Loading...
12-15-2020 Finance Packet BOARD OF SUPERVISORS FINANCE COMMITTEE MEETING Tuesday, December 15, 2020; 1:30 PM Chatham Community Center (Gallery Room) 115 South Main Street Chatham, Virginia 24531 AGENDA 1. CALL TO ORDER (1:30 PM) 2. ROLL CALL 3. AGENDA ITEMS TO BE ADDED 4. APPROVAL OF AGENDA Please remember that the Committee Meeting is designed for internal Committee and County Staff communication, discussion, and work. It is not a question and answer session with the audience. Accordingly, during the Committee Meeting, no questions or comments from the audience will be entertained. Respectfully, any outbursts or disorderly conduct from the audience will not be tolerated and may result in the offending person’s removal from the Committee Meeting. As a reminder, all County citizens, and other appropriate parties as designated by the Board’s Bylaws, are permitted to make comments under the Hearing of the Citizens’ Section of tonight’s Business Meeting. 5. NEW BUSINESS: a. 640 EMS Agreement (Staff Contact: David M. Smitherman) b. Solid Waste Capital Plan and Reimbursement Resolution (Staff Contact: Kimberly G. Van Der Hyde) c. Landfill Equipment Bid Authorization and Purchase (Staff Contact: Richard N. Hicks) d. Personnel Changes: GIS Manager; Assistant County Administrator Position Authorization and Reclassification; and EMT Classification (Staff Contact: Holly E. Stanfield) e. DLSC Tower Agreement (Staff Contact: Christopher C. Slemp) f. LifePack 15 Purchase (CFR Purchase Approval); (Staff Contact: Christopher C. Slemp) 6. STAFF REPORTS: a. Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp) 7. MATTERS FROM COMMITTEE MEMBERS 8. CLOSED SESSION: a. Discussion, consideration, or interviews of prospective candidates for employment; assignment, appointment, promotion, performance, demotion, salaries, disciplining, or resignation of specific public officers, appointees, or employees of any public body. (Staff Contact: J. Vaden Hunt, Esq.) (1) Legal Authority: Virginia Code § 2.2-3711(A)(1) Subject Matter: County Registrar’s Office and Other Election Officials/Temporary Workers Purpose: Hazard Pay Discussion 9. RETURN TO OPEN SESSION & CLOSED SESSION CERTIFICATION: a. Closed Session Certification 10. ADJOURNMENT Finance Committee EXECUTIVE SUMMARY ACTION ITEM Agenda Title: 640 EMS Agreement (Staff Contact: Christopher C. Slemp) Staff Contact(s): David M. Smitherman Agenda Date: December 15, 2020 Item Number: 4.a Attachment(s): Reviewed By: J. Vaden Hunt, Esq., County Attorney, and/or Christopher C. Slemp, Public Safety Director, will provide the Committee an update on the 640 EMS MOU. 4.a Packet Pg. 3 Finance Committee EXECUTIVE SUMMARY ACTION ITEM Agenda Title: Solid Waste Capital Plan and Reimbursement Resolution (Staff Contact: Kimberly G. Van Der Hyde) Staff Contact(s): Kim Van Der Hyde Agenda Date: December 15, 2020 Item Number: 4.b Attachment(s): 12-15-200 Pittsylvania - 2020 - Reimbursement Resolution (for Solid Waste) Reviewed By: SUMMARY: PFM has performed a proforma for future County Landfill Capital needs. A copy of said pro forma will be distributed at the Committee Meeting. In preparation for the potential financing of equipment and other County Landfill improvements, Kevin Rotty, of PFM, recommends that the Board consider passing the attached Reimbursement Resolution that allows for the County to be reimbursed for Capital items that the County may to need to purchase prior to financing. FINANCIAL IMPACT AND FUNDING SOURCE: Financial impacts will be discussed at the Committee Meeting RECOMMENDATION: County Staff recommends that the Committee recommend that the full Board at the Board’s December Business Meeting adopt the attached Reimbursement Resolution as presented in preparation of possible Landfill Capital financing. MOTION: “I make a Motion to recommend that the full Board at the Board’s December Business Meeting adopt the attached Reimbursement Resolution as presented in preparation of possible Landfill Capital financing.” 4.b Packet Pg. 4 RESOLUTION A RESOLUTION OF OFFICIAL INTENT TO REIMBURSE EXPENDITURES WITH PROCEEDS OF A BORROWING WHEREAS, the County of Pittsylvania, Virginia (the “County”), intends to acquire, construct, equip and develop capital improvements for its solid waste system (collectively, the “Project”); and WHEREAS, plans for the Project have advanced, and the County expects to advance funds to pay expenditures related to the Project (the “Expenditures”) prior to incurring indebtedness and to receive reimbursement for such Expenditures from proceeds of tax-exempt obligations or taxable obligations, or both; BE IT RESOLVED BY THE BOARD OF SUPERVISORS OF PITTSYLVANIA COUNTY, VIRGINIA: 1. The County intends to utilize the proceeds of tax-exempt obligations or taxable obligations (the “Obligations”) in an amount not currently expected to exceed $12,000,000 to pay or reimburse the costs of the Project. 2. The County intends that the proceeds of the Obligations be used to reimburse the County for Expenditures made with respect to the Project on or after the date that is no more than 60 days prior to the date of this resolution. The County reasonably expects on the date hereof that it will reimburse the Expenditures with the proceeds of the Obligations. 3. Each Expenditure was or will be, unless otherwise approved by bond counsel, either (a) of a type properly chargeable to a capital account under general federal income tax principles (determined in each case as of the date of the Expenditure), (b) a cost of issuance with respect to the Obligations, (c) a nonrecurring item that is not customarily payable from current revenues or (d) a grant to a party that is not related to or an agent of the County so long as such grant does not impose any obligation or condition (directly or indirectly) to repay any amount to or for the benefit of the County. 4. The County intends to make a reimbursement allocation, which is a written allocation by the County that evidences the County’s use of proceeds of the Obligations to reimburse an Expenditure, no later than 18 months after the later of the date on which the Expenditure is paid or the Project is placed in service or abandoned, but in no event more than three years after the date on which the Expenditure is paid. The County recognizes that exceptions are available for certain “preliminary expenditures,” costs of issuance, certain de minimis amounts, expenditures by “small issuers” (based on the year of issuance and not the year of expenditure) and expenditures for certain construction projects of at least five years. 4.b.a Packet Pg. 5 Attachment: 12-15-200 Pittsylvania - 2020 - Reimbursement Resolution (for Solid Waste) (2298 : Solid Waste Capital Plan and Reimbursement 5. The County intends that the adoption of this resolution confirms the “official intent” within the meaning of Treasury Regulations Section 1.150-2 promulgated under the Internal Revenue Code of 1986, as amended. 6. This resolution shall take effect immediately upon its passage. Adopted: __________, 2020 036841.0000014 EMF_US 83155606v1 4.b.a Packet Pg. 6 Attachment: 12-15-200 Pittsylvania - 2020 - Reimbursement Resolution (for Solid Waste) (2298 : Solid Waste Capital Plan and Reimbursement Finance Committee EXECUTIVE SUMMARY ACTION ITEM Agenda Title: Landfill Equipment Bid Authorization and Purchase (Staff Contact: Richard N. Hicks) Staff Contact(s): Richard N. Hicks Agenda Date: December 15, 2020 Item Number: 4.c Attachment(s): RFP Rebuilt Compactor 20201208 Reviewed By: SUMMARY: The County's trash compactor has more than 13,000 hours of use and will require significant maintenance soon. A larger compactor would be more efficient in burying the higher volume of trash expected January 1, 2021. A larger compactor will also help the staff achieve and surpass compaction goals. Accordingly, County Staff is proposing to purchase a rebuilt unit, which is expected to cost several hundred thousand dollars less than a new compactor. Accordingly, County Staff is proposing to purchase a rebuilt unit that will save several hundred thousand dollars. Connie M. Gibson, County Purchasing Manager, has prepared the attached Request for Proposals for a rebuilt unit and the proposals are due by January 5, 2021. Once purchase approval is received, it is estimated to take ninety (90) to one-hundred and twenty (120) days to rebuild the unit. County Staff is requesting authorization for the purchase and is requesting that the Board authorize the County Administrator to execute the bid documents and purchase order for the purchase of the equipment not to exceed $800,000. FINANCIAL IMPACT AND FUNDING SOURCE: The previously considered reimbursement resolution will allow the County to refund itself if it chooses to finance the purchase at a later date. RECOMMENDATION: County Staff recommends the Committee recommend the full Board at the Board’s December Business Meeting authorize the County Administrator to accept proposals on the purchase of a rebuilt trash compactor for the County Landfill and to execute the bid documents and purchase order not to exceed $800,000. MOTION: “I make a Motion recommending the full Board at the Board’s December Business Meeting authorize the County Administrator to accept proposals for the purchase of a rebuilt trash compactor for the County Landfill and to execute the bid documents and purchase order in an amount not to exceed $800,000.” 4.c Packet Pg. 7 1 PITTSYLVANIA COUNTY BOARD OF SUPERVISORS REQUEST FOR PROPOSAL RFP: 2020-12-08 REBUILT COMPACTOR FOR LANDFILL December 10, 2020 CONTACTS: CONNIE GIBSON, PURCHASING MANAGER 4.c.a Packet Pg. 8 Attachment: RFP Rebuilt Compactor 20201208 (2297 : Landfill Equipment Bid Authorization and Purchase (Staff Contact: Richard N. Hicks)) 2 Pittsylvania County, Virginia RFP # 2020-12-08 Rebuilt Landfill Compactor GENERAL INSTRUCTIONS TO OFFERORS DUE DATE: Sealed Proposals will be received until January 5, 2021, no later than 11:00AM. Failure to submit proposals to the correct location by the designated date and hour will result in disqualification. ADDRESS: One original and (2) copies of the proposals should be mailed or hand delivered to: Pittsylvania County Purchasing Department Att: Connie Gibson 1 Center Street Chatham, VA 24531. All Proposals must be in a sealed envelope or box and clearly marked in the lower left corner: "Sealed Proposal - RFP #2020-12-08, “Rebuilt Landfill Compactor” Proposals not so marked or sealed shall be returned to the offeror and will not be considered. Proposals shall clearly indicate the legal name, address and telephone number of the offeror (company, firm, partnership, individual). Proposals shall be signed above the typed or printed name and include the title of the individual signing on behalf of the offeror (see page 2). All expenses for making Proposals to Pittsylvania County shall be borne by the offeror. All Proposals shall be received by 11:00AM, January 5, 2021. Any proposal received after this time and date will not be considered. The offeror has the sole responsibility to have the proposal received by the Pittsylvania County Purchasing Department at the above address and by the above stated time and date. QUESTIONS: 1. All questions regarding this RFP must be made in writing. The written questions must be received by the County no later than 2:00 p.m., Monday 17, 2020. Questions may be faxed to (434) 432-7746 or emailed to Connie.gibson@pittgov.org. 2. All responses to questions will be posted on Pittsylvania County website: www.pittsylvaniacountyva.gov by December 18, 2020, 3:00pm. The offeror has the sole responsibility to go to the website and receive the responses or by contacting Connie Gibson requesting they be emailed. The responses will be an addendum to the RFP. All such responses by the County shall become part of the RFP. 3. Oral instructions do not become part of the proposal documents. Note: The County of Pittsylvania, Virginia does not discriminate against faith-based organizations in accordance with the Code of Virginia, §§ 2.2-4343.1, 1950 as amended or against a bidder or offeror because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by Federal, State, and County law relating to discrimination in employment or contracting. 4.c.a Packet Pg. 9 Attachment: RFP Rebuilt Compactor 20201208 (2297 : Landfill Equipment Bid Authorization and Purchase (Staff Contact: Richard N. Hicks)) 3 In Compliance with this Request for Proposal the named party hereby submits a proposal in response to Pittsylvania County to furnish services described in this RFP. The entire proposal, including Technical proposal, Proposal Cover Sheet, and any supplemental materials required to be provided by the offeror pursuant to the terms and conditions of the RFP, constitute the entire proposal. The party hereby certifies that such is genuine and not collusive or sham; that said offeror has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion or communication or conference, with any person to fix the bid price or affiant or any bidder, or to fix any overhead, profit or cost element of said bid price, or of that of any other bidder, or to secure any advantage against Pittsylvania County or any person interested in the proposed contract. The party submitting the forgoing Proposal acknowledges the provisions, terms and conditions of this RFP, including all attachments and addenda, and agrees to be bound by those provisions, terms and conditions. Further, the party certifies that all information submitted in response to this RFP is correct and true. The person signing this form shall be an authorized signatory officer of the corporation or an individual authorized by the By-Laws of the Corporation that has been given authoritative responsibility to bind the firm in a contract. Name and Address of Firm: ___________________________________________ Date: ______________________________________ ___________________________________________ By: ______________________________________ (Signature in Ink by Officer of the Corporation) ___________________________________________ ___________________________________________ Name: _______________________________________ (Please Print) _________________________Zip Code___________ Title: _____________________________________ Phone: (____) _______________________________ Fax: (_____) _________________________________ E-mail: _____________________________________ State of Incorporation: _________________________ State Corporation Commission #: _________________ Receipt of the following Addenda are acknowledged: Attach a copy of your company’s SCC Certificate and a list of officers Addendum No. ____________, dated____________ (Please note all addenda’s) (Return this Form) 4.c.a Packet Pg. 10 Attachment: RFP Rebuilt Compactor 20201208 (2297 : Landfill Equipment Bid Authorization and Purchase (Staff Contact: Richard N. Hicks)) 4 Introduction PURPOSE Pittsylvania County is issuing this Request for Proposal (RFP) to vendors to furnish and deliver one (1) rebuilt landfill Caterpillar 836K or equivalent, per specs herein or Pittsylvania County approved equal. 1. GENERAL REQUIREMENTS The County is seeking sealed proposals for a rebuilt Cat 836 compactor meeting minimum required specs or an approved equal to be determined solely by end user. Bidder to provide full description of compactor offered. Total cost must be FOB Destination, delivery cost included. The budget for this equipment is under $800,00.00. Responses should at a minimum address the following: a) Rebuilt Cat 836 compactor or equivalent. Recondition shall include but no limited to: 1. Torque converter 2. Drive shaft 3. Oil pump 4. Oil filter system 5. Final drives 6. Axles 7. Brakes 8. Radiator 9. Heat/AC 10. Hydraulic tank 11. Cab 12. Lift system 13. Blade 14. Lift/hoist cylinder 15. Steering cylinders 16. Hydraulic control valve b) Model Year c) Years vendors been in business d) Pictures of equipment e) available features/options f) Any warranty information if available g) 120 days delivery from the time the purchase order is issued Include any additional relevant information. You can quote on more than one piece of equipment, as long as all the information above is provided. 2. EVALUATION OF PROPOSALS: SELECTION FACTORS 4.c.a Packet Pg. 11 Attachment: RFP Rebuilt Compactor 20201208 (2297 : Landfill Equipment Bid Authorization and Purchase (Staff Contact: Richard N. Hicks)) 5 All proposals meeting the requirements of this RFP shall be reviewed and rated by a County evaluation committee according to the criteria listed below. The County expressly reserves the right to reject all proposals received. Furthermore, the County expressly reserves the right to reject any and all proposals, and to waive any of the terms, conditions, and provisions contained in the RFP. • Years and experience in Business with Heavy Duty Equipment. (30 points) • Quality, completeness, and responsiveness of the proposal. (30 points) • Cost proposal. (40 points) 3. AWARD PROCEDURES Selection shall be made of two or more offerors deemed to be fully qualified and best suited among those submitting proposals on the basis of the evaluation factors included in the Request for Proposals, including price, if so stated in the Request for Proposals. Negotiations shall be conducted with the offerors so selected. Price shall be considered but need not be the sole determining factor. After negotiations have been conducted with each offeror so selected, the agency shall select the offeror which, in its opinion, has made the best proposal, and shall award the contract to that offeror. The County may cancel this Request for Proposals or reject proposals at any time prior to an award and is not required to furnish a statement of the reasons why a particular proposal was not deemed to be the most advantageous (Code of Virginia, § 2.2- 4359D). Should the County in writing and in its sole discretion that only one offeror is fully qualified, or that one offeror is clearly more highly qualified than the others under consideration, a contract may be negotiated and awarded to that offeror. The award document will be a contract incorporating by reference all the requirements, terms and conditions of the solicitation and the contractor’s proposal as negotiated. 4. SPECIAL TERMS AND CONDITIONS BID ACCEPTANCE PERIOD: Any bid in response to this solicitation shall be valid for (120) days. At the end of the days the bid may be withdrawn at the written request of the bidder. If the bid is not withdrawn at that time it remains in effect until an award is made or the solicitation is canceled. ANNOUNCEMENT OF AWARD: Upon the award or the announcement of the decision to award a contract as a result of this solicitation, the purchasing agency will publicly post such notice on the County’s website, www.pittsylvaniacountyva.gov and on the County Public Notice Bulletin Board located at 1 Center Street, Chatham, VA 24531. 4.c.a Packet Pg. 12 Attachment: RFP Rebuilt Compactor 20201208 (2297 : Landfill Equipment Bid Authorization and Purchase (Staff Contact: Richard N. Hicks)) 6 CANCELLATION OF CONTRACT: The purchasing agency reserves the right to cancel and terminate any resulting contract, in part or in whole, without penalty, upon 60 days written notice to the contractor. In the event the initial contract period is for more than 12 months, the resulting contract may be terminated by either party, without penalty, after the initial 12 months of the contract period upon 60 days written notice to the other party. Any contract cancellation notice shall not relieve the contractor of the obligation to deliver and/or perform on all outstanding orders issued prior to the effective date of cancellation. Price Sheet (You can quote more than one dozer) Year: __________________________________________________________ Make: _________________________________________________________ Model: ________________________________________________________ Cost to include shipping: __________________________________________ Other information on the equipment: _____________________________________________________ _____________________________________________________________________________________ Return this Page 4.c.a Packet Pg. 13 Attachment: RFP Rebuilt Compactor 20201208 (2297 : Landfill Equipment Bid Authorization and Purchase (Staff Contact: Richard N. Hicks)) 7 PITTSYLVANIA COUNTY BOARD OF SUPERVISORS PURCHASING DEPARTMENT I. GENERAL TERMS AND CONDITIONS 1. Reservation of County Rights: The County reserves the right to accept or reject any or all bids, to waive any informality and to make an award to a party other than the low bidder, if deemed in the best interest of the County, subject to the provisions under the Virginia Public Procurement Act. The County does not discriminate against faith-based organizations. 2. Laws of the Commonwealth: Any purchase order/contract resulting from this bid process shall be governed; in all respects whether as to its validity, construction, capacity, performance or otherwise; by the laws of the Commonwealth. Successful bidders providing goods to the County herewith assure the County that they are conforming to the provisions of the Civil Rights Act of 1964, as amended, as well as the Virginia Fair Employment Act of 1975, as amended, where applicable and Section 2.2-4311 of the Virginia Public Procurement Act which provides: In every contract of over $10,000 the provisions in 1 and 2 below apply: (1) During the performance of this contract, the contractor agrees as follows: A. Nondiscrimination Clause: The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. B. Equal Opportunity Employer: The contractor, in all solicitations or advertisements for employees placed by or on behalf of the contractor, will state that such contractor is an equal opportunity employer. C. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. 4.c.a Packet Pg. 14 Attachment: RFP Rebuilt Compactor 20201208 (2297 : Landfill Equipment Bid Authorization and Purchase (Staff Contact: Richard N. Hicks)) 8 (2)Subcontractors: The contractor will include the provisions of the foregoing paragraphs A, B, and C in every subcontract or purchase order of over $10,000 so that the provisions will be binding upon each subcontractor or vendor. (3) Drug Free Workplace – During the performance of this contract, the contractor agrees to (i) provide a drug-free workplace for the contractor’s employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, possession, or use of a controlled substance or marijuana is prohibited in the contractor’s workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the contractor that the contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that such provision will be binding upon each subcontractor or vendor. 3. Tax Exemption: The County is exempt from State sales, and use taxes and will issue a Certificate of Exemption upon request. Deliveries against any items of this bid procedure shall be free from any excise or transportation taxes. Excise exemption registration NO. 54-600-1508 may be used when required or necessary on behalf of the County. 4. Modifications, Additions, or Changes: Modifications, additions, or changes to the terms and conditions of this invitation to bid may be cause for rejection of your bid. All bids shall be entered on the official bid forms, if provided. Bidders who attach or submit bids on their or any other forms may be considered unresponsive and may be rejected if an official bid form is provided. 5. Delivery Point: Except when otherwise specified herein, all items shall be F.O.B. delivered to any point within the County as directed by the Central Purchasing Department. 6. Transportation and Packaging: The authorized agent by signing this bid certifies and warrants that the bid price offered for F.O.B. destination, includes only the actual freight rate costs at the lowest and best rate and is based on the actual weight of the goods to be shipped. Except as otherwise specified herein, standard commercial packaging, packing and shipping containers shall be used. All shipping containers shall be properly and legibly marked or labeled on the outside with the commodity description and number, size and quantity. 7. Evaluation of Bid Documents: If any prospective bidder is in doubt as to the true meaning of any part of the specifications or other bid documents, the prospective bidders shall submit a written 4.c.a Packet Pg. 15 Attachment: RFP Rebuilt Compactor 20201208 (2297 : Landfill Equipment Bid Authorization and Purchase (Staff Contact: Richard N. Hicks)) 9 request, within the time frame provided, after receipt of the invitation to bid to the Central Purchasing Department. The Central Purchasing Department will have final authority to review any discrepancies or deficiencies in the specifications and then make the necessary interpretations or revisions. Interpretations or revisions shall be made official by the issuance of any necessary addendum and distributed to all potential bidders. The Central Purchasing Department will not be responsible for explanations or interpretations of the bid documents, except as issued in writing by the Purchasing Manager and/or County Administrator. 8. Default: In the case of default by the successful bidder or failure to deliver the goods or services ordered by the time specified, the Department of Central Purchasing, after due written notice may procure these goods or services from other sources and hold the defaulting vendor responsible for any excess cost occasioned thereby. 9. Anti-Collusion Certification: The authorized agent by signing this bid certifies and warrants that this bid is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a bid for the same materials, supplies, equipment or services, and is in all respects fair and without collusion or fraud. The signing agent understands collusive bidding is a violation of the Virginia Governmental Frauds Act and Federal Law and can result in fines, prison sentences, and civil damage awards. The signing agent also agrees to abide by all conditions of this bid and certifies that he or she is duly authorized to sign this bid for the bidder represented herein. 10. Kickbacks: The signing agent certifies and warrants that neither he/she nor the bidder from whom he/she is authorized to act has offered or received any kickback from any other bidder, suppliers, manufacturer, or subcontractor in connection with his/her bid on this solicitation. A kickback is defined as an inducement for the award of a contract, subcontracts or order, in the form of any payment, loan, subscription, advance, deposit of money, services or anything, present or promised, unless consideration of substantially equal or greater value is exchange. Further, no person shall demand or receive any payment, loan, subscription, advance, deposit of money, services or anything of value in return for an agreement not to compete on a public contract. 11. Gifts by Bidder, Offeror, Contractor, or Subcontractor: No bidder, offeror, contractor, or subcontractor, shall confer on any public employee or official having formal responsibility for a procurement transaction, any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value is exchanged. 4.c.a Packet Pg. 16 Attachment: RFP Rebuilt Compactor 20201208 (2297 : Landfill Equipment Bid Authorization and Purchase (Staff Contact: Richard N. Hicks)) 10 12. Termination/Cancellation of Contract: Subject to the provisions below, the contract may be terminated by either party upon thirty (30) days advance written notice to the other party; but if any work or service hereunder is in progress, but not completed as of the date of termination, then this contract may be extended upon written approval of the County until said work or services are completed and accepted. A. Termination for Convenience In the event that this contract is terminated or cancelled upon request and for the convenience of the County, without the required thirty (30) days advance written notice, then the County shall negotiate reasonable termination costs, if applicable. B. Termination for Cause Termination by the County for cause, default or negligence on the party of the appraiser or firm shall be excluded from the foregoing provision; termination costs, if any, shall not apply. The thirty (30) days advance notice requirement is waived in the event of Termination of Cause. C. Non-Appropriation Clause/Termination due to Unavailability of Funds in Succeeding Fiscal Years When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal year, the contract shall be cancelled and the contractor shall be reimbursed for the reasonable value of any non-recurring costs incurred but not amortized in the price of the supplies or services delivered under the contract. 13. Quantities: Quantities set forth in this invitation are estimates only, and the successful bidder shall supply at bid prices actual quantities as ordered regardless of whether such total quantities are more or less than those shown. 14. Ordering: All orders from the County shall be issued by the Central Purchasing Department. A County purchase order number is required for the contract; yet partial order quantities and deliveries will be accepted upon request or as outlined in the Special Specifications, by the Central Purchasing Department. No other department or personnel other than those in the Central Purchasing Department of the County are qualified to issue purchase orders, make changes in orders, or accept delivery on orders under this contract without specific written authorization being received by the contractor from the Central Purchasing Department or as otherwise specified in the Special Specifications. 15. Invoices/Billing Process: Invoices for items ordered, delivered, and accepted by the Central Purchasing Department or authorized departments shall be submitted by the contractor directly to the Accounting Department, at the address shown on the purchase 4.c.a Packet Pg. 17 Attachment: RFP Rebuilt Compactor 20201208 (2297 : Landfill Equipment Bid Authorization and Purchase (Staff Contact: Richard N. Hicks)) 11 order. The purchase order number must be referenced on all invoices regardless of quantities delivered, backordered, etc. Any outstanding quantities not included in the billing or invoice should be shown on a separate statement specifically marked, as not being an invoice for payment yet is an accountability of items and cost outstanding. 16. Discounts: All bids will be evaluated and awarded on net prices. Cash discounts will not be considered in making awards. If cash discounts for prompt payment are offered, it must be clearly shown on the bid forms in the space provided. On monthly invoices any payment terms must be clearly marked. The County will attempt to take advantage of any such discounts provided our timetable allows us to do so. 17. Hold Harmless: The successful contractor assumes and agrees to indemnify, defend and hold harmless Pittsylvania County, Virginia, its officers, agents, and employees from any claims, damages and actions of any kind or nature, whether at law or in equity, arising from or caused by the use of any materials, labor, goods, or equipment of any kind or nature furnished by the contractor, provided that such liability is not attributable to the sole negligence on the part of the using agency or to the manner outlined by the contractor and description literature or specifications submitted with the contractor’s bid. 18. Warranty: The contractor shall provide warranty documents on any material, goods or equipment of any kind or nature provided by the contractor, his subcontractor or other agents. The warranty shall be in effect for the period of time specified. 19. Contractual Intent Upon successful award of this bid by the County, it is the County’s intent to have a written contract fully executed by all participating parties. This contract shall delineate the capacity, performances and considerations for all parties involved. The contents of the bid submitted by the successful bidder and the bid specifications shall become a part of any contract awarded as a result of these specifications. The successful vendor will be expected to sign a “Standard Contract for Services” with the County. Sample contracts may be submitted by either party at the time of the bid, however, the County reserves the right to use its uniform contract format over all samples submitted. 20. Insurance By signing and submitting a bid/proposal under this solicitation, the Bidder/Offeror certifies that if awarded the contract, it will maintain all required Worker’s Compensation, Employer’s Liability, Commercial General Liability and Automobile Liability insurance coverage during the entire term of the contract and that all insurance coverage will be provided by insurance companies authorized to sell 4.c.a Packet Pg. 18 Attachment: RFP Rebuilt Compactor 20201208 (2297 : Landfill Equipment Bid Authorization and Purchase (Staff Contact: Richard N. Hicks)) 12 insurance in Virginia by the Virginia State Corporation Commission. Copies of insurance certificates shall be submitted with all bids/proposals. 21. Use of Name Brands Within These Specifications: The name of a certain brand, make, manufacturer, or definite specification is to denote the quality to the specific brand, make, manufacturer, or specification named; it is to set forth and convey to prospective bidders the general style, type, character and quality of article desired, and wherever in specifications or contract documents a particular brand, make of materials, device or equipment shall be regarded merely as a standard. Any other brand, make of material, device or equipment which is recognized the equal of that specified, considering quality, workmanship and economy of operation and is suitable for the purpose intended, shall be considered responsive to the specifications. 22. Access To Records: The County Administrator or his duly authorized agent, shall, until the expiration of three (3) years following the final payment on this Agreement, have access to and the right to examine and copy any directly pertinent books, documents, papers, and records of Lessor and Assignee involving transactions related to this Agreement. Lessor and Assignee shall have the reciprocal right, until the expiration of three (3) years following final payment on this Agreement, to have access to and examine and copy any directly pertinent books, documents, papers and records of the County Administrator in the event of litigation or arbitration involving this Agreement, rights of access, examination and copying hereunder granted to Lessor, Assignee, and Lessee shall continue until such claims have been finally disposed of. 4.c.a Packet Pg. 19 Attachment: RFP Rebuilt Compactor 20201208 (2297 : Landfill Equipment Bid Authorization and Purchase (Staff Contact: Richard N. Hicks)) 13 CONTRACTOR ELIGIBILITY CERTIFICATION This is to certify that this person/firm/corporation has not been barred from bidding on contracts by any agency of the Commonwealth of Virginia, nor is this person/firm/corporation a part of any firm/corporation that has been barred from bidding on contracts by any agency of the Commonwealth of Virginia. ______________________________ Name of Official ______________________________ Title ______________________________ Firm or Corporation Return this Page 4.c.a Packet Pg. 20 Attachment: RFP Rebuilt Compactor 20201208 (2297 : Landfill Equipment Bid Authorization and Purchase (Staff Contact: Richard N. Hicks)) Finance Committee EXECUTIVE SUMMARY ACTION ITEM Agenda Title: Personnel Changes: GIS Manager; Assistant County Administrator Position Authorization and Reclassification; and EMT Classification (Staff Contact: Holly E. Stanfield) Staff Contact(s): Holly E. Stanfield Agenda Date: December 15, 2020 Item Number: 4.d Attachment(s): GIS Manager Assistant County Administrator(2) Firefighter - EMT Basic Life Support Provider - DRAFT Firefighter - Advanced Life Support Provider - DRAFT Reviewed By: SUMMARY: The County’s Executive Team and Human Resources Manager have been evaluating top talent and organizational structure as part of the year end performance review process. This review has resulted in the recommended reallocation of vacant Recreation and Pet Center positions to other organizational priorities, particularly Geographic Information System (“GIS”) implementation and customer service related to improved business processes. This review has resulted in a need for two (2) additional positions: Assistant County Administrator and GIS Manager. For the Committee’s review, said new Position Descriptions are attached. Additionally, to address pay inequity among our EMTs, County Staff desires to re-classify these positions to Firefighter/EMT’s according to federal guidelines. Specifically, these employees will be covered under FLSA 207(b) which specifies a fifty-six (56) hour workweek, utilizing twenty-four (24) hour shifts. FINANCIAL IMPACT AND FUNDING SOURCE: Funding for these positions will be covered with vacancy savings and unused merit money. RECOMMENDATION: County Staff recommends the Committee recommend to the full Board for potential action at the Board’s December Business Meeting approval for the additional positions as presented. MOTION: “I make a Motion to recommend to the full Board for potential action at the Board’s December Business Meeting approval for the additional positions as presented.” 4.d Packet Pg. 21 POSITION TITLE: GIS MANAGER FLSA: NON-EXEMPT REPORTS TO: DIRECTOR OF COMMUNITY DEVELOPMENT SUMMARY OF POSITION: The purpose of this position is to coordinate and oversee the development and ongoing operations of the County’s geographic information system (GIS) with limited supervision. This is accomplished by supervising GIS staff; converting geographic data to various spatial, digital, and database formats utilizing geographic computer system hardware and software; supporting end users in application functionalities, designs, and codes; implementing software modifications; performing routine maintenance and operations as required; and implementing and planning new system development. ESSENTIAL JOB FUNCTIONS: Essential functions, as defined under the Americans with Disabilities Act, may include any of the following tasks, knowledge, skills and other characteristics. The list that follows is not intended as a comprehensive list; it is intended to provide a representative summary of the major duties and responsibilities. Incumbent(s) may not be required to perform all duties listed, and may be required to perform additional, position- specific tasks. • Manages the County’s GIS by creating, maintaining and reviewing GIS data layers and metadata; installing application updates and apply patches; conducting analysis of systems; development project plans and flowcharts for new and current systems; and administering the County’s enterprise GIS databases, web-servers and supporting software and applications; • Provides support to end user in application functionalities by participating in the analysis, evaluation and implementation of computer systems, and training end users in the use of systems; • Plans, directs and implements GIS projects by coordinating work tasks; communicating with vendors and user on project timelines; and ensuring projects are completed on-time and within budget; • Supervises GIS staff by holding regular meetings; ensuring lines of communication are open; evaluating workloads and staff performance; • Assist with the preparation of internal policies and procedures; • Designs, develops, and prepares graphic representations of GIS data using GIS hardware or software applications; • Analyzes GIS data to identify spatial relationships and display results of analyses using maps, graphs, or tabular data; • Uses advanced spatial analysis, data manipulation, or cartography software to perform geospatial data building, modeling, or analysis; • Maintains and, as needed, modifies existing GIS databases; 4.d.a Packet Pg. 22 Attachment: GIS Manager (2308 : Personnel Changes: GIS Manager; Assistant County Administrator Position Authorization and Recla) Equal Opportunity Employer Rev 2019 • Enters data into GIS database using various techniques including coordinate geometry, keyboard entry of tabular data, manually digitizing maps, scanning or automatic conversion to vectors, or conversion of other sources of digital data; • Reviews the currency, accuracy, usefulness, quality, and completeness of documentation of existing or incoming data; • Designs, or coordinates the development of, integrated GIS spatial and non-spatial databases; • Chooses cartographic elements necessary for effective presentation of information; • Provides users or clients with technical support and training related to the maintenance, development, or operation of GIS databases, equipment, or applications; • Interprets aerial photos or orthophotos; • Performs other related duties as assigned. CORE COMPETENCIES: • Customer Focus • Communication • Collaboration/Teamwork • Personal Accountability/Delivering Results • Diversity and Inclusion EDUCATION AND EXPERIENCE: Bachelor’s degree in GIS, Geography, Cartography, or related field required. A minimum of three (3) years of experience in related area preferred. Work requires supervising and monitoring performance for a regular group of employees or department including providing input or hiring/disciplinary actions and work objectives/effectiveness, performance evaluations, and realigning work as needed. REQUIRED KNOWLEDGE AND SKILL: Work requires advanced skills and knowledge in approaches and systems, which affect the design and implementation of major programs and/or processes organization wide. Independent judgement and decision-making abilities are necessary to apply technical skills effectively. Oversees budget preparation. Reviews and approves expenditures of significant budgeted funds for the department of does research and prepares recommendations for organization wide expenditures. Ability to write reports, prepare business letters, expositions, and summaries with proper format, punctuation, spelling, and grammar, using all parts of speech. Ability to use calculator, telephone fax machine, GPS Units, vehicle, scanner, copier, cell phone, personal computer, laptop computer, ArcGIS Software Suite, Autodesk Software Suite Printer, and other related software. CERTIFICATIONS AND LICENSES: Must possess a valid Virginia driver’s license. ENVIRONMENTAL FACTORS AND CONDITIONS/PHYSICAL REQUIREMENTS: Work is performed primarily in an indoor environment. Noise level is moderate. May be required to exert up to 20 to pounds. Use fingers, and hands to operate machines to ensure accuracy and thoroughness of work. Frequent to constant sitting, talking, seeing, hearing, and typing. Must be able to effectively communicate verbally, and in writing with co-workers, and the public. Visual acuity is required 4.d.a Packet Pg. 23 Attachment: GIS Manager (2308 : Personnel Changes: GIS Manager; Assistant County Administrator Position Authorization and Recla) Equal Opportunity Employer Rev 2019 for preparing, and analyzing written or computer data, and operation of daily equipment. Ability to operate a motor vehicle. This description provides information regarding the essential functions of the designated job, and the general nature and level of work associated with the job. It should not be interpreted to describe all the duties and performance that may be required of employees or be used to limit the nature and extent of assignments an employee may be given. The County reserves the right to modify the job description as deemed appropriate. SIGNATURES AND COMMENTS: I have read this description and understand the requirements and responsibilities of the position. ______________________________________ ______________________ Signature of Employee Date __________________________________________ ______________________ Signature/Job Title of Supervisor Date Comments: 4.d.a Packet Pg. 24 Attachment: GIS Manager (2308 : Personnel Changes: GIS Manager; Assistant County Administrator Position Authorization and Recla) POSITION TITLE: ASSISTANT COUNTY ADMINISTRATOR FLSA: EXEMPT REPORTS TO: COUNTY ADMINISTRATOR SUMMARY OF POSITION: Under the general supervision of the County Administrator; performs difficult and complex work in coordinating and directing all information management and systems activities for the County; enhance services to internal and external customers and provide secure, timely, accurate, and cost-effective progressive technology solutions; direct and supervise staff; develop and manage budget functions; develop policies and procedures; and oversee training initiatives. ESSENTIAL JOB FUNCTIONS: Essential functions, as defined under the Americans with Disabilities Act, may include any of the following tasks, knowledge, skills and other characteristics. The list that follows is not intended as a comprehensive list; it is intended to provide a representative summary of the major duties and responsibilities. Incumbent(s) may not be required to perform all duties listed, and may be required to perform additional, position- specific tasks. • Partners with members of the executive team and senior management to develop, implement and maintain strategic information systems and technology goals in support of organizational outcomes, goals and objectives; • Ensures the continuation of operations planning and infrastructure by making recommendations on software, systems, processes and procedures that optimize business processes and procedures; • Responsible for developing metrics, policies and standards to monitor the customer service components of County operations; • Coordinates training initiatives in support of strategic mission and goals; • Acts as liaison to Constitutional Officers in regard to business technology, processes and procedures; • Receives inquiries from County departments, other public agencies, and the public by telephone, in person, mail, electronically, and furnishes information or directs the inquiry to the proper department; • Attends meetings of the Board of Supervisors and provides information as required; • Make presentations to Boards, Agencies and Commissions as directed; • Provide oversight of the GIS system and mapping system; • Advise and assist with long-range planning in the County; • Develop, plan, market, organize, coordinate and implement special projects as assigned; CORE COMPETENCIES: • Customer Focus • Communication 4.d.b Packet Pg. 25 Attachment: Assistant County Administrator(2) (2308 : Personnel Changes: GIS Manager; Assistant County Administrator Position Equal Opportunity Employer Rev 2019 • Collaboration/Teamwork • Personal Accountability/Delivering Results • Diversity and Inclusion EDUCATION AND EXPERIENCE: Master’s degree-level of study preferred. Bachelor’s Degree (B.A.) from four-year accredited college or university in information technology; ten years related experience and/or training; or any experience that combined with education to be equivalent to a Bachelor’s Degree in above referenced fields. REQUIRED KNOWLEDGE AND SKILL: • Knowledge of the principles, practices and techniques of general management and office organization principles and practices. • Knowledge of the organization, function, and methods of operation of the County’s departments and Divisions, including budgeting. • Thorough knowledge of the basic laws, ordinances and regulations underlying the municipal corporation; • Knowledge of GIS Computer Program; • Ability to express ideas effectively orally and in writing; • Ability to establish and maintain effective working relationships with other County officials, employees, and the public; • Skill in understanding interpreting and applying relevant statutes, ordinances, rules and regulations; • Skill in working within deadlines to complete projects and assignments; • Skill in assessing, analyzing, identifying and recommending solutions to problems; • Skill in working independently or as a team member; • Skill in counseling, coaching, and mentoring with individuals and groups; • Skill in operating a personal computer and software applications; • Ability to read, analyze, and interpret the most complex documents; • Ability to write speeches and articles using original or innovative techniques or style; • Ability to make effective and persuasive speeches/presentations on complex topics to top management, public groups, and/or boards of directors; • Ability to work with mathematical concepts such as probability and statistical inference, and fundamentals of plane and solid geometry and trigonometry; to apply concepts such as fractions, percentages, ratios, and proportions to practical situations; • Ability to define problems, collect data, establish facts, and draw valid conclusions; • Ability to interpret an extensive variety of technical instructions in mathematical or diagram form and deal with several abstract and concrete variables; • Proficient in computer skills including electronic mail, record keeping, routine database activity, word processing, spreadsheet, graphics, etc.; • Handle multiple projects simultaneously. CERTIFICATIONS AND LICENSES: Possession of an appropriate valid driver’s license issued by the Commonwealth of Virginia. 4.d.b Packet Pg. 26 Attachment: Assistant County Administrator(2) (2308 : Personnel Changes: GIS Manager; Assistant County Administrator Position Equal Opportunity Employer Rev 2019 ENVIRONMENTAL FACTORS AND CONDITIONS/PHYSICAL REQUIREMENTS: Work is performed primarily in an indoor environment, but may require visits to outdoor project sites. Moderate noise (industrial buildings, business office with computers/copiers and printers, light traffic). May require additional duties after normal working hours in order to complete tasks necessary for operations and facilities. May be required to exert up to 20 to pounds. Requires walking or standing to a significant degree. Occasional overnight travel (up to 20%) by land and/or air. Manual dexterity sufficient to reach/handle items, work with fingers, and perceives attributes objects and materials. Work requires vocal communication for expressing or exchanging ideas by means of the spoken word; hearing is required to perceive information at normal spoken word levels; visual acuity is required for preparing and analyzing written or computer data, operation of motor vehicles or equipment, determining the accuracy and thoroughness of work, and observing general surroundings and activities. This description provides information regarding the essential functions of the designated job, and the general nature and level of work associated with the job. It should not be interpreted to describe all the duties and performance that may be required of employees or be used to limit the nature and extent of assignments an employee may be given. The County reserves the right to modify the job description as deemed appropriate. SIGNATURES AND COMMENTS: I have read this description and understand the requirements and responsibilities of the position. ______________________________________ ______________________ Signature of Employee Date __________________________________________ ______________________ Signature/Job Title of Supervisor Date Comments: 4.d.b Packet Pg. 27 Attachment: Assistant County Administrator(2) (2308 : Personnel Changes: GIS Manager; Assistant County Administrator Position POSITION TITLE: FIREFIGHTER / EMT-BASIC LIFE SUPPORT PROVIDER FLSA: NON-EXEMPT REPORTS TO: EMS COORDINATOR/SUPERVISOR SUMMARY OF POSITION: Performs difficult protective services work in regards to emergency medical services (EMS); engages directly in providing basic life support and stabilization procedures at the scene of a medical emergency and during transport to a medical facility; engages and assist volunteer fire and rescue members; responds to emergency situations as needed; performs station duties such as cleaning, service and supply restocking as needed. ESSENTIAL JOB FUNCTIONS: Essential functions, as defined under the Americans with Disabilities Act, may include any of the following tasks, knowledge, skills and other characteristics. The list that follows is not intended as a comprehensive list; it is intended to provide a representative summary of the major duties and responsibilities. Incumbent(s) may not be required to perform all duties listed, and may be required to perform additional, position- specific tasks. • Serves in the capacity of Basic Life Support provider (National Registered and/or Virginia certified EMT Basic or Advanced). • Provides Basic Life Support medical care and other EMS stabilization procedures. • Performs rescue from potentially life-threatening situations. • Responds to fire and assists with fire ground activities. • Responds to Hazardous Materials Incident incidents. • Prepares accurate records and reports as required for State EMS reporting requirements. • Operates emergency equipment and vehicle as required. • Assists in maintenance of equipment related to the County EMS service. • Assists in maintenance of buildings and grounds related to the County EMS service. • Assists in maintenance of vehicles related to County EMS service. • Replenishes supplies and materials as needed for County EMS service. • Assists in providing EMS and general Safety training to the public. • Assists in providing EMS training to volunteers. • Assists with fire prevention activities and community risk reduction. • Other tasks and activities as assigned in reference to EMS and Emergency Services. CORE COMPETENCIES: • Customer Focus • Communication • Collaboration/Teamwork • Personal Accountability/Delivering Results • Diversity and Inclusion 4.d.c Packet Pg. 28 Attachment: Firefighter - EMT Basic Life Support Provider - DRAFT (2308 : Personnel Changes: GIS Manager; Assistant County Administrator Equal Opportunity Employer Rev 2019 EDUCATION AND EXPERIENCE: Any combination of education and experience equivalent to graduation from high school supplemented by specialized, EMS and Rescue training. REQUIRED KNOWLEDGE AND SKILL: Extensive knowledge of emergency medical care and advanced life support techniques; working knowledge of firefighting techniques; ability to work cooperatively with other emergency services personnel under hazardous or stressful conditions; ability to assist in managing emergency medical services incidents making appropriate decisions in regard to patient care; ability to foster and maintain a positive working relationship with volunteer personnel and the public; have an aptitude for mechanical and manual work and be in excellent physical condition. Must be willing and able to develop a working knowledge of all aspects of Public Safety activities within Pittsylvania County and be willing and able to complete various tasks associated with the provision of these services. CERTIFICATIONS AND LICENSES: Must possess National Registry or Virginia Emergency Medical Technician – Basic or Advanced certification; MCI training desirable; EVOC certification required; must obtain FEMA Introduction to Hazardous Materials online training within 6 months of employment; NIMS 100, 200, 700 and 800 or ability to obtain within 12 months of employment, and a minimum of 2- years EMS experience; must obtain Firefighter 1, Basic Pump Operations, and Rural Water Supply certifications within 24 months of being employed. Possession of a valid driver’s license. Continuation of employment will be dependent on maintaining certification requirements. ENVIRONMENTAL FACTORS AND CONDITIONS/PHYSICAL REQUIREMENTS: This work requires the occasional exertion of up to 10 pounds of force; work regularly requires sitting, speaking or hearing and using hands to finger, handle or feel, frequently requires reaching with hands and arms and repetitive motions and occasionally requires standing, walking and stooping, kneeling, crouching or crawling; work has standard vision requirements; vocal communication is required for expressing or exchanging ideas by means of the spoken word and conveying detailed or important instructions to others accurately, loudly or quickly; hearing is required to perceive information at normal spoken word levels and to receive detailed information through oral communications and/or to make fine distinctions in sound; work requires preparing and analyzing written or computer data and observing general surroundings and activities; work occasionally requires working near moving mechanical parts, exposure to fumes or airborne particles, exposure to outdoor weather conditions and exposure to the risk of electrical shock; work is generally in a moderately noisy location (e.g. business office, light traffic). Must be able to wear and operate self-contained breathing apparatus. Must be able to 4.d.c Packet Pg. 29 Attachment: Firefighter - EMT Basic Life Support Provider - DRAFT (2308 : Personnel Changes: GIS Manager; Assistant County Administrator Equal Opportunity Employer Rev 2019 work in an IDLH atmospheres when needed. Must be able to wear and perform job functions using a Self-Contained Breathing Apparatus (SCBA). Candidate must be able to lift 100 lbs. Candidate must pass a physical exam. Candidate must be able to work in stressful, demanding and hazardous environments. SIGNATURES AND COMMENTS: I have read this description and understand the requirements and responsibilities of the position. ______________________________________ ______________________ Signature of Employee Date __________________________________________ ______________________ Signature/Job Title of Supervisor Date Comments: 4.d.c Packet Pg. 30 Attachment: Firefighter - EMT Basic Life Support Provider - DRAFT (2308 : Personnel Changes: GIS Manager; Assistant County Administrator POSITION TITLE: FIREFIGHTER / EMT-ADVANCED LIFE SUPPORT PROVIDER FLSA: NON-EXEMPT REPORTS TO: EMS COORDINATOR/SUPERVISOR SUMMARY OF POSITION: Performs difficult protective services work in regards to emergency medical services (EMS); engages directly in providing advanced life support and stabilization procedures at the scene of a medical emergency and during transport to a medical facility; engages and assist volunteer fire and rescue members; responds to emergency situations as needed; performs station duties such as cleaning, service and supply restocking as needed. ESSENTIAL JOB FUNCTIONS: Essential functions, as defined under the Americans with Disabilities Act, may include any of the following tasks, knowledge, skills and other characteristics. The list that follows is not intended as a comprehensive list; it is intended to provide a representative summary of the major duties and responsibilities. Incumbent(s) may not be required to perform all duties listed, and may be required to perform additional, position- specific tasks. • Serves in the capacity of Advanced Life Support provider (Virginia or National Registered Intermediate or Paramedic). • Provides Advanced Life Support medical care and other EMS stabilization procedures. • Performs rescue from potentially life-threatening situations. • Responds to fires and assist with fire ground activities. • Responds to Hazardous Materials Incident incidents • Prepares accurate records and reports as required for State EMS reporting requirements. • Operates emergency equipment and vehicle as required. • Assists in maintenance of equipment related to the County EMS service. • Assists in maintenance of buildings and grounds related to the County EMS service. • Assists in maintenance of vehicles related to County EMS service. • Replenishes supplies and materials as needed for County EMS service. • Assists in providing EMS and general Safety training to the public. • Assists in providing EMS training to volunteers. • Assists with fire prevention activities and community risk reduction. • Other tasks and activities as assigned in reference to EMS and Emergency Services. CORE COMPETENCIES: • Customer Focus • Communication • Collaboration/Teamwork • Personal Accountability/Delivering Results • Diversity and Inclusion 4.d.d Packet Pg. 31 Attachment: Firefighter - Advanced Life Support Provider - DRAFT (2308 : Personnel Changes: GIS Manager; Assistant County Administrator Equal Opportunity Employer Rev 2019 EDUCATION AND EXPERIENCE: Any combination of education and experience equivalent to graduation from high school supplemented by specialized, EMS, Fire and Rescue training. REQUIRED KNOWLEDGE AND SKILL: Extensive knowledge of emergency medical care and advanced life support techniques; working knowledge of firefighting techniques; ability to work cooperatively with other emergency services personnel under hazardous or stressful conditions; ability to assist in managing emergency medical services incidents making appropriate decisions in regard to patient care; ability to foster and maintain a positive working relationship with volunteer personnel and the public; have an aptitude for mechanical and manual work and be in excellent physical condition. Must be willing and able to develop a working knowledge of all aspects of Public Safety activities within Pittsylvania County and be willing and able to complete various tasks associated with the provision of these services. CERTIFICATIONS AND LICENSES: Must possess National Registry or Virginia Emergency Medical Technician – Intermediate or Paramedic certification; ACLS, PALS and PHTLS certification desirable; MCI training desirable; EVOC certification required; must obtain FEMA Introduction to Hazardous Materials online training within 6 months of employment; NIMS 100, 200, 700 and 800 or ability to obtain within 12 months of employment, and a minimum of 1-year ALS EMS experience; must obtain Firefighter 1, Basic Pump Operations, and Rural Water Supply certifications within 24 months of being employed. Possession of a valid driver’s license. Continuation of employment will be dependent on maintaining certification requirements. ENVIRONMENTAL FACTORS AND CONDITIONS/PHYSICAL REQUIREMENTS: This work requires the occasional exertion of up to 10 pounds of force; work regularly requires sitting, speaking or hearing and using hands to finger, handle or feel, frequently requires reaching with hands and arms and repetitive motions and occasionally requires standing, walking and stooping, kneeling, crouching or crawling; work has standard vision requirements; vocal communication is required for expressing or exchanging ideas by means of the spoken word and conveying detailed or important instructions to others accurately, loudly or quickly; hearing is required to perceive information at normal spoken word levels and to receive detailed information through oral communications and/or to make fine distinctions in sound; work requires preparing and analyzing written or computer data and observing general surroundings and activities; work occasionally requires working near moving mechanical parts, exposure to fumes or airborne particles, exposure to outdoor weather conditions and exposure to the risk of electrical shock; work is generally in a moderately noisy location (e.g. business office, light traffic). Must be able to wear and operate self-contained breathing apparatus. Must be able to 4.d.d Packet Pg. 32 Attachment: Firefighter - Advanced Life Support Provider - DRAFT (2308 : Personnel Changes: GIS Manager; Assistant County Administrator Equal Opportunity Employer Rev 2019 work in an IDLH atmospheres when needed. Must be able to wear and perform job functions using a Self-Contained Breathing Apparatus (SCBA). Candidate must be able to lift 100 lbs. Candidate must pass a physical exam. Candidate must be able to work in stressful, demanding and hazardous environments. SIGNATURES AND COMMENTS: I have read this description and understand the requirements and responsibilities of the position. ______________________________________ ______________________ Signature of Employee Date __________________________________________ ______________________ Signature/Job Title of Supervisor Date Comments: 4.d.d Packet Pg. 33 Attachment: Firefighter - Advanced Life Support Provider - DRAFT (2308 : Personnel Changes: GIS Manager; Assistant County Administrator Finance Committee EXECUTIVE SUMMARY ACTION ITEM Agenda Title: DLSC Tower Agreement (Staff Contact: Christopher C. Slemp) Staff Contact(s): Christopher C. Slemp Agenda Date: December 15, 2020 Item Number: 4.e Attachment(s): Reviewed By: Christopher C. Slemp, Public Safety Director, will provide an update to the Committee on the Danville Life Savings Crew Tower Agreement. 4.e Packet Pg. 34 Finance Committee EXECUTIVE SUMMARY ACTION ITEM Agenda Title: LifePack 15 Purchase (CRF Purchase Approval); (Staff Contact: Christopher C. Slemp) Staff Contact(s): Christopher C. Slemp Agenda Date: December 15, 2020 Item Number: 4.f Attachment(s): Public Safety - 3 Lifepak 15 Reviewed By: SUMMARY: CARES funding has allowed for purchase of several updated LifePack 15 cardiac monitors/defibrillators. The purchase of three (3) more units will allow for the upgrade of three (3) first responder vehicles to ALS status; one (1) at Blairs, one (1) at Ringgold, and one (1) for County Staff to use in the 640 area. The southeastern part of the County tends to have a considerable amount of ALS intercepts and this will help to improve that response. For the Committee’s review, related documentation is attached. FINANCIAL IMPACT AND FUNDING SOURCE: The cost of this project is $104,599. CARES funding will be used make this purchase. RECOMMENDATION: County Staff recommends the Committee recommend the purchase of the above-described LifePack 15 equipment to the full Board for potential action at the Board’s December Business Meeting. MOTION: “I make a Motion to recommend the purchase of the above-described LifePack 15 equipment to the full Board for potential action at the Board’s December Business Meeting.” 4.f Packet Pg. 35 12/11/2020 CARES Act Fund Application https://docs.google.com/forms/d/1aS5WqDYxAmC2nKQu9wboIgV88fDBLpk_XJfLT5-JNDY/edit#response=ACYDBNj6FKLur9rm5jUE8ctJrMyd4eZ2G…1/3 MM / DD / YYYY Public Safety Chris Slemp chris.slemp@pittgov.org CARES Act Fund Application The CARES Act provides that payments from the Coronavirus Relief Funds only may be used to cover costs that: 1. are necessary expenditures incurred due to the public health emergency with respect to the Coronavirus Disease (COVID-19); 2. were not accounted for in the budget most recently approved as of March 27, 2020 (the date of enactment of the CARES Act) for the State or government; and 3. were incurred during the period that begins on March 1, 2020 and ends on December 30, 2020. Date * 12 10 2020 Department * Requester * Requester's email * 4.f.a Packet Pg. 36 Attachment: Public Safety - 3 Lifepak 15 (2299 : LifePack 15 Purchase (CRF Purchase Approval); (Staff Contact: Christopher C. Slemp)) 12/11/2020 CARES Act Fund Application https://docs.google.com/forms/d/1aS5WqDYxAmC2nKQu9wboIgV88fDBLpk_XJfLT5-JNDY/edit#response=ACYDBNj6FKLur9rm5jUE8ctJrMyd4eZ2G…2/3 3 Lifepack 15 Up grade 3 more response vehicles to ALS (Blairs, Ringgold, and staff) 20000 104,599 Improves EMS response to calls Yes No Requested Item * What do you hope to accomplish with this purchase? * How many citizens and/or County staff will change effect? * Cost of requested item * How does this item connect to the COVID-19 pandemic? * Is this a recurring expense? * 4.f.a Packet Pg. 37 Attachment: Public Safety - 3 Lifepak 15 (2299 : LifePack 15 Purchase (CRF Purchase Approval); (Staff Contact: Christopher C. Slemp)) 12/11/2020 CARES Act Fund Application https://docs.google.com/forms/d/1aS5WqDYxAmC2nKQu9wboIgV88fDBLpk_XJfLT5-JNDY/edit#response=ACYDBNj6FKLur9rm5jUE8ctJrMyd4eZ2G…3/3 Improves EMS responses to calls. MM / DD / YYYY no none This content is neither created nor endorsed by Google. Does it enhance an existing service? If so, how? * What is the anticipated project implementation date? * 12 30 2020 Will this replace an existing item/project/service? If yes, how? * Business where item could be purchased (local first) *  Forms 4.f.a Packet Pg. 38 Attachment: Public Safety - 3 Lifepak 15 (2299 : LifePack 15 Purchase (CRF Purchase Approval); (Staff Contact: Christopher C. Slemp)) Finance Committee EXECUTIVE SUMMARY INFORMATION ITEM Agenda Title: Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp) Staff Contact(s): Christopher C. Slemp Agenda Date: December 15, 2020 Item Number: 5.a Attachment(s): Copy of 2020 Capital inventory Reviewed By: Per the Committee’s earlier request, attached please find the County's Fire and Rescue Capital Equipment Inventory. Christopher C. Slemp, Public Safety Director, will be in attendance to answer any related questions. 5.a Packet Pg. 39 Bachelors Hall Fire & Rescue Apparatus 1969 AM GENERAL BRUSH TRUCK 1998 FREIGHTLINER FIRE TRUCK 2000 FRIEGHTLINER FIRE TRUCK tanker 2002 FORD 1ST RESPONDER TRUCK 2013 FORD F450 AMBULANCE 2017 Gator Trailer 2016 FREIGHTLINER PUMPER 2019 Ford E450/Medix ME166 Type III Ambulance 2017 RTV Kuboto X900 * Item Description SCBA & Bottle MSA G1 SCBA spare bottle MSA 4500 PSI # turn out gear Cardiac monitors Lifepak 15 (1 county owned) Hydraulic Tools Quantum Hydraulic Pump Quantum Blairs Fire & Rescue Appartus 1984 HOME CONCESSION Trlr 1995 FREIGHTLINER PUMPER 2000 FORD F550 BRUSH TRUCK 2006 PIERCE CUSTOM ENFORCER 2009 DODGE 4500 AMBULANCE 2013 FORD F250 FIRE TRUCK 2013 MACK GRANITE FIRE TRUCK 2013 HURST TANDEM TRAILER 2016 BRAUN AMBULANCE 2019 PIERCE ENFORCER 2018 CHEVROLET TAHOE 1ST RESPONDER 2013 Polaris Ranger 6x6 Item Description SCBA & Bottle MSA G1 SCBA spare bottle MSA 4500 PSI # turn out gear Globe and Morning Pride Cardiac monitors Zolls Hydraulic Tools (2)Combi, (1)Cutter, (1)Spreader, (3)Rams Hydraulic Pump Hurst Brosville Fire & Rescue 5.a.a Packet Pg. 40 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) Apparatus 2002 AMERICAN PUMPER TANKER 2002 NAVISTAR 4400 E-ONE TRUCK 2009 4400 PIERCE FIRE TRUCK 2012 FORD F250 BRUSH TRUCK 2012 FORD F450 AMBULANCE 2012 FORD F450 AMBULANCE 2013 INTER RESCUE TRUCK 4400 2015 FORD F250 2015 John Deere Gator Item Description SCBA & Bottle MSA G1 SCBA spare bottle MSA 4500 PSI # turn out gear Cardiac monitors Lifepak 15 (1 county owned) Hydraulic Tools (1)Spreader, (1)Cutter, (1)Combi, (2)Rams, (1)Pedal Cutter Hydraulic Pump Hurst Edraulic Genesis Combi Cascade Fire & Rescue Appartus 1996 GMC FIRE TANKER 1967 KAISER JEEP BRUSH TRUCK 2005 INTER S4400 PUMPER TANKER 2012 FORD F550 BRUSH TRUCK 2016 DODGE AMBULANCE 1998 FORD Item Description SCBA & Bottle MSA G1 SCBA spare bottle MSA PSI # turn out gear Cardiac monitors Lifepak 15 (1 county owned Lucas CPR device 1 county owned Hydraulic tools No Tools Callands Fire & Rescue Apparatus 1978 CHEV. PUMPER TANKER 1993 FREIGHTLINER PUMPER 2000 FREIGHTLINER FL80 CRASH TRUCK 2003 CHEV AMBULANCE 2005 FREIGHTLINER TANKER 5.a.a Packet Pg. 41 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) 1983 CHEVROLET ATLAS TANKER 2012 DODGE 450 AMBULANCE 2015 CHEVROLET C25 BRUSH TRUCK 2017 CHEVROLET SILVERADO 1ST RESPONDER 2018 Kabota Item Description SCBA & Bottle MSA Firehawk SCBA spare bottle MSA 4500 PSI # turn out gear Globe Cardiac monitors Lifepak 15 (1 county owned) Hydraulic Tools Hurst Hydraulic Pump (1)Cutter, (2)Spreader, (1)Pedal Cutter Chatham Fire Department Apparatus 1996 FREIGHTLINER PUMPER 2000 FORD F350 BRUSH TRUCK 2002 FREIGHTLINER TANKER 2007 PIERCE CUSTOM PUMPER 1992 PIERCE ARROW LADDER TRUCK 2010 HOOPER UTILITY TRAILER 2004 FREIGHTLINER CRASH TRUCK Item Description SCBA & Bottle MSA G1 SCBA spare bottle MSA 4500 PSI # turn out gear Cardiac monitors None Hydraulic Tools (1)Spreader, (1)Cutter, (2)Rams Hydraulic Pump TNT Edraulic Hurst (1)Spreader, (1)Cutter Climax Fire Department Apparatus 2001 INTERNATIONAL PUMPER 1999 FORD F550 BRUSH TRUCK 2009 PIERCE TANKER 1988 FORD E350 1ST RESPONDER 1999 FREIGHTLINER FIRE TRUCK Item Description SCBA & Bottle MSA G1 SCBA spare bottle MSA 4500 PSI 5.a.a Packet Pg. 42 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) # turn out gear Hydraulic Tools Hydraulic Pump Amkus and TNT Cool Branch Fire Department Apparatus 1995 FREIGHTLINER E-1 PUMPER 2003 FREIGHTLINER FIRE TRUCK 2005 EMERGENCY ONE QUINT 2016 FORD BRUSH TRUCK 2001 FORD CROWN VIC RESPONDER Item Description SCBA & Bottle MSA G1 SCBA spare bottle MSA 4500 PSI # turn out gear Dry Fork Fire Department Apparatus 1998 CHEV. 1ST RESPONDER 2000 NAVISTAR KME PUMPER 2007 FREIGHTLINER PUMPER TANKER 1986 CHEVROLET BRUSH TRUCK Item Description SCBA & Bottle MSA G1 SCBA spare bottle MSA 4500 PSI # turn out gear Hydraulic Tools (1)Speaders, (1)Cutters, (2)Rams Hydraulic Pump Amkus Gretna Fire and Rescue Apparatus 1992 E-ONE PUMPER 2000 DODGE 3500 BRUSH TRUCK 2008 KENWORTH M300 M & W 2005 FORD CROWN VICTORIA 2003 2003 INTERNATIONAL PUMPER 2006 FORD CROWN VICTORIA 1995 GMC CRASH TRUCK 2008 INTERNATIONAL AMBULANCE 2014 FORD AMBULANCE 2011 CHEVROLET AMBULANCE 2020 Pierce Enforcer Pumper (2)Spreader, (2)Cutters, (2)Rams 5.a.a Packet Pg. 43 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) 2014 OSAGE SUPER WARRIOR AMBULANCE 2000 FORD CROWN VICTORIA Item Description SCBA & Bottle Scott SCBA spare bottle Scott 4500 PSI # turn out gear Globe and Morning Pride Cardiac monitors Lifepak 15 (2) and Phillips (1) Hydraulic Tools Hydraulic Pump Hurst and Genesis Hurt Fire Department Apparatus 1994 FREIGHTLINER PUMPER 2001 PIERCE SABRE PUMPER 2007 KENWORTH TANKER 2009 GMC 5500 PIERCE MINI PUMPER 1997 FORD F250 PICKUP BRUSH 2004 Moonshine Boat Trailer 2018 Dodge Ram 1500 Command Item Description SCBA & Bottle Scott SCBA spare bottle Scott 4500 PSI # turn out gear Hydraulic Tools (1)Spreader, (1) Cutter, (1) Ram Hydraulic Pump Hurst Keeling Fire Department Apparatus 1983 CHEV PUMPER 2001 FORD 350 DIESEL BRUSH 2000 FORD F750 REG CAB PUMPER 1978 SEAGRAVE FIRE TRUCK PUMPER 2009 FORD F550 BRUSH TRUCK 2012 PETERBILT MODEL348 FIRE TRUCK 1991 FORD FIRST RESPONDER Item Description SCBA & Bottle MSA G1 and Firehawk SCBA spare bottle MSA 4500 PSI # turn out gear Globe Cardiac monitors None Edraulic Tools Powerhawk- (1)Spreader, (1)Cutter, (2)Rams Hurst- (1)Spreader / Genesis- (1) Spreader, (1) Cutter, (1) Pedal Cutter 5.a.a Packet Pg. 44 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) Kentuck Fire Department Apparatus 1980 CHEV MINI PUMPER 1994 CHEV SUBURBAN RES 2003 FREIGHTLINER TANKER 2003 FREIGHTLINER PUMPER 2008 CHEV. 3500 1ST RESPONDER 2017 FREIGHTLINER PIERCE FIRE TRUCK Item Description SCBA & Bottle MSA G1 SCBA spare bottle MSA 4500 PSI Cardiac monitors Lifepack 15 (county) Hydraulic Tools Hydraulic Pump Hurst Laurel Grove Fire Department Apparatus 1996 FORD MINI-PUMPER 2001 KME PUMPER 2010 M & W KENWORTH TANKER 2004 CARRY-ON ENCLOSED TRAILER 1975 CHEVROLET FIRE TRUCK 2001 CHEVROLET 2500 VAN Item Description SCBA & Bottle MSA G1 SCBA spare bottle All Out of Date # turn out gear Hydraulic Tools Hydraulic Pump Hurst Mount Cross Fire and Rescue Apparatus 1993 FREIGHTLINER PUMPER 2007 FREIGHTLINER FIRE TRUCK 1982 GMC TRUCK 2013 FORD EXPLORER (county owned) Item Description SCBA & Bottle MSA G1 and Firehawk SCBA spare bottle MSA 4500 PSI # turn out gear (1)Spreader, (1)Cutter, (1)Combi, (1)Ram (1)Spreader, (1)Cutter, (1)Combi, (2) Rams 5.a.a Packet Pg. 45 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) Cardiac monitors Lifepak 15 Hydraulic Tools American Hydraulic Pump Honda Mount Hermon Fire and Rescue Apparatus 1997 FREIGHTLINER PUMPER TANKER 1992 INTERNATIONAL PUMPER TANKER 2002 FORD F550 BRUSH TRUCK 2004 FORD AMBULANCE 2009 PIERCE SABRE RES PUMPER 2000 EQUIPMENT PRO-TRAILER 2017 FORD AMBULANCE 2013 *FORD F150 TRUCK Item Description SCBA & Bottle MSA G1 SCBA spare bottle MSA 4500 PSI # turn out gear Cardiac monitors Lifepak 15 (2) (1 county owned)& Phillips (1) Hydraulic Tools Hydraulic Pump Hurst Renan Fire Department Apparatus 2006 E-ONE PUMPER TYPHOON 2007 INTER 4400 WETSIDE PUMPER 1991 GMC 3500 CRASH TRUCK 2013 FORD F350 BRUSH TRUCK 2009 FORD CROWN VICTORIA 2018 FREIGHTLINER M2 PUMPER Item Description SCBA & Bottle Scott SCBA spare bottle Scott 4500 PSI # turn out gear Globe Hydraulic Tools Hydraulic Pump Hurst Riceville / Java Fire Department Apparatus 1969 CHEV PUMPER 1982 HOME CONCESSION 1990 FORD PUMPER (1)Spreader, (1)Combi, (2)Cutters, (4)Rams (2)Spreaders, (2)Rams, (1)Cutter, (1)Combi, (1)Pedal Cutter 5.a.a Packet Pg. 46 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) 1992 HOME STEW WAGON 2002 FORD BRUSH TRUCK 2004 FREIGHTLINER PUMPER 2013 HALAND TRAILER 2015 FREIGHTLINER PUMPER TANKER Item Description SCBA & Bottle MSA G1 SCBA spare bottle MSA 4500 PSI # turn out gear Hydraulic Tools Hydraulic Pump Holmatro Edraulic Powerhawk- Combi Ringgold Fire and Rescue Apparatus 1988 GMC MINI PUMPER 2003 FREIGHTLINER PUMPER/TANKER 2003 FREIGHTLINER RES PUMPER 2008 FORD AMBULANCE 2008 INTERNATIONAL TANKER 2012 FORD F450 AMBULANCE 2013 HME FERRARA QUINT 77' LADDER 2006 CHEVROLET VAN 2012 CARRY-ON 6X14 GMC TRAILER 2007 GMC PIERCE MINI-PUMPER 2014 FORD EXPLORER 1ST RESPONDER 2018 FORD F550 AMBULANCE 2020 FREIGHTLINER PIERCE FIRE TRUCK Item Description SCBA & Bottle MSA G1 SCBA spare bottle MSA 4500 PSI # turn out gear Cardiac monitors Lifepak 15 Hydraulic Tools (1)Spreader, (1)Cutter, (3)Rams Hydraulic Pump Hurst Edraulics (1)Spreader and (1)Cutter Riverbend Fire Department Apparatus 2001 KME MINI PUMPER 2010 FREIGHTLINER TANKER PUMPER 1998 CHEVROLET FIRE TRUCK/BRUSH (1)Spreader, (1)Cutter, (1)Combi, (1)Ram, (1)Pedal Cutter 5.a.a Packet Pg. 47 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) 2012 CARRY-ON 3K Gate 6x12 Trailer Item Description SCBA & Bottle MSA SCBA spare bottle MSA 4500 PSI # turn out gear Hydraulic Tools None Tunstall Fire and Rescue Apparatus 2002 FREIGHTLINER PUMPER 2007 FREIGHTLINER EONE TANKER 2008 FORD F450 AMBULANCE 2012 FORD F350 RESCUE TRUCK 2015 FORD F450 TYPE 1 AMBULANCE 2010 LANDSCAPE 14' TRAILER 2020 KENWORTH T800 FIRE TRUCK 2008 Polaris 6x6 Item Description SCBA & Bottle MSA G1 SCBA spare bottle MSA 4500 PSI # turn out gear Globe Cardiac monitors Zolls X-series Hydraulic Tools Hydraulic Pump Holmatro Chatham Rescue Squad Apparatus 2000 FORD E450 AMBULANCE 2004 FREIGHTLINER CRASH TRUCK 2006 FORD E450 HORTON AMBULANCE 2011 FORD F450 AMBULANCE 2011 FORD EXPEDITION 2008 INTERNATIONAL AMBULANCE 2001 FORD CROWN VICTORIA Item Description Cardiac monitors Lifepak 15 and 12 Hydraulic tools None Cool Branch Rescue Squad Apparatus 2019 Ford 550 Osage (1)Spreaders, (1)Combi, (1)Pedal Cutters, (2)Rams, (2)Cutters 5.a.a Packet Pg. 48 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) 1997 FORD EXPEDITION 2015 DODGE AMBULANCE 2012 CARRY-ON 6X12 TRAILER 2017 KENWORTH T370 RESCUE TRUCK 2019 FORD F350 TRUCK 2014 John Deere Gator Item Description SCBA & Bottle MSA G1 SCBA spare bottle MSA 4500 PSI # turn out gear None Cardiac monitors Zoll Hydraulic Tools (2) Spreaders, (2)cutters, (2)Rams Hydraulic Pump Holmatro Angel Search and Rescue 2009 LARK ENCLOSED TRAILER 1960 HOMEMADE TRAILER County Owned Resources 1995 Chevrolet 2500 P.Up/1st Responder 1989 Black Single Axle Boat Trailer 2008 Covenant Trailer 2003 Pierce Heavy Duty Rescue Truck 2005 East Tennesee Cargo Trailer 2014 Wesco Boat Trailer 2005 Pace American 16 ft Trailer 1992 Ford Crash Truck 2002 Ford Wheeled Coach Ambulance 2019 Nexhaul Trailer 2019 Ford Osage ambulance 2007 FORD AMBULANCE County owned medical equipment Life Pack 15 cardiac monitor / defibrillator Kentuck Callands Brosville Cascade Mt. Hermon Bachelors Zoll M series cardiac monitor / defibrillator County ambulances 5.a.a Packet Pg. 49 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) Lucas CPR device Cascade 3 county ambulances 5.a.a Packet Pg. 50 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) # on hand purchased 10 10 2 2012 and 2020 (1)Cutters, (1)Spreaders (1) Rams 1 # on hand purchased 16 23 30 3 2019 2 5.a.a Packet Pg. 51 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) # on hand purchased 10 10 3 2020 (1)Spreader, (1)Cutter, (1)Combi, (2)Rams, (1)Pedal Cutter 2 1 # on hand purchased 12 11 2 2020 1 5.a.a Packet Pg. 52 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) # on hand purchased 20 15 6 2 2020 1 # on hand 15 20 1 # on hand 8 8 5.a.a Packet Pg. 53 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) 1 Each # on hand 22 35 # on hand 17 8 1 (2)Spreader, (2)Cutters, (2)Rams 5.a.a Packet Pg. 54 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) # on hand 17 16 31 Lifepak- 2020 / Phillips- 2015 1 Each # on hand 19 18 1 # on hand 26 13 15 Hurst- (1)Spreader / Genesis- (1) Spreader, (1) Cutter, (1) Pedal Cutter 5.a.a Packet Pg. 55 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) # on hand 9 9 1 1 # on hand 6 1 # on hand age 10 10 (1)Spreader, (1)Cutter, (1)Combi, (1)Ram (1)Spreader, (1)Cutter, (1)Combi, (2) Rams 5.a.a Packet Pg. 56 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) 1 2017 1 # on hand 15 15 2 being sold being sold # on hand 13 30 12 1 (1)Spreaders, (1)Cutters, (3)Rams Lifepak- 2020 / Phillips 2012 (1)Spreader, (1)Combi, (2)Cutters, (4)Rams (2)Spreaders, (2)Rams, (1)Cutter, (1)Combi, (1)Pedal Cutter 5.a.a Packet Pg. 57 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) # on hand 8 16 2 # on hand 30 30 3 1 (1)Spreader, (1)Cutter, (1)Combi, (1)Ram, (1)Pedal Cutter 5.a.a Packet Pg. 58 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) # on hand 11 22 # on hand age 18 18 9 2 2012 2 move to Chatham FD # on hand (1)Spreaders, (1)Combi, (1)Pedal Cutters, (2)Rams, (2)Cutters (2) Lifepak 15 / (6) Lifepak 12 5.a.a Packet Pg. 59 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) # on hand age 2 4 2 2014 2 EVOC traning trlr being sold Hazmat trlr @ Blairs MCI trlr @ Mt. Hermon shelter trlr @ Gretna Med 1 @ Hurt 6 2020 2 2020 5.a.a Packet Pg. 60 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) 4 2020 5.a.a Packet Pg. 61 Attachment: Copy of 2020 Capital inventory (2300 : Fire and Rescue Capital Equipment Inventory (Staff Contact: Christopher C. Slemp)) Finance Committee EXECUTIVE SUMMARY INFORMATION ITEM Agenda Title: Discussion, consideration, or interviews of prospective candidates for employment; assignment, appointment, promotion, performance, demotion, salaries, disciplining, or resignation of specific public officers, appointees, or employees of any public body. (Staff Contact: J. Vaden Hunt, Esq.) Staff Contact(s): J. Vaden Hunt, Esq. Agenda Date: December 15, 2020 Item Number: 7.a Attachment(s): Reviewed By: (1) Legal Authority: Virginia Code § 2.2-3711(A)(1) Subject Matter: County Registrar’s Office and Other Election Officials/Temporary Workers Purpose: Hazard Pay Discussion 7.a Packet Pg. 62 Finance Committee EXECUTIVE SUMMARY INFORMATION ITEM Agenda Title: Closed Session Certification Staff Contact(s): J. Vaden Hunt, Esq. Agenda Date: December 15, 2020 Item Number: 8.a Attachment(s): Reviewed By: PITTSYLVANIA COUNTY BOARD OF SUPERVISORS CLOSED MEETING CERTIFICATION BE IT RESOLVED that at the Finance Committee Meeting of the Pittsylvania County Board of Supervisors on December 15, 2020, hereby certifies by a recorded vote that to the best of each Committee Member’s knowledge only public business matters lawfully exempted from the Open Meeting requirements of the Virginia Freedom of Information Act (“Act”) and identified in the Motion authorizing the Closed Meeting were heard, discussed, or considered in the Closed Meeting. If any Committee Member believes that there was a departure from the requirements of the Act, he shall so state prior to the vote indicating the substance of the departure. The Statement shall be recorded in the Committee’s Minutes. Vote Charles H. Miller, Jr. Yes/No Joe B. Davis Yes/No William (“Vic”) Ingram Yes/No Ronald S. Scearce Yes/No 8.a Packet Pg. 63