacities. This Section shall not relieve any such officer, agent, or employee from the
performance of any official duty provided by law.
(k) Counterparts; Electronic Signatures. This Siting Agreement may be executed
simultaneously in any number of counterparts, each of which shall be deemed to be an
original, and all of which shall constitute one in the same instrument. A signed copy of
this Siting Agreement delivered by facsimile, email/PDF or other means of electronic
transmission shall be deemed to have the same legal effect as delivery of an original
signed copy of this Siting Agreement. Electronic signatures using a nationally
recognized service, such as DocuSign, shall be permitted for execution of this Siting
Agreement.
(l) Force Majeure. Any delay in the performance of any of the duties or obligations of
either party hereunder (the “Delayed Party”) shall not be considered a breach of this
Siting Agreement and the time required for performance shall be extended for a period
equal to the period of such delay, provided that such delay has been caused by or is the
result of any acts of God; acts of the public enemy; insurrections; riots; embargoes;
labor disputes, including strikes, lockouts, job actions, or boycotts; shortages of
materials or energy; fires; explosions; floods; changes in laws governing international
trade; or other unforeseeable causes beyond the control and without the fault or
negligence of the Delayed Party. The Delayed Party shall give prompt notice to the
other party of such cause and shall take whatever reasonable steps are necessary to
relieve the effect of such cause as promptly as possible. No such event shall excuse
the payment of any sums due and payable hereunder on the due date thereof except any
payment due upon the occurrence of any act or event for which delayed performance
is excused as provided above.
(m) Severability; Invalidity. Any provision of this Siting Agreement that conflicts with
applicable law or is held to be void or unenforceable shall be ineffective to the extent
of such conflict, voidness, or unenforceability without invalidating the remaining
provisions hereof, which remaining provisions shall be enforceable to the fullest extent
permitted under applicable law. If, for any reason, including a change in applicable law,
it is ever determined by any court or governmental authority of competent jurisdiction
that this Siting Agreement is invalid then the parties shall, subject to any necessary
County meeting vote or procedures, undertake reasonable efforts to amend and or
reauthorize this Siting Agreement so as to render the invalid provisions herein lawful,
valid, and enforceable. If the Parties are unable to do so, this Siting Agreement shall
terminate as of the date of such determination of invalidity, and the Property and Project
will thereafter be assessed and taxed as though this Siting Agreement did not exist. The
Parties will cooperate with each other and use reasonable efforts to defend against and
contest any challenge to this Siting Agreement by a third party.
265
Page 10 of 14
(n) Third Party Beneficiaries. This Siting Agreement is solely for the benefit of the Parties
hereto and their respective successors and permitted assigns, and no other person shall
have any right, benefit, priority, or interest in, under or because of the existence of, this
Siting Agreement.
(o) No Obligation to Develop Project. Simpson and its successors and assigns are under
no obligation to continue to develop the Project after the date of this Siting Agreement.
SEE ATTACHED SIGNATURE PAGES
266
Page 11 of 14
IN WITNESS WHEREOF, the County has caused this Siting Agreement to be executed in its
corporate name by an authorized person as of the date first written above.
COUNTY OF PITTSYLVANIA, VIRGINIA
By:
Name:
Title:
Date:
REMAINDER OF THIS PAGE LEFT BLANK INTENTIONALLY
267
Page 12 of 14
IN WITNESS WHEREOF, Simpson has caused this Siting Agreement to be executed in its
corporate name by its duly authorized officer as of the date first above written.
SIMPSON ENERGY CENTER, LLC
By:
By:
Name:
Title:
Date:
REMAINDER OF THIS PAGE LEFT BLANK INTENTIONALLY
268
Page 13 of 14
Exhibit A
Simpson Tax Map Parcels
Item Parcel ID# 2552-03-5579
Approximately 196.82 acres and shown as a blue shaded polygon.
269
Page 14 of 14
EXHIBIT B - Schedule of Payments
Annual payments are shown in a per MW and assumed 60MW interconnection. Actual payments
may adjust up or down based on final MW interconnection (to be found in the
Interconnection Agreement for the project) using a per MW multiplier.
Proposed Table
Project
Year
Calendar
Year
MW $/MW Total
1. 2029 60 $1,540 $92,400
2. 2030 60 $1,540 $92,400
3. 2031 60 $1,694 $101,640
4. 2032 60 $1,694 $101,640
5. 2033 60 $1,694 $101,640
6. 2034 60 $1,694 $101,640
7. 2035 60 $1,694 $101,640
8. 2036 60 $1,863 $111,804
9. 2037 60 $1,863 $111,804
10. 2038 60 $1,863 $111,804
11. 2039 60 $1,863 $111,804
12. 2040 60 $1,863 $111,804
13. 2041 60 $2,050 $122,984
14. 2042 60 $2,050 $122,984
15. 2043 60 $2,050 $122,984
16. 2044 60 $2,050 $122,984
17. 2045 60 $2,050 $122,984
18. 2046 60 $2,255 $135,283
19. 2047 60 $2,255 $135,283
20. 2048 60 $2,255 $135,283
$2,272,789
270
Capital Payment Sourbark Storage, LLC
75 MW storage
$15,000/MW
Tupelo Storage (RIFA Megasite) 55 MW
$15,000/MW
East Point/ Simpson 60 MW1
based on 8/20/2024 draft
$15,000/MW
1st $30K w/in 30 days of SUP $41,250 w/in 90 days of Ground Lease $1,000/MW x 60 MW = $60,000 w/in 90 days of Siting Agreement
2nd $225,000 w/in 5 days of
building permit (20%)
$82,500 w/in 1 year of Ground Lease $1,500/MW x 60 MW1 = $90,000 w/in 2 years of Siting Agreement
3rd $247,500 w/in 30 days of County approving site
plan and Erosion and Sediment Control Permit
$5,000 x 60 MW1 = $300,000 w/in 30 days of County approving site plan
and Erosion and Sediment Control Permit
4th $82,500 w/in 2 years of Ground Lease or the
date of 3rd payment, whichever is earlier
$4,500 x 60 MW1 = $270,000 w/in 30 days of CPCN or DEQ PBR
(penalty of $1,000/day if fail to notify County w/in 5 days of CPCN or PBR)
5th $247,500 w/in 30 days of CPCN or DEQ PBR $3,000 x 60 MW1 = $180,000 w/in 5 days of COD
Final $870,000 w/in 5 of COD
(total- $30K x 80%)
$123,501 w/in 5 days of COD
Total $1,125,000 $825,000 $15,000/MW x 60 MW1 = $900,000
Annual Payment Sourbark Storage, LLC
(75 Megawatts)
$1,400/MW x 10%
(works out to $1,685/MW)
Tupelo Storage (RIFA Megasite) 55 MW
(average of $1,858/MW)
East Point/ Simpson 60 MW1
(average of $1,894/MW)
calculations based on 60 MW, which is subject to adjustment up or down
depending upon amount of capacity approved for interconnection
1. $105,000 $84,700 $92,400
2. $105,000 $84,700 $92,400
3. $115,500 $84,700 $101,640
4. $115,500 $93,170 $101,640
5. $115,500 $93,170 $101,640
6. $115,500 $93,170 $101,640
7. $115,500 $93,170 $101,640
8. $127,050 $93,170 $111,804
9. $127,050 $102,487 $111,804
10. $127,050 $102,487 $111,804
11. $127,050 $102,487 $111,804
12. $127,050 $102,487 $111,804
13. $139,755 $102,487 $122,984
14. $139,755 $112,736 $122,984
15. $139,755 $112,736 $122,984
16. $139,755 $112,736 $122,984
17. $139,755 $112,736 $122,984
18. $153,731 $112,736 $135,283
19. $153,731 $124,009 $135,283
20. $153,731 $124,009 $135,283
Total $2,528,717 $2,044,082 $2,272,7891
Combined: $3,653,717 $2,869,082 $3,172,7891
1 After the first Capital Payment, 60 MW may be adjusted up or down, depending upon the amount of capacity actually approved for interconnection to the grid 271
Simpson Energy
Center
272
•Introduction to East Point Energy
•What is Energy Storage?
•Introduction to Simpson Energy Center
•Community Outreach
•Siting Agreement details
•Questions
Agenda
2 273
Introduction to East Point Energy
•East Point Energy is an energy storage project development
firm focused on the origination, construction, and
operation of energy storage projects.
•Our team is currently developing gigawatts of energy
storage projects throughout the country, helping to
transform the grid into a renewable, resilient, and
affordable system for generations to come.
•Developed first operational Battery Energy project in
Virginia
•Developed Dry Bridge Energy Center in Chesterfield County
•Largest operational project in the state at
20MW/80MWh
Rappahannock Electric Cooperative Project
3 274
Utility Partners
4 275
•Rechargeable batteries that
store energy from the electric
grid and dispatch when it’s most
needed
•Proven technology – used in cell
phones, laptops, and EVs
•“Swiss Army Knife” for the grid
What is Grid-Scale Storage?
5 276
6
Benefits
Electric Service
Reliability
Contribute to the
Local Economy
•Minimal Impact to Social
Services
•Stabilizing the Grid
•Fast Response
•Frequency Regulation
•Lower Energy Costs
•No Emissions or Pollution
•Peak Demand Reduction
Transmission/
Distribution
System Deferral
Photo Credit: Dominion Energy (Dry Bridge)
277
7
Energy Storage Safety
•24/7 Monitoring
•Codes
•NFPA 855 National Electrical Code
•24 IFC International Fire Code
•Local First Responder Partnership
•Proven & Tested
Technologies/Designs
Photo Credit: North American Clean Energy
278
•60 MegaWatts connecting to transmission
lines
•Equivalent to supplying electricity to 20,000
homes for 4 hours
•Siting Agreement payments of $900k to the
County before/at Commercial Operation.
• Revenue share payments of $2,272,000 over
20 years once operational.
Simpson Energy Center
8 279
Simpson Energy Center’s Rendering
9 280
Simpson Energy Center’s General Location
10 281
Project Site Plan
11
400+ ft
282
•Project introduction letters sent to neighbors February 2024
•Meetings with Emergency Responders February, September and
October 2024
•2nd set of project letters to neighbors Sept 2024
•Knocked doors and met some residents along Spring Rd Sept 2024
•Community meeting with neighbors Sept 2024 and proposed for Oct
28th at Hurt Elementary School
•Project website with FAQ posted for the public Sept 2024
Community Outreach
12 283
Siting Agreement Specifics
13
Timing MW $/MW Total
At execution 60 $ 1,000.00 $ 60,000.00
2nd Anniversary 60 $ 1,500.00 $ 90,000.00
Site Plan Approval 60 $ 5,000.00 $ 300,000.00
State Permit 60 $ 4,500.00 $ 270,000.00
Operational 60 $ 3,000.00 $ 180,000.00
$ 15,000.00 $ 900,000.00
284
Questions
14 285
info@eastpointenergy.com
eastpointenergy.com
15 286
10.b.2.
BOARD OF SUPERVISORS
EXECUTIVE SUMMARY
Public Hearing
Agenda Title: Public Hearing: Potential Disposition of Publicly Owned
Property Public Hearing (Old Climax Store)
Staff Contact(s): Vaden Hunt
Agenda Date: October 15, 2024 Item Number: 10.b.2.
Attachment(s): 1. 10-15-2024 Public Hearing Notice - Sale of Old
Callands store - with attachments
Reviewed By:
SUMMARY:
The Board is the current owner of the Old Climax Store site located in the
Callands-Gretna Magisterial District, containing 0.61 f an acre, at the
intersection of Route 799 and Route 705, also designated as Tax Parcel 1499-94-
1236 (“Property). To potentially sell or negotiate a sale of publicly owned
property, a Public Hearing to receive citizen input on the proposed selling of the
Property is required. For the Board’s review and consideration, related
documentation is attached.
FINANCIAL IMPACT AND FUNDING SOURCE:
Not applicable.
RECOMMENDATION:
County Staff recommends the Board conduct a Public Hearing to receive
citizen input on the potential sale of the Property. Following the Public Hearing,
County Staff recommends the Board authorize it to advertise the Property for
sale to the public.
MOTION:
"I make a Motion authorizing County Staff to advertise the Property for sale to
the public,"
287
PUBLIC HEARING NOTICE
As legally required by Virginia Code § 15.2-1800(B), the Board of Supervisors of Pittsylvania
County, Virginia, will hold a Public Hearing on Tuesday, October 15, 2024, at 7:00 p.m., 39 Bank
Street, SE, Chatham, Virginia, 24531, to receive citizen input on the potential offering for sale of
the old Climax Store site, publicly-owned property, located in the Callands-Gretna Magisterial
District, containing 0.61 acre, at the intersection of Route 799 and Route 705, also designated as
Tax Parcel 1499-94-1236. A full text and related documents/materials are available in the Office
of the County Administrator, County Administration Building, 1 Center Street, Chatham, Virginia,
24531, on Monday through Friday, 8:00 a.m. to 5:00 p.m., and on the County’s website,
www.pittsylvaniacountyva.gov.
288
289
290
291
292
293
294