Loading...
HomeMy WebLinkAbout010526 packet pgREGULAR MEETING Date: Monday, January 5, 2026 Time: 9:00 a.m. Location: Commissioners Meeting Room Harnett County Resource Center & Library 455 McKinney Parkway, Lillington Harnett County Board of Commissioners Page | 1 1.Call to order – Chairman Duncan Jaggers 2.Pledge of Allegiance and Invocation – Commissioner William Morris 3.Harnett County Heroes Remembrance Presentation 4.Consider additions and deletions to the published agenda 5.Public Comment PeriodPeriod of up to 30 minutes for informal comments allowing 3 minutes for each presentation. Speakers arerequested to sign up prior to the meeting. Speakers may sign up by contacting the clerk atmdcapps@harnett.org at least one hour prior to the start of the meeting or by utilizing the signup sheet atthe back of the room. The signup form will be picked up by the clerk 5 minutes before the publishedmeeting start time. 6.Consent AgendaA.Minutesi.Regular Meeting Minutes of December 15, 2025 7.Action: A.Consider the adoption of the Recommended Capital Improvement Program for Fiscal Years 2027-2033; Lisa McFadden, Assistant County Manager B.Discuss and consider a request for approval of a contract with Benesch for professional services including design, engineering, and construction drawings for Cape Fear Shiner Park, Phase 2; Carl Davis, Parks and Recreation Director C.Discuss and consider a request to apply for North Carolina Housing Finance Agency’s (NCHFA) Urgent Repair Program (URP27) funds; Barry Blevins, General Services Director D.Discuss and consider a request to approve a Letter of Support / Commitment for Harnett Area Rural Transit System's Microtransit Application to Golden Leaf's Community-Based Grants Initiative (CBGI); Barry Blevins, General Services Director E.Discuss and consider a request for approval and signature of the finalized contract between Harnett County Public Library and Techops for our Mobile Outreach Vehicle-Bookmobile; Kimberly VanBeck, Library Director 010526 a Pg. 1 Harnett County Board of Commissioners Page | 2 F. Discuss and consider a request for the approval of a Temporary Easement for sidewalk construction along McIver Street from 280' East of Poplar Street to Wilma Street and along Wilma Street from McIver Street to 170' North of Horseshoe Place; Christopher Appel, Senior Staff Attorney G. Review applications for Boards and Committees. 8. County Manager’s Report – Brent Trout, County Manager A. North Carolina Department of State Treasurer Retirement System Division – Contribution-Based Benefit Cap Report B. Request from Whitaker & Hamer to refund transfer taxes for a deed that was recorded twice. C. Budget Revisions D. Budget Amendments – Motion to approve budget amendments as requested by the Finance Director. E. Contracts exceeding County Manager’s Signature Threshold – Motion to authorize the Chairman to sign contracts exceeding the manager’s signature threshold. i. Grant Agreement with the NC Division of Aviation Project No. 36237.25.22.1 $1,162,869 ii. Grant Agreement with the NC Division of Aviation Project No. 36237.25.22.2 $142,357 9. New Business 10. Closed Session 11. Adjourn CONDUCT OF THE JANUARY 5, 2026 MEETING Live audio of the meeting will be streamed on the Harnett County Government’s YouTube Channel at https://www.youtube.com/channel/UCU7mTF6HTD65x_98EhAMeMg/featured. 010526 a Pg. 2 Harnett County Board of Commissioners Regular Meeting Minutes December 15, 2025 Page 1 of 5 HARNETT COUNTY BOARD OF COMMISSIONERS Minutes of Regular Meeting December 15, 2025 The Harnett County Board of Commissioners met in regular session on Monday, December 15, 2025, at 6:00 pm, in the Commissioners Meeting Room, Harnett County Resource Center and Library, 455 McKinney Parkway, Lillington, North Carolina. Members present: Duncan E. Jaggers, Chairman Matthew B. Nicol, Vice Chairman Barbara McKoy, Commissioner William Morris, Commissioner W. Brooks Matthews, Commissioner Staff present: Dwight Snow, County Attorney Kimberly Honeycutt, Finance Officer Brent Trout, County Manager Jaime Bell-Raig, Deputy Clerk Chairman Jaggers called the Harnett County Board of Commissioners meeting to order at 6:00 pm. Commissioner McKoy led the Pledge of Allegiance and provided the invocation. Amy Noel, Veterans Services Assistant Director, presented information regarding the new Harnett County Heroes Remembrance recognition. We are recognizing and honoring veterans that appear on our Wall of Heroes. These individuals have received awards for acts of individual heroism, not as a unit. Ms. Noel read Corporal Haywood Butler citation. Chairman Jaggers called for any additions or deletions to the published agenda. Vice Chairman Nicol made a motion to approve the agenda. The motion was seconded by Commissioner Matthews and carried unanimously. Chairman Jaggers opened the meeting for informal comments by the public, allowing for three minutes for each presentation up to thirty minutes. The following people provided comments: 1.Larry Mitchell of 478 Century Drive, Cameron, NC. 2.Richard Chapman of 5220 Christian Light Road, Fuquay-Varina, NC. 3.Erick Stevenson of 100 Valley Stream Road, Spring Lake, NC. No one else spoke and public comment period was closed. Item 6A 010526 a Pg. 3 Harnett County Board of Commissioners Regular Meeting Minutes December 15, 2025 Page 2 of 5 Commissioner Brooks Matthews made a motion to approve the consent agenda. Commissioner Morris seconded the motion. The motion passed unanimously. The items on the consent agenda were as follows: A. Minutes i. Meeting Minutes of December 1, 2025 ii. Meeting Minutes of December 9, 2025 Chairman Jaggers opened the meeting for public input for the Recommended Capital Improvements Program (CIP) for Fiscal Years 2027-2033. The following people provided comments: 1. Richard Chapman of 5220 Christian Light Road, Fuquay-Varina, NC. 2. Larry Mitchell of 478 Century Drive, Cameron, NC. No one else spoke and the public input session was closed. Randy Baker, Assistant Manager of Planning Services, introduced the Public Hearing for the purpose of adopting an Ordinance authorizing the demolition of the condemned structure located at 19 Andrea Court and to impose a lien to recover costs associated with demolition and disposal. The site contains a condemned residential structure and household debris. The residential structure has sustained severe fire damage and is exposed to the elements due to the damage received from the fire. Overall property conditions display signs of abandonment and neglect. The single-family residential structure was severely damaged by fire that claimed the life of the property owner on December 27, 2022. The property was condemned on July 9, 2025. To date, no heirs have stepped forward to take action to make any improvements on the property. Chairman Jaggers opened the floor for the public hearing. No one spoke during the public hearing. Vice Chairman Nicol made a motion to adopt the Ordinance authorizing the demotion of the condemned structure located at 19 Andrea Court and to impose a lien to recover costs associated with demolition and disposal. Commissioner Morris seconded the motion. Motion carried unanimously. (Attachment 1) Larry Smith, Emergency Services Director, reviewed a request to accept a proposal from Southern Disaster Recorder (debris management and removal). The recommendation is based on their years of experience in the industry, their ability to work multiple disasters simultaneously, and their resource inventory which allows them to handle large disasters. Their proposal included a large percentage of local contract hire to assist in the debris removal process. Throughout the years they have been awarded local and federal debris removal contracts with very positive ratings from their customers. The support staff of SDR are seasoned veterans and this would also help us in the reimbursement process. There are no initial funds required. The cost begins once the county activates this contract during a disaster event. Vice Chairman Nicol made a motion to approve. Commissioner Matthews seconded the motion. The motion carried unanimously. Chad Beane, Solid Waste Director, reviewed a request to award the Anderson Creek C&D 010526 a Pg. 4 Harnett County Board of Commissioners Regular Meeting Minutes December 15, 2025 Page 3 of 5 Landfill Expansion construction contract to Lockamy’s Grading, Inc. from Angier, NC in the amount of $224,955. Proper procurement measures were taken and the bid was held on Friday, October 21, 2025. Five bids were received at that time. They were the second highest bidder as the first highest bidder did not provide all the necessary requirements. Mr. Beane further mentioned that Lockamy’s has done work for Solid Waste before and he was pleased with their work. Commissioner McKoy made a motion to approve. Vice Chairman Nicol seconded the motion. The motion carried unanimously. Claire Jones, Board of Elections Director, reviewed a request to approve a new position of Election Specialist. Funding for the position can be fully supported for the remainder of the fiscal year using available lapse-salary savings. Recent staffing transitions and temporary vacancies have resulted in $18,530 in available lapse-salary savings. Additionally, the Election Specialist position is expected to remain vacant for at least one month, creating further savings. The prorated cost of the new position from January 16, 2026, through June 30, 2026, is $29,193. Combined lapse-salary funding is sufficient to cover the prorated cost assuming the position is filled at the minimum rate, and no additional appropriation will be required this fiscal year. Adding one Election Specialist will align Harnett County will peer counties of similar size, strengthen voter education and outreach, improve public responsiveness, and ensure the Board can continue providing accurate, timely, and secure election services. Commissioner McKoy made a motion to approve the new position. Commissioner Matthews seconded the motion. The motion carried unanimously. Claire Jones, Board of Elections Director, reviewed a request to approve the purchase of Ballot- on-Demand (BOD) system to modernize ballot production, reduce operational costs, and improve service to voters. The system securely prints each voter’s correct ballot style on demand, eliminating the need to pre-print, store, track, and transport thousands of ballots across multiple sites. This greatly reduces the risk of ballot shortages and overprinting, while also improving accuracy and ballot security. Financially, Ballot-on-Demand will help the County reduce ongoing election expenses and will offset its own cost over time. Because BOD prints only the ballots actually used, it eliminates most overprinting and the associated waste, as well as the significant staff labor required to sort and manage physical ballot inventory. The full purchase proposal—including 20 printers, 10 laptops, software licenses, installation, training, and the first-year warranty—is $83,700, with annual software maintenance of $14,000 thereafter. Although there may be some funds available in contingency at year-end, the purchase will ultimately require appropriation from Fund Balance. This investment will support the County’s growing voter population, reduce operational strain, improve ballot availability at all sites, and ensure greater efficiency and accuracy in future elections. Ms. Jones mentioned forty-seven counties are already using this system. Commissioner Morris inquired as to whether there were funds to cover this expense and how long it would take to get the system up and running. Ms. Jones responded that she had some funds in contingency that would cover most of the cost, but it may require some fund balance appropriation, and they hope to have it running by March. Commissioner Matthews inquired about whether the printers would be enough to cover all the voting sites and if it would be enough to have one in the event a machine went down. Ms. Jones 010526 a Pg. 5 Harnett County Board of Commissioners Regular Meeting Minutes December 15, 2025 Page 4 of 5 noted the machines would be used primarily during early voting because election days do not have as many ballot styles. Commissioner McKoy inquired why it would not be used in the primary elections. Ms. Jones mentioned the goal would be to incorporate for early voting where it is needed the most. Commissioner McKoy inquired about the staff requirements, which Ms. Jones mentioned staffing requirements would decrease. Commissioner Matthews noted the cost savings would be in early voting. The largest cost savings would be on the printed ballots. Commissioner Morris inquired about the percentage of voters that opt to vote early, which is about seventy percent. Ms. Jones mentioned that if enough voters are provided the incorrect ballots can result in a new election, which can cost upwards of $200,000. Chairman Jaggers noted that BOD could increase the security of voting. Commissioner McKoy expressed some concerns about hindering early voting. Chairman Jaggers inquired about the additional fund balance appropriation. Mr. Trout mentioned it would be hard to know how much would be required from fund balance. Commissioner Morris requested confirmation that the money would be available if funds were needed outside of contingency funds. Ms. Jones mentioned all of her funds for the second primary are in contingency and if there is not a second primary the funds would cover the startup costs of the system. Commissioner Matthews made a motion to approve. Commissioner Morris seconded the motion. The motion carried unanimously. The Board reviewed a request to reappoint Carl Davis as the Parks & Recreation member to the Juvenile Crime Prevention Council. Vice Chairman Nicol made a motion to reappoint. Commissioner Matthews seconded. The motion carried unanimously. The Board reviewed a reappoint Avis Smith as the Health Department designee to the Juvenile Crime Prevention Council. Commissioner McKoy made a motion to reappointment. Vice Chairman Nicol seconded. The motion carried unanimously. The Board reviewed a request to reconfirm or confirm Boards and Committees on which Commissioners Serve, which are as follows: Chairman Jaggers is confirmed to serve on the Executive Board of Research Triangle Regional Partnership, Executive Board of CAMPO, Advisory Board of Good Hope Behavioral Hospital, Transportation Advisory Board, Home and Community Block Grant Committee, Alliance Health Commissioners Advisory Board, and Mid-Carolina Regional Board of Delegates. Commissioner McKoy is confirmed to serve on the Board of Health, Harnett Health System Board, HC Public Library Board of Trustees, Johnson-Lee-Harnett Community Board of Directors, and Juvenile Crime Prevention. Vice Chairman Nicol is confirmed to serve on the Jetport Committee, Social Services Board, FAMPO Board, Extension Advisory Leadership Council, Sandhills YMCA Board, and Mid-Carolina Chief Elected Officials Board for Workforce Development. Commissioner Matthews is confirmed to serve on the Transportation Advisory Board, Mid-Carolina RPO Board, Mid-Carolina Board of Directors, HC Economic Development Partnership, CAMPO Alternate, and Parks and Recreation Advisory 010526 a Pg. 6 Harnett County Board of Commissioners Regular Meeting Minutes December 15, 2025 Page 5 of 5 Committee. Commissioner Morris is confirmed to serve on the Mid-Carolina Aging Advisory Committee, Averasboro Township Tourism Development Authority, Cape Fear River Assembly Board, I-95/I-40 Crossroads of America Economic Development Alliance Board of Directors, Jetport Committee, Southeastern Economic Development Committee, and HC Economic Development Partnership. Commissioner Morris made a motion to confirm. Vice Chairman Nicol seconded the motion. The motion passed unanimously. Vice Chairman Nicol made a motion to approve the budget amendments requested by the Finance Director. Commissioner Morris seconded. The motion carried unanimously. (Attachment 2) Vice Chairman Nicol made a motion to approve the tax rebates, refunds, and releases as requested by the Tax Administrator. Commissioner Morris seconded. The motion carried unanimously. (Attachment 3) Vice Chairman Nicol made a motion to authorize the Chairman to sign contract amendments exceeding the manager’s signature threshold for the following: i. Solid Waste – Republic Services Agreement The motion was seconded by Commissioner Morris and carried unanimously. Vice Chairman Nicol made a motion to adjourn the Board of Commissioners at 6:48pm. Commissioner Matthews seconded the motion. Motion carried unanimously. ____________________________________ ___________________________________ Duncan E. Jaggers, Chairman Jaime Bell-Raig, Deputy Clerk 010526 a Pg. 7 Attachment 1 010526 a Pg. 8 010526 a Pg. 9 010526 a Pg. 10 Attachment 2 010526 a Pg. 11 010526 a Pg. 12 010526 a Pg. 13 010526 a Pg. 14 010526 a Pg. 15 010526 a Pg. 16 Attachment 3010526 a Pg. 17 010526 a Pg. 18 010526 a Pg. 19 010526 a Pg. 20 010526 a Pg. 21 010526 a Pg. 22 010526 a Pg. 23 010526 a Pg. 24 010526 a Pg. 25 010526 a Pg. 26 010526 a Pg. 27 010526 a Pg. 28 010526 a Pg. 29 010526 a Pg. 30 010526 a Pg. 31 010526 a Pg. 32 010526 a Pg. 33 010526 a Pg. 34 010526 a Pg. 35 010526 a Pg. 36 010526 a Pg. 37 010526 a Pg. 38 010526 a Pg. 39 010526 a Pg. 40 010526 a Pg. 41 010526 a Pg. 42 010526 a Pg. 43 010526 a Pg. 44 010526 a Pg. 45 010526 a Pg. 46 010526 a Pg. 47 010526 a Pg. 48 010526 a Pg. 49 010526 a Pg. 50 010526 a Pg. 51 Capital Improvements Program 2027-2033ReCommended FY Item 7A 010526 a Pg. 52 2 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 010526 a Pg. 53 Table of ContentsInTRodUCTIon 8 ReAdeRS GUIde 13 ACTIon SUmmARY 15 SUmmARY PRoJeCT CoST 19 SUmmARY FUndInG SoURCe 26 SUmmARY oPeRATInG eFFeCT 32 ComPLeTed PRoJeCTS 36 FUnCTIonAL AReAS 38 Culture & Recreation 40 Anderson Creek Nature Center and Library 41 Anderson Creek Park Development (Future Phases) 43 Anderson Creek Park Development Phase 3 45 Ballfield LED Lighting Retrofit 47 Boone Trail Park Development (Future Phases) 49 Boone Trail Park Development Phase 1 51 Boone Trail Park Development Phase 2 53 Bunnlevel Community Park 55 Cape Fear Shiner Park Development Phase 2 58 Parks & Recreation Capital Reserve Appropriation 60 Greenway Trail Construction Capital Reserve Appropriation 62 Neills Creek Park Master Plan and Park Development Phase 1 65 Neills Creek Park Restroom, Concession & Maintenance Building 68 Northwest Harnett Park Development 70 Patriots Park Development Phase 3 72 Mobile Outreach Vehicle 74 Radio Frequency Identification (RFID) Installation in Branches 78 Western Harnett Service Expansion 83 Economic & Physical Development 85 Agricultural Center Educational Kitchen 86 Farmers Market Phase 1 88 Highland School Road Extension 91 Comprehensive Land Use Plan Update 93 Education 96 010526 a Pg. 54 Table of Contents CCCC - Capital Maintenance & Replacement Fund 97 Drainage System Repair 99 Etheridge Renovations 100 Miriello HVAC Replacement 102 Miriello Renovations 104 Bleacher Replacement 106 Buies Creek Elementary School Replacement 108 Child Nutrition Freezer/Cooler 109 Custodial & Grounds Warehouse Replacement 112 Early College at Dunn Relocation/Renovation 113 Flatwoods Elementary School 115 Flatwoods Middle School 116 Harnett County Early College/Career Technology Center (Lillington) 118 Harnett County Schools Maintenance Fund 119 Harnett County Schools Transportation Maintenance Facility Replacement 122 Johnsonville Elementary School Phase 1 Expansion & Renovation 123 Lafayette Elementary School Renovation 125 Lillington-Shawtown Elementary School Gym Addition 126 New Highland High School 128 New Northwest Harnett Elementary School 129 Resurfacing of Rubberized Tracks 131 Stadium Lighting Upgrades 133 Triton High School Auxiliary Gym Addition 135 General Government 137 Board of Elections Facility Replacement/Renovation 138 Courthouse Shell-Space Upfit 141 Facilities Capital Maintenance & Replacement Fund 142 Fleet Maintenance Facility Improvement 145 Broadband Expansion Initiative 148 Core Server Infrastructure Upgrade/Replacement 152 Core Storage Infrastructure Upgrade/Replacement 155 Human Services 158 Second Floor Upfit 159 Public Safety 163 010526 a Pg. 55 Table of ContentsAnimal Shelter Replacement 164 Emergency Medical Services Capital Reserve Appropriation 167 Cardiac Monitors Replacement 169 Convalescent Transport Unit Replacements 171 County Morgue 173 Emergency Transport Unit Remounts 176 Emergency Transport Unit Replacements 178 Stretchers and Power Load Equipment Replacement 180 Emergency Services Facility Addition 182 Emergency Services Warehouse 184 Angier VIPER Radio Tower 186 Sheriff Capital Reserve Appropriation 188 Sheriff Body-Worn Camera System 190 Detention Center Body Scanner System 193 Detention Body-Worn Camera System 195 Detention Center Housing Unit Addition 198 Detention Center Surveillance Cameras & Digital Storage - Upgrade 200 Evidence Storage & Crime Scene Processing Bay 202 Generator Purchase and Installation 203 Spout Springs VIPER Radio Tower 206 Records Software Replacement 208 Transportation 211 HARTS Transit Center Addition and Renovation 212 HARTS Vehicle Replacement 215 HARTS Vehicle Replacement Capital Reserve Fund 218 Fuel Tank Replacement 220 Hangar Development 224 Harnett Regional Jetport Master Plan Update 226 New Terminal Construction 228 Runway Extension 230 Solid Waste 233 Northwest Convenience Center Relocation 234 010526 a Pg. 56 6 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 010526 a Pg. 57 Introduction 010526 a Pg. 58 8 About the Capital Improvements Program (CIP) Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 IntroductIonAbout the Capital Improvements Program (CIP) The CIP is a long-term plan for funding the County’s major capital needs. It shows how facilities, equipment, and other projects that cost $100,000 or more could be scheduled and funded over the next seven years, beginning in FY 2027. It is important to state upfront that this is a PLAn, not a BUdGeT, since a budget controls the actual spending of allocated funds. While staff attempts to be as accurate as possible, it is difficult to estimate project costs exactly, particularly early in the planning process. Before funds can be spent, they must be budgeted through the operating budget or, in most cases, through a separately adopted project ordinance. The same is true for operating costs, particularly for new facilities. As facilities are being planned, staff attempts to identify operating costs, such as staffing and utilities. The cost of these items depends on final square footage and operational issues that may not be apparent until the facility is far along in planning. CIP Process The CIP is a plan which is updated annually and may be modified at any time to reflect changing conditions. A CIP is a systematic way of anticipating, planning, and budgeting for major projects. The adoption of a CIP can improve the credit worthiness (bond rating) of a jurisdiction. Timeline for adoption: CIP requests originate at the department/agency level. Requests were submitted on or before October 24, 2025. The Manager’s Office is responsible for reviewing new and existing requests and recommending a proposed CIP to the Board of Commissioners. The recommended CIP will be presented on December 1, 2025. During the December 9, 2025, work session, Commissioners will review the recommendation in detail and make changes. Public input is scheduled for December 15, 2025. The final action is adoption of the CIP, which is tentatively scheduled for January 5, 2026. overall Approach Keep in mind that the Capital Improvement Program is just a plan. While a great deal of effort and analysis went into the development of the CIP, it will most likely change during the fiscal year. The CIP will continue to be reviewed throughout the year, and recommended plan changes will be presented to the Board of Commissioners for consideration. Board of education The Board of Education has requested approximately $549 million (in today’s dollars) in new facility requests over the next seven years. The County currently does not have the resources to pay for these facilities, so these projects are shown as future projects in the CIP. In April 2025, as part of its FY 2026 budget request, the Board of Education presented a list of facility needs to the Board of Commissioners. The list and how the CIP addresses these needs are as follows (per the Board of Education document, costs shown below are estimates and do not include escalation or maintenance-type requests): 010526 a Pg. 59 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 About the Capital Improvements Program (CIP) 9 IntroductIonCategory/Projects April 2025 estimated Cost How CIP Addresses Current Approved Projects Flatwoods Middle School (1100 seats, land procured)$ 85,591,525 Included as a funded project Lillington-Shawtown Elementary School Gym Addition $ 8,000,000 Included as a funded project School Nutrition Freezer/Cooler Project $ 4,200,000 Included as a funded project Tier 1 Projects (1 - 2 years) New School Transportation Facility (McNeill Street property)$ 15,401,352 Included as a future project Highland High School (2000 seats, land procured)$ 100,000,000 Included as a future project Harnett Early College/CTE High School/Career Tech Center $ 30,000,000 Included as a future project Triton High School Auxiliary Gym Addition $ 10,000,000 Included as a future project Buies Creek Elementary School Replacement $ 35,000,000 Included as a future project Tier 2 Projects (3 to 4 years) LaFayette Year-Round School Gym Renovations $ 1,000,000 Included as a future project HCHS/THS/WHHS Renovations TBD Not submitted as CIP request Tier 3 Projects (5 to 6 years) Southwest (NC 87 corridor) Elementary School $ 45,000,000 Not submitted as CIP request Northern/Northwest Harnett-area Elementary School $ 45,000,000 Not submitted as CIP request North Harnett Primary Renovations TBD Not submitted as CIP request Tier 4 Projects (7 - 8 years) Western Harnett-area Middle School $ 85,000,000 Not submitted as CIP request—beyond CIP timeframe Northwest Harnett-area Middle School (land procured)$ 85,000,000 Not submitted as CIP request—beyond CIP timeframe Other School Renovations (school-by-school basis)TBD Not submitted as CIP request—beyond CIP timeframe 010526 a Pg. 60 10 Project evaluation and Prioritization Criteria Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 IntroductIonProject evaluation and Prioritization Criteria Each new project is reviewed by the CIP Management Team, which consists of the County Manager, Deputy County Manager, Assistant County Managers, and Finance Officer. Each project is evaluated based on the following criteria: safety, mandate, timing/linkages, economic impact, efficiencies, maintain current service levels, improve access of service/information, improve quality of service, add service, operating budget impact, consistency with strategic plan/ community support/impact, and financing. Each project is scored and prioritized based on the following criteria: >Imperative (must do): correct danger to public health & safety, meet legal obligation, alleviate immediate service/facility deficiency, prevent irreparable damage (Score 3) >Essential (should do): rehabilitate/replace obsolete facility, stimulate economic growth, reduce future operating costs, leverage grants (Score 2) >Important (could do): provides new or expanded service, promotes intergovernmental cooperation, reduces energy use, enhances cultural or natural resources (Score 1) >Don’t do: not recommended at this time (Score 0) Recommended Changes The FY 2026-2032 CIP was adopted by the Board of Commissioners on January 6, 2025. Recommended changes to the 2026-2032 CIP include: >Harnett County Schools – Bleacher Replacement: Remove and replace existing, unsafe telescopic bleachers at Harnett Central Middle School and Western Harnett Middle School to meet current building and accessibility safety codes, including the provision of proper handrails, aisle steps, end rails, and integrated ADA-compliant seating [+325,366]. >Harnett County Schools – Resurfacing of Rubberized Tracks: Resurface the rubberized tracks at Western Harnett High School, Triton High School, and Harnett Central High School to prevent safety hazards for student-athletes [+538,344]. >Harnett County Sheriff’s office - detention Center Body-Worn Camera System: Purchase and install body-worn camera kiosk of 30 camera units and 1 spare unit [+230,753]. >Harnett County Sheriff’s office - detention Center Surveillance Cameras & digital Storage - Upgrade: Upgrade the video surveillance cameras and digital storage at the Harnett County Detention Center [+389,352]. >Harnett County Sheriff’s office - Records Software Replacement: Replace the records management system (RMS) software, which was last upgraded in 2020. The system supports the Sheriff’s Records and Jail Management Systems, as well as 911 Communications CAD and Protocols [+857,654]. >Harnett Regional Jetport (HRJ) – Hangar development: Construct three-unit corporate box hangars to provide adequate space to store larger aircraft used by many businesses [+5,600,000]. >Parks & Recreation – Ballfield Led Lighting Retrofit: Retrofit existing ballfield lighting systems at Neills Creek Park and Barbecue Creek Park to energy-efficient LED lighting [+730,000]. >Parks & Recreation – Bunnlevel Community Park: Develop a new community park on the Bunnlevel Ruritan property to include a playground, picnic shelter, small open space, and parking area [+298,236]. Add Future Projects >emergency Services - emergency Services Facility Addition: Construct a 6,705 square foot addition to the existing facility as identified in the 010526 a Pg. 61 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project evaluation and Prioritization Criteria 11 IntroductIonDewberry Engineering space needs study. The addition will include office space, a classroom, and storage areas. >emergency Services - emergency Services Warehouse: Construct a 23,000 square foot warehouse on the existing Emergency Services facility property as identified in the Dewberry Engineering space needs study. The warehouse will be used to store response and recovery resources critical to emergency operations. >Harnett Area Rural Transit System (HARTS): Construct an addition to and renovate the existing HARTS facility and parking lot to support the growing needs of staff and an expanding fleet of transit vehicles. >Parks & Recreation – Anderson Creek nature Center and Library: Design and construct a multi-use facility at the Anderson Creek Park to serve as a collaborative initiative between Parks and Recreation, Board of Elections, and the Public Library. The CIP encompasses both high-level summaries of major projects, revenues, and operating expenses, and in-depth analyses of individual projects, including justifications, detailed cost estimates, funding sources, and potential budgetary implications. Assumptions Generally, construction costs are inflated 6-10% per year. Staff also recommends a 5-10% contingency for most projects. Other project costs, like equipment and operations, typically increase by 3% annually, unless a different inflation rate is justified. Operating costs are generally inflated 3% per year unless costs are fixed by contract. debt Indicators As the list above demonstrates, there are significant future projects on the horizon, namely school facilities and the construction of a new animal shelter and farmers market. All these projects will require that the county issue debt in order to fund them. Harnett County already has a fairly high debt burden (figures below are from the NC Treasurer’s 2024 Analysis of Debt report): >The debt to appraised value ratio is 0.935%. The average ratio of counties 100,000 to 249,999 population is 0.709%. The highest ratio in the population group is 1.510%. >Harnett County’s debt per capita (what each resident would owe if the debt had to be repaid today) is $1,028. The average debt per capita for the population group is $1,038. The highest debt per capita in this group is $1,832. The County currently contributes $11 million from the general fund to fund existing and planned future debt. In addition, sales tax restricted for education is accumulated for debt. The County should be judicious about issuing new debt and work closely with Harnett County Schools to identify top priorities for funding. 010526 a Pg. 62 Readers Guide 010526 a Pg. 63 readers GuIdeHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 13 Readers Guide Project Budget: The budget for the project as approved by project ordinance or as approved in the FY 2026-2032 CIP. Project Cost: Expense Funding Source: Revenue Operating Effect: Impact on Operating Budget. Project Status Approved-No Contacts Project Totals: Totals all expenditures and revenues, even those expended or received in previous years. 010526 a Pg. 64 Action Summary 010526 a Pg. 65 actIon summaryHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 15 Action Summary Below is a summary of the status of projects in the CIP. Those that are shown as “approved” have already been approved by the Board of Commissioners, either in the FY 2026-2032 CIP or by separate action, and there is no substantial change in the project. Project Status new Parks & Recreation - Ballfield LED Lighting Retrofit Harnett County Schools - Bleacher Replacement Parks & Recreation - Bunnlevel Community Park Harnett County Sheriff - Detention Body-Worn Camera System Harnett County Sheriff - Detention Center Surveillance Cameras & Digital Storage - Upgrade Harnett Regional Jetport (HRJ) - Hangar Development Harnett County Sheriff - Records Software Replacement Harnett County Schools - Resurfacing of Rubberized Tracks Approved-no Contracts Harnett County Sheriff - Angier VIPER Radio Tower Parks & Recreation - Boone Trail Park Development Phase 2 Parks & Recreation - Cape Fear Shiner Park Development Phase 2 Emergency Medical Services (EMS) - Cardiac Monitors Replacement Central Carolina Community College (CCCC) - CCCC - Capital Maintenance & Replacement Fund Harnett County Schools - Child Nutrition Freezer/Cooler Emergency Medical Services (EMS) - Convalescent Transport Unit Replacements Information Technology - Core Server Infrastructure Upgrade/Replacement Emergency Medical Services (EMS) - County Morgue Harnett County Schools - Early College at Dunn Relocation/Renovation Emergency Medical Services (EMS) - Emergency Medical Services Capital Reserve Appropriation Emergency Medical Services (EMS) - Emergency Transport Unit Remounts Emergency Medical Services (EMS) - Emergency Transport Unit Replacements Central Carolina Community College (CCCC) - Etheridge Renovations Facilities Maintenance - Facilities Capital Maintenance & Replacement Fund Cooperative Extension - Farmers Market Phase 1 Fleet Maintenance - Fleet Maintenance Facility Improvement Harnett County Sheriff - Generator Purchase and Installation Parks & Recreation - Greenway Trail Construction Capital Reserve Appropriation Harnett County Schools - Harnett County Schools Maintenance Fund Harentt Area Rural Transit System (HARTS) - HARTS Vehicle Replacement 010526 a Pg. 66 actIon summary16 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Harentt Area Rural Transit System (HARTS) - HARTS Vehicle Replacement Capital Reserve Fund Development Services - Highland School Road Extension Central Carolina Community College (CCCC) - Miriello Renovations Parks & Recreation - Neills Creek Park Master Plan and Park Development Phase 1 Parks & Recreation - Neills Creek Park Restroom, Concession & Maintenance Building Parks & Recreation - Northwest Harnett Park Development Parks & Recreation - Parks & Recreation Capital Reserve Appropriation Harnett Regional Jetport (HRJ) - Runway Extension Harnett County Sheriff - Sheriff Capital Reserve Appropriation Harnett County Sheriff - Spout Springs VIPER Radio Tower Emergency Medical Services (EMS) - Stretchers and Power Load Equipment Replacement Approved-Contracts Let Parks & Recreation - Anderson Creek Park Development Phase 3 Animal Services - Animal Shelter Replacement Parks & Recreation - Boone Trail Park Development Phase 1 Information Technology - Broadband Expansion Initiative Information Technology - Core Storage Infrastructure Upgrade/Replacement Harnett County Schools - Flatwoods Middle School Harnett Regional Jetport (HRJ) - Fuel Tank Replacement Harnett County Schools - Lillington-Shawtown Elementary School Gym Addition Public Library - Mobile Outreach Vehicle Solid Waste - Northwest Convenience Center Relocation Parks & Recreation - Patriots Park Development Phase 3 Public Library - Radio Frequency Identification (RFID) Installation in Branches Harnett County Sheriff - Sheriff Body-Worn Camera System Harnett County Schools - Stadium Lighting Upgrades Substantially Complete Harnett County Schools - New Northwest Harnett Elementary School Completed – Prior Fiscal Year Cooperative Extension - Agricultural Center Educational Kitchen Development Services - Comprehensive Land Use Plan Update Harnett County Sheriff - Detention Center Body Scanner System Harnett Regional Jetport (HRJ) - Harnett Regional Jetport Master Plan Update Harnett County Schools - Johnsonville Elementary School Phase 1 Expansion & Renovation Central Carolina Community College (CCCC) - Miriello HVAC Replacement 010526 a Pg. 67 actIon summaryHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 17 Harnett Regional Jetport (HRJ) - New Terminal Construction Department of Social Services (DSS) - Second Floor Upfit Future Parks & Recreation - Anderson Creek Nature Center and Library Parks & Recreation - Anderson Creek Park Development (Future Phases) Board of Elections - Board of Elections Facility Replacement/Renovation Parks & Recreation - Boone Trail Park Development (Future Phases) Harnett County Schools - Buies Creek Elementary School Replacement Facilities Maintenance - Courthouse Shell-Space Upfit Harnett County Schools - Custodial & Grounds Warehouse Replacement Harnett County Sheriff - Detention Center Housing Unit Addition Central Carolina Community College (CCCC) - Drainage System Repair Emergency Services - Emergency Services Facility Addition Emergency Services - Emergency Services Warehouse Harnett County Sheriff - Evidence Storage & Crime Scene Processing Bay Harnett County Schools - Flatwoods Elementary School Harnett County Schools - Harnett County Early College/Career Technology Center (Lillington) Harnett County Schools - Harnett County Schools Transportation Maintenance Facility Replacement Harentt Area Rural Transit System (HARTS) - HARTS Transit Center Addition and Renovation Harnett County Schools - Lafayette Elementary School Renovation Harnett County Schools - New Highland High School Harnett County Schools - Triton High School Auxiliary Gym Addition Public Library - Western Harnett Service Expansion 010526 a Pg. 68 Summary Project Cost 010526 a Pg. 69 summary Project costHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 19 Total Cost of each Project by Year PRoJeCT BUdGeT Budget Fiscal Year TotalPrior to 2026 Current Year: 2026 Year 1: 2027 Year 2: 2028 Year 3: 2029 Year 4: 2030 Year 5: 2031 Year 6: 2032 Year 7: 2033 Animal Services - - - - - - - - - - - Animal Shelter Replacement 10,544,118 345,331 882,155 5,020,092 4,296,540 - - - - - 10,544,118 Animal Services Total 10,544,118 345,331 882,155 5,020,092 4,296,540 - - - - - 10,544,118 Board of elections - - - - - - - - - - - Board of Elections Facility Replacement/Renovation - - - 65,000 - - - - - - 65,000 Board of Elections Total - - - 65,000 - - - - - - 65,000 Central Carolina Community College (CCCC) - - - - - - - - - - - CCCC - Capital Maintenance & Replacement Fund - 589,000 589,000 589,000 589,000 589,000 589,000 200,000 200,000 200,000 4,134,000 Etheridge Renovations 1,880,920 - - - - - - 1,880,920 - - 1,880,920 Miriello HVAC Replacement 210,000 210,000 - - - - - - - - 210,000 Miriello Renovations 1,648,081 - - 1,648,081 - - - - - - 1,648,081 Central Carolina Community College (CCCC) Total 3,739,001 799,000 589,000 2,237,081 589,000 589,000 589,000 2,080,920 200,000 200,000 7,873,001 Cooperative extension - - - - - - - - - - - Agricultural Center Educational Kitchen 180,000 180,000 - - - - - - - - 180,000 Farmers Market Phase 1 800,000 - 100,000 - 700,000 - - - - - 800,000 Cooperative Extension Total 980,000 180,000 100,000 - 700,000 - - - - - 980,000 department of Social Services (dSS) - - - - - - - - - - - Second Floor Upfit 1,200,000 1,088,414 - - - - - - - - 1,088,414 Department of Social Services (DSS) Total 1,200,000 1,088,414 - - - - - - - - 1,088,414 development Services - - - - - - - - - - - Comprehensive Land Use Plan Update 219,000 224,800 - - - - - - - - 224,800 Highland School Road Extension 3,479,000 - 80,000 3,399,000 - - - - - - 3,479,000 Development Services Total 3,698,000 224,800 80,000 3,399,000 - - - - - - 3,703,800 010526 a Pg. 70 summary Project cost20 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Total Cost of each Project by Year PRoJeCT BUdGeT Budget Fiscal Year TotalPrior to 2026 Current Year: 2026 Year 1: 2027 Year 2: 2028 Year 3: 2029 Year 4: 2030 Year 5: 2031 Year 6: 2032 Year 7: 2033 emergency medical Services (emS) - - - - - - - - - - - Cardiac Monitors Replacement 610,855 - - 1,305,077 - - - - - - 1,305,077 Convalescent Transport Unit Replacements - 580,125 141,136 140,357 144,568 148,905 153,372 157,973 162,712 167,594 1,796,742 County Morgue 396,100 - 396,100 - - - - - - - 396,100 Emergency Medical Services Capital Reserve Appropriation - 1,790,000 850,000 1,275,412 600,000 600,000 600,000 400,000 400,000 400,000 6,915,412 Emergency Transport Unit Remounts - 493,918 - - - 304,461 312,841 321,221 329,601 168,991 1,931,033 Emergency Transport Unit Replacements - 1,566,613 285,709 288,419 296,820 - - 322,022 - - 2,759,583 Stretchers and Power Load Equipment Replacement 1,163,524 - - - - - - 1,163,524 - - 1,163,524 Emergency Medical Services (EMS) Total 2,170,479 4,430,656 1,672,945 3,009,265 1,041,388 1,053,366 1,066,213 2,364,740 892,313 736,585 16,267,471 emergency Services - - - - - - - - - - - Emergency Services Facility Addition - - - 65,000 - - - - - - 65,000 Emergency Services Warehouse - - - 65,000 - - - - - - 65,000 Emergency Services Total - - - 130,000 - - - - - - 130,000 Facilities maintenance - - - - - - - - - - - Facilities Capital Maintenance & Replacement Fund - 1,000,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 5,000,000 Facilities Maintenance Total - 1,000,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 5,000,000 Fleet maintenance - - - - - - - - - - - Fleet Maintenance Facility Improvement 775,000 - 775,000 - - - - - - - 775,000 Fleet Maintenance Total 775,000 - 775,000 - - - - - - - 775,000 Harentt Area Rural Transit System (HARTS) - - - - - - - - - - - HARTS Transit Center Addition and Renovation - - - 75,000 - - - - - - 75,000 HARTS Vehicle Replacement - 121,381 130,339 134,249 - 141,821 145,738 149,672 - 157,556 980,756 HARTS Vehicle Replacement Capital Reserve Fund - - 120,000 125,000 125,000 125,000 125,000 125,000 125,000 125,000 995,000 Harentt Area Rural Transit System (HARTS) Total - 121,381 250,339 334,249 125,000 266,821 270,738 274,672 125,000 282,556 2,050,756 010526 a Pg. 71 summary Project costHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 21 Total Cost of each Project by Year PRoJeCT BUdGeT Budget Fiscal Year TotalPrior to 2026 Current Year: 2026 Year 1: 2027 Year 2: 2028 Year 3: 2029 Year 4: 2030 Year 5: 2031 Year 6: 2032 Year 7: 2033 Harnett County Schools - - - - - - - - - - - Bleacher Replacement - - 325,366 - - - - - - - 325,366 Child Nutrition Freezer/Cooler 4,294,035 - 2,427,035 1,867,000 - - - - - - 4,294,035 Early College at Dunn Relocation/Renovation 565,000 565,000 - - - - - - - - 565,000 Flatwoods Middle School 86,729,910 9,634,118 51,459,181 25,636,611 - - - - - - 86,729,910 Harnett County Schools Maintenance Fund - 5,641,415 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 16,841,415 Johnsonville Elementary School Phase 1 Expansion & Renovation 5,196,130 5,178,064 - - - - - - - - 5,178,064 Lillington-Shawtown Elementary School Gym Addition 7,285,000 2,185,326 5,099,674 - - - - - - - 7,285,000 New Northwest Harnett Elementary School 45,802,344 45,802,344 - - - - - - - - 45,802,344 Resurfacing of Rubberized Tracks - - - 162,998 375,346 - - - - - 538,344 Stadium Lighting Upgrades - - 1,415,000 - - - - - - - 1,415,000 Harnett County Schools Total 149,872,419 69,006,267 62,126,256 29,066,609 1,775,346 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 168,974,478 Harnett County Sheriff - - - - - - - - - - - Angier VIPER Radio Tower - - - - - - - - - 2,070,000 2,070,000 Detention Body-Worn Camera System - - 73,445 39,327 39,327 39,327 39,327 - - - 230,753 Detention Center Body Scanner System 166,000 160,300 - - - - - - - - 160,300 Detention Center Surveillance Cameras & Digital Storage - Upgrade - - 389,352 - - - - - - - 389,352 Generator Purchase and Installation 2,700,000 - 2,700,000 - - - - - - - 2,700,000 Records Software Replacement 857,654 486,020 371,634 - - - - - - - 857,654 Sheriff Body-Worn Camera System 506,940 101,388 101,388 101,388 101,388 101,388 - - - - 506,940 Sheriff Capital Reserve Appropriation - 4,580,591 650,000 325,000 325,000 325,000 325,000 325,000 325,000 325,000 7,505,591 Spout Springs VIPER Radio Tower - - - - - - - - - 2,070,000 2,070,000 Harnett County Sheriff Total 4,230,594 5,328,299 4,285,819 465,715 465,715 465,715 364,327 325,000 325,000 4,465,000 16,490,590 010526 a Pg. 72 summary Project cost22 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Total Cost of each Project by Year PRoJeCT BUdGeT Budget Fiscal Year TotalPrior to 2026 Current Year: 2026 Year 1: 2027 Year 2: 2028 Year 3: 2029 Year 4: 2030 Year 5: 2031 Year 6: 2032 Year 7: 2033 Harnett Regional Jetport (HRJ) - - - - - - - - - - - Fuel Tank Replacement 1,716,314 114,640 10,509 1,885,890 - - - - - - 2,011,039 Hangar Development 5,600,000 - 551,728 5,048,272 - - - - - - 5,600,000 Harnett Regional Jetport Master Plan Update 414,357 413,454 - - - - - - - - 413,454 New Terminal Construction 6,391,150 7,244,421 - - - - - - - - 7,244,421 Runway Extension 15,600,000 239,335 1,490,665 13,870,000 - - - - - - 15,600,000 Harnett Regional Jetport (HRJ) Total 29,721,821 8,011,850 2,052,902 20,804,162 - - - - - - 30,868,914 Information Technology - - - - - - - - - - - Broadband Expansion Initiative 6,128,626 6,128,626 - - - - - - - - 6,128,626 Core Server Infrastructure Upgrade/Replacement 1,736,753 789,433 249,000 - - - - - - - 1,038,433 Core Storage Infrastructure Upgrade/Replacement 500,000 - 467,695 - - - - - - - 467,695 Information Technology Total 8,365,379 6,918,059 716,695 - - - - - - - 7,634,754 Parks & Recreation - - - - - - - - - - - Anderson Creek Nature Center and Library - - - 45,000 - - - - - 7,695,000 7,740,000 Anderson Creek Park Development Phase 3 140,612 - 139,932 - - - - - - - 139,932 Ballfield LED Lighting Retrofit - - - 235,000 220,000 275,000 - - - - 730,000 Boone Trail Park Development Phase 1 135,000 15,687 119,313 - - - - - - - 135,000 Boone Trail Park Development Phase 2 478,305 - - - - - - - 478,305 - 478,305 Bunnlevel Community Park - - - - 298,236 - - - - - 298,236 Cape Fear Shiner Park Development Phase 2 780,379 - 517,779 336,821 - - - - - - 854,600 Greenway Trail Construction Capital Reserve Appropriation - 583,762 100,000 100,000 100,000 100,000 100,000 100,000 100,000 100,000 1,383,762 Neills Creek Park Master Plan and Park Development Phase 1 1,506,922 73,768 149,400 1,590,000 - - - - - - 1,813,168 Neills Creek Park Restroom, Concession & Maintenance Building 444,225 109,225 335,000 - - - - - - - 444,225 Northwest Harnett Park Development 1,442,500 11,864 53,136 561,500 816,000 - - - - - 1,442,500 010526 a Pg. 73 summary Project costHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 23 Total Cost of each Project by Year PRoJeCT BUdGeT Budget Fiscal Year TotalPrior to 2026 Current Year: 2026 Year 1: 2027 Year 2: 2028 Year 3: 2029 Year 4: 2030 Year 5: 2031 Year 6: 2032 Year 7: 2033 Parks & Recreation Capital Reserve Appropriation - 1,950,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 3,550,000 Patriots Park Development Phase 3 271,550 22,550 249,000 - - - - - - - 271,550 Parks & Recreation Total 5,199,493 2,766,856 1,863,560 3,068,321 1,634,236 575,000 300,000 300,000 778,305 7,995,000 19,281,278 Public Library - - - - - - - - - - - Mobile Outreach Vehicle 315,605 - 283,220 32,385 - - - - - - 315,605 Radio Frequency Identification (RFID) Installation in Branches 141,601 - 141,601 - - - - - - - 141,601 Public Library Total 457,206 - 424,821 32,385 - - - - - - 457,206 Grand Total 220,953,510 100,220,913 76,319,492 68,131,879 11,127,225 4,849,902 4,490,278 7,245,332 4,220,618 15,579,141 292,184,780 010526 a Pg. 74 summary Project cost24 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Total Cost of each Project by Year PRoJeCT BUdGeT Budget Fiscal Year TotalPrior to 2026 Current Year: 2026 Year 1: 2027 Year 2: 2028 Year 3: 2029 Year 4: 2030 Year 5: 2031 Year 6: 2032 Year 7: 2033 Solid Waste - - - - - - - - - - - Northwest Convenience Center Relocation 2,128,281 151,594 1,976,687 - - - - - - - 2,128,281 Solid Waste Total 2,128,281 151,594 1,976,687 - - - - - - - 2,128,281 Grand Total 2,128,281 151,594 1,976,687 - - - - - - - 2,128,281 010526 a Pg. 75 Summary Funding Source 010526 a Pg. 76 summary FundInG source26 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Funding Sources The table below shows a summary of the funding sources for CIP projects by year. The major revenue sources are installment and other debt, capital reserves, and grants. PRoJeCT BUdGeT Budget Fiscal Year TotalPrior to 2026 Current Year: 2026 Year 1: 2027 Year 2: 2028 Year 3: 2029 Year 4: 2030 Year 5: 2031 Year 6: 2032 Year 7: 2033 Animal Services - - - - - - - - - - - Capital Reserves 1,365,239 345,331 882,155 137,753 - - - - - - 1,365,239 Debt Proceeds 9,178,879 - - 4,882,339 4,296,540 - - - - - 9,178,879 Animal Services Total 10,544,118 345,331 882,155 5,020,092 4,296,540 - - - - - 10,544,118 Board of elections - - - - - - - - - - - Capital Reserves - - - 65,000 - - - - - - 65,000 Board of Elections Total - - - 65,000 - - - - - - 65,000 Central Carolina Community College (CCCC) - - - - - - - - - - - Capital Reserves 210,000 210,000 - - - - - - - - 210,000 CCCC Capital Reserves 3,529,001 - - 1,648,081 - - - 1,880,920 - - 3,529,001 Transfer from General Fund - 589,000 589,000 589,000 589,000 589,000 589,000 200,000 200,000 200,000 4,134,000 Central Carolina Community College (CCCC) Total 3,739,001 799,000 589,000 2,237,081 589,000 589,000 589,000 2,080,920 200,000 200,000 7,873,001 Cooperative extension - - - - - - - - - - - Grants, Gifts, Etc. 930,000 130,000 100,000 - 700,000 - - - - - 930,000 Transfer from General Fund 50,000 50,000 - - - - - - - - 50,000 Cooperative Extension Total 980,000 180,000 100,000 - 700,000 - - - - - 980,000 department of Social Services (dSS) - - - - - - - - - - - Capital Reserves 1,200,000 1,088,414 - - - - - - - - 1,088,414 Department of Social Services (DSS) Total 1,200,000 1,088,414 - - - - - - - - 1,088,414 development Services - - - - - - - - - - - Capital Reserves 914,800 224,800 16,000 679,800 - - - - - - 920,600 Grants, Gifts, Etc. 2,783,200 - 64,000 2,719,200 - - - - - - 2,783,200 Development Services Total 3,698,000 224,800 80,000 3,399,000 - - - - - - 3,703,800 emergency medical Services (emS) - - - - - - - - - - - Capital Reserves 396,100 - 396,100 - - - - - - - 396,100 EMS Capital Reserves 1,774,379 2,640,656 426,845 1,733,853 441,388 453,366 466,213 1,964,740 492,313 336,585 8,955,959 Transfer from General Fund - 1,790,000 850,000 1,275,412 600,000 600,000 600,000 400,000 400,000 400,000 6,915,412 Emergency Medical Services (EMS) Total 2,170,479 4,430,656 1,672,945 3,009,265 1,041,388 1,053,366 1,066,213 2,364,740 892,313 736,585 16,267,471 010526 a Pg. 77 summary FundInG sourceHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 27 Funding Sources The table below shows a summary of the funding sources for CIP projects by year. The major revenue sources are installment and other debt, capital reserves, and grants. PRoJeCT BUdGeT Budget Fiscal Year TotalPrior to 2026 Current Year: 2026 Year 1: 2027 Year 2: 2028 Year 3: 2029 Year 4: 2030 Year 5: 2031 Year 6: 2032 Year 7: 2033 emergency Services - - - - - - - - - - - Capital Reserves - - - 130,000 - - - - - - 130,000 Emergency Services Total - - - 130,000 - - - - - - 130,000 Facilities maintenance - - - - - - - - - - - Transfer from General Fund - 1,000,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 5,000,000 Facilities Maintenance Total - 1,000,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 5,000,000 Fleet maintenance - - - - - - - - - - - Capital Reserves 775,000 - 775,000 - - - - - - - 775,000 Fleet Maintenance Total 775,000 - 775,000 - - - - - - - 775,000 Harentt Area Rural Transit System (HARTS) - - - - - - - - - - - Capital Reserves - - - 75,000 - - - - - - 75,000 HARTS Capital Reserves - 121,381 130,339 134,249 - 141,821 145,738 149,672 - 157,556 980,756 Transfer from General Fund - - 120,000 125,000 125,000 125,000 125,000 125,000 125,000 125,000 995,000 Harentt Area Rural Transit System (HARTS) Total - 121,381 250,339 334,249 125,000 266,821 270,738 274,672 125,000 282,556 2,050,756 Harnett County Schools - - - - - - - - - - - Capital Reserves - 5,641,415 3,140,366 162,998 375,346 - - - - - 9,320,125 Capital Reserves Fund Balance - - - - - - - - - - - Debt Proceeds 98,777,303 12,287,802 58,985,890 27,503,611 - - - - - - 98,777,303 General Fund Fund Balance - - - 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 9,800,000 General Obligation Bonds 35,070,664 35,067,164 - - - - - - - - 35,067,164 Grants, Gifts, Etc. 10,000,000 10,000,000 - - - - - - - - 10,000,000 Interest 96,130 78,064 - - - - - - - - 78,064 Lottery Proceeds 1,931,680 1,931,680 - - - - - - - - 1,931,680 Other - 3,500 - - - - - - - - 3,500 Transfer from Capital Project 585,486 585,486 - - - - - - - - 585,486 Transfer from Special Revenue 3,411,156 3,411,156 - - - - - - - - 3,411,156 Harnett County Schools Total 149,872,419 69,006,267 62,126,256 29,066,609 1,775,346 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 168,974,478 010526 a Pg. 78 summary FundInG source28 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Funding Sources The table below shows a summary of the funding sources for CIP projects by year. The major revenue sources are installment and other debt, capital reserves, and grants. PRoJeCT BUdGeT Budget Fiscal Year TotalPrior to 2026 Current Year: 2026 Year 1: 2027 Year 2: 2028 Year 3: 2029 Year 4: 2030 Year 5: 2031 Year 6: 2032 Year 7: 2033 Harnett County Sheriff - - - - - - - - - - - 911 Funds 486,020 486,020 - - - - - - - - 486,020 Asset Forfeiture Funds 432,776 101,388 404,833 - - - - - - - 506,221 General Fund Fund Balance 304,164 - - 140,715 140,715 140,715 39,327 - - - 461,472 Grants, Gifts, Etc. 2,866,000 160,300 2,700,000 - - - - - - - 2,860,300 Interest - - 389,352 - - - - - - - 389,352 Radio Fund - - - - - - - - - 2,070,000 2,070,000 Sheriff’s Capital Reserves 141,634 - 141,634 - - - - - - - 141,634 Transfer from General Fund - 4,580,591 650,000 325,000 325,000 325,000 325,000 325,000 325,000 325,000 7,505,591 Transfer from Special Revenue - - - - - - - - - 2,070,000 2,070,000 Harnett County Sheriff Total 4,230,594 5,328,299 4,285,819 465,715 465,715 465,715 364,327 325,000 325,000 4,465,000 16,490,590 Harnett Regional Jetport (HRJ) - - - - - - - - - - - Airport Capital Reserves 41,436 225,961 - - - - - - - - 225,961 Capital Reserves 4,700,334 114,640 10,509 4,200,334 - - - - - - 4,325,483 Grants, Gifts, Etc. 23,740,963 7,111,422 2,042,393 15,755,890 - - - - - - 24,909,705 Interest 391,150 559,827 - - - - - - - - 559,827 Transfer from Capital Project 847,938 - - 847,938 - - - - - - 847,938 Harnett Regional Jetport (HRJ) Total 29,721,821 8,011,850 2,052,902 20,804,162 - - - - - - 30,868,914 Information Technology - - - - - - - - - - - ARP Fund 1,343,626 1,343,626 - - - - - - - - 1,343,626 General Fund Fund Balance 2,000,000 2,000,000 - - - - - - - - 2,000,000 Grants, Gifts, Etc. 2,785,000 2,785,000 - - - - - - - - 2,785,000 Information Technology Fund 2,236,753 789,433 716,695 - - - - - - - 1,506,128 Information Technology Total 8,365,379 6,918,059 716,695 - - - - - - - 7,634,754 Parks & Recreation - - - - - - - - - - - Capital Reserves - 118,762 - 280,000 220,000 275,000 - - - - 893,762 Debt Proceeds 444,225 109,225 335,000 - - - - - - 7,695,000 8,139,225 General Fund Fund Balance 1,265,322 - - 1,050,900 566,000 - - - - - 1,616,900 Grants, Gifts, Etc. 1,500,000 - 149,400 1,100,600 250,000 - - - - - 1,500,000 Parks Capital Reserves 1,618,209 85,632 745,660 336,821 298,236 - - - 478,305 - 1,944,654 SCIF Fund 371,737 38,237 333,500 - - - - - - - 371,737 Transfer from General Fund - 2,415,000 300,000 300,000 300,000 300,000 300,000 300,000 300,000 300,000 4,815,000 Parks & Recreation Total 5,199,493 2,766,856 1,863,560 3,068,321 1,634,236 575,000 300,000 300,000 778,305 7,995,000 19,281,278 010526 a Pg. 79 summary FundInG sourceHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 29 Funding Sources The table below shows a summary of the funding sources for CIP projects by year. The major revenue sources are installment and other debt, capital reserves, and grants. PRoJeCT BUdGeT Budget Fiscal Year TotalPrior to 2026 Current Year: 2026 Year 1: 2027 Year 2: 2028 Year 3: 2029 Year 4: 2030 Year 5: 2031 Year 6: 2032 Year 7: 2033 Public Library - - - - - - - - - - - Capital Reserves 257,206 - 224,821 32,385 - - - - - - 257,206 Grants, Gifts, Etc. 200,000 - 200,000 - - - - - - - 200,000 Public Library Total 457,206 - 424,821 32,385 - - - - - - 457,206 Grand Total 220,953,510 100,220,913 76,319,492 68,131,879 11,127,225 4,849,902 4,490,278 7,245,332 4,220,618 15,579,141 292,184,780 010526 a Pg. 80 summary FundInG source30 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Funding Sources The table below shows a summary of the funding sources for CIP projects by year. The major revenue sources are installment and other debt, capital reserves, and grants. PRoJeCT BUdGeT Budget Fiscal Year TotalPrior to 2026 Current Year: 2026 Year 1: 2027 Year 2: 2028 Year 3: 2029 Year 4: 2030 Year 5: 2031 Year 6: 2032 Year 7: 2033 Solid Waste - - - - - - - - - - - Interest 272,463 - 272,463 - - - - - - - 272,463 Solid Waste Capital Reserves 1,855,818 151,594 1,704,224 - - - - - - - 1,855,818 Solid Waste Total 2,128,281 151,594 1,976,687 - - - - - - - 2,128,281 Grand Total 2,128,281 151,594 1,976,687 - - - - - - - 2,128,281 010526 a Pg. 81 Summary Operating Effect 010526 a Pg. 82 summary oPeratInG eFFect32 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 operating Budget effects The table below shows the combined effect on the operating budget of the recommended projects for the next seven years. Operating effects include debt service, increased operating costs, decreased operating costs, additional revenues, and appropriation of revenue necessary to fund the project. PRoJeCT BUdGeT Budget Fiscal Year TotalPrior to 2026 Current Year: 2026 Year 1: 2027 Year 2: 2028 Year 3: 2029 Year 4: 2030 Year 5: 2031 Year 6: 2032 Year 7: 2033 Animal Services - - - - - - - - - - - Debt Service - - - - 1,000,000 975,000 950,000 925,000 900,000 875,000 5,625,000 Increased Operating Costs - - - - 570,350 602,156 597,312 611,326 625,710 640,474 3,647,328 Animal Services Total - - - - 1,570,350 1,577,156 1,547,312 1,536,326 1,525,710 1,515,474 9,272,328 Central Carolina Community College (CCCC) - - - - - - - - - - - Transfer from General Fund - 589,000 589,000 589,000 589,000 589,000 589,000 200,000 200,000 200,000 4,134,000 Central Carolina Community College (CCCC) Total - 589,000 589,000 589,000 589,000 589,000 589,000 200,000 200,000 200,000 4,134,000 emergency medical Services (emS) - - - - - - - - - - - Decreased Costs - (205,740) (99,101) (113,229) (117,547) (65,520) (68,735) (111,572) (75,595) (79,253) (936,292) Increased Operating Costs - - - 106,395 104,437 107,570 110,797 114,121 117,545 121,071 781,936 Transfer from General Fund - 1,790,000 850,000 1,275,412 600,000 600,000 600,000 400,000 400,000 400,000 6,915,412 Emergency Medical Services (EMS) Total - 1,584,260 750,899 1,268,578 586,890 642,050 642,062 402,549 441,950 441,818 6,761,056 Facilities maintenance - - - - - - - - - - - Transfer from General Fund - 1,000,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 5,000,000 Facilities Maintenance Total - 1,000,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 5,000,000 Fleet maintenance - - - - - - - - - - - Increased Operating Costs - - - 8,355 8,606 8,865 9,129 9,404 9,686 9,977 64,022 Fleet Maintenance Total - - - 8,355 8,606 8,865 9,129 9,404 9,686 9,977 64,022 Harentt Area Rural Transit System (HARTS) - - - - - - - - - - - Increased Operating Costs - 2,859 10,851 11,174 11,503 11,839 12,183 12,537 12,921 13,259 99,126 Transfer from General Fund - - 120,000 120,000 120,000 120,000 120,000 120,000 120,000 120,000 960,000 Harentt Area Rural Transit System (HARTS) Total - 2,859 130,851 131,174 131,503 131,839 132,183 132,537 132,921 133,259 1,059,126 Harnett County Schools - - - - - - - - - - - Debt Service - 8,526,780 11,233,622 11,107,656 10,795,656 10,486,656 10,177,656 9,868,656 9,559,656 9,250,656 91,006,994 Transfer from General Fund - 3,661,415 410,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 13,871,415 Harnett County Schools Total - 12,188,195 11,643,622 12,507,656 12,195,656 11,886,656 11,577,656 11,268,656 10,959,656 10,650,656 104,878,409 010526 a Pg. 83 summary oPeratInG eFFectHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 33 operating Budget effects The table below shows the combined effect on the operating budget of the recommended projects for the next seven years. Operating effects include debt service, increased operating costs, decreased operating costs, additional revenues, and appropriation of revenue necessary to fund the project. PRoJeCT BUdGeT Budget Fiscal Year TotalPrior to 2026 Current Year: 2026 Year 1: 2027 Year 2: 2028 Year 3: 2029 Year 4: 2030 Year 5: 2031 Year 6: 2032 Year 7: 2033 Harnett County Sheriff - - - - - - - - - - - Decreased Costs - - - (117,097) (120,610) (124,228) (127,955) (131,794) (135,748) (139,820) (897,252) Increased Operating Costs - - - 140,715 140,715 140,715 39,327 - - - 461,472 Transfer from General Fund - 4,580,591 650,000 925,000 925,000 925,000 925,000 925,000 925,000 865,000 11,645,591 Harnett County Sheriff Total - 4,580,591 650,000 948,618 945,105 941,487 836,372 793,206 789,252 725,180 11,209,811 Harnett Regional Jetport (HRJ) - - - - - - - - - - - Increased Operating Costs - - - 7,500 7,665 7,835 8,010 8,190 8,376 8,567 56,143 Increased Revenue - - - 928 956 985 1,014 1,045 1,076 1,108 7,112 Harnett Regional Jetport (HRJ) Total - - - 8,428 8,621 8,820 9,024 9,235 9,452 9,675 63,255 Information Technology - - - - - - - - - - - Transfer from General Fund - 789,433 - - - - - - - - 789,433 Information Technology Total - 789,433 - - - - - - - - 789,433 Parks & Recreation - - - - - - - - - - - Decreased Costs - - - (1,600) (4,600) (6,100) (7,600) (7,600) (7,600) (7,600) (42,700) Increased Operating Costs - - 1,365 33,006 27,477 28,974 37,281 38,652 45,545 47,187 259,487 Transfer from General Fund - 2,415,000 300,000 300,000 300,000 300,000 300,000 300,000 300,000 300,000 4,815,000 Parks & Recreation Total - 2,415,000 301,365 331,406 322,877 322,874 329,681 331,052 337,945 339,587 5,031,787 Public Library - - - - - - - - - - - Increased Operating Costs - - 3,318 210,933 224,252 230,972 237,893 245,021 252,364 259,927 1,664,680 Public Library Total - - 3,318 210,933 224,252 230,972 237,893 245,021 252,364 259,927 1,664,680 Grand Total - 23,149,338 14,569,055 16,504,148 17,082,860 16,839,719 16,410,312 15,427,986 15,158,936 14,785,553 149,927,907 010526 a Pg. 84 summary oPeratInG eFFect34 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 operating Budget effects The table below shows the combined effect on the operating budget of the recommended projects for the next seven years. Operating effects include debt service, increased operating costs, decreased operating costs, additional revenues, and appropriation of revenue necessary to fund the project. PRoJeCT BUdGeT Budget Fiscal Year TotalPrior to 2026 Current Year: 2026 Year 1: 2027 Year 2: 2028 Year 3: 2029 Year 4: 2030 Year 5: 2031 Year 6: 2032 Year 7: 2033 Solid Waste - - - - - - - - - - - Decreased Costs - - - (2,500) (2,500) (2,500) (2,500) (2,500) (2,500) 2,500 (12,500) Solid Waste Total - - - (2,500) (2,500) (2,500) (2,500) (2,500) (2,500) 2,500 (12,500) Grand Total - - - (2,500) (2,500) (2,500) (2,500) (2,500) (2,500) 2,500 (12,500) 010526 a Pg. 85 Completed Projects 010526 a Pg. 86 36 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Completed Projects in Prior Fiscal Year The following projects were completed as of June 30, 2025. Project name department description Final Project Budget Final Cost Completion date Agricultural Center Educational Kitchen Cooperative Extension Construct an educational kitchen, located at 126 Alexander Drive, Lillington, to provide Harnett County farmers, especially those transitioning from tobacco, with essential digital marketing tools to enhance their businesses and promote local food products. $180,000 $180,000 3/31/2025 Comprehensive Land Use Plan Update Development Services Update the Comprehensive Land Use Plan that gives decision makers a roadmap for future growth in terms of transportation, affordable housing, land use, economic development, and infrastructure. $219,000 $224,800 4/29/2025 Detention Center Body Scanner System Harnett County Sheriff Purchase and install a body scanner system at the Harnett County Detention Center, located at 175 Bain St, Lillington. $166,000 $160,300 6/30/2025 Harnett Regional Jetport Master Plan Update Harnett Regional Jetport (HRJ) Update the HRJ master plan that gives decision makers a roadmap for future growth and capital improvements planning and maintains the county’s eligibility for grant funds. $414,357 $413,454 12/3/2024 Johnsonville Elementary School Phase 1 Expansion & Renovation Harnett County Schools Using general obligation bond funds left from the Benhaven school project, renovate, and expand Johnsonville Elementary, located at 18495 NC 27 West, Cameron. Phase 1 work includes demolishing and replacing the cafeteria with a 9,500-square foot building, demolishing the old CTE classroom building, and renovating the 9,000-square-foot gym. $5,196,130 $5,178,064 1/31/2025 Miriello HVAC Replacement Central Carolina Community College (CCCC) Replace the HVAC units located in the Miriello Building on the main Harnett Campus, 1075 E. Cornelius Harnett Blvd., Lillington to ensure safety compliance, maximizes energy efficiency, and minimizes long-term operational costs. $210,000 $210,000 1/31/25 New Terminal Construction Harnett Regional Jetport (HRJ) Construct a 6,969-square-foot airport terminal at HRJ, located at 615 Airport Road, Erwin, to create a “Gateway to Harnett,” improve jetport services, and provide office space for Economic Development. $6,391,150 $7,244,421 6/30/25 Second Floor Upfit Department of Social Services (DSS) Upfit approximately 5,400 square feet of shell space in the Harnett County Department of Social Services, located at 311 W Cornelius Harnett Blvd, Lillington to allow for social distancing and accommodate additional staffing. $1,200,000 $1,088,414 12/13/24 010526 a Pg. 87 comPleted ProjectsHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 37 010526 a Pg. 88 Functional Areas 010526 a Pg. 89 FunctIonal areasHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 39 010526 a Pg. 90 Culture & Recreation 010526 a Pg. 91 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 41 Project name Anderson Creek nature Center and Library Responsible department Parks & Recreation Functional Area Culture & Recreation Project Status Future Project Type Facilities description:Design and construct a multi-use facility at the Anderson Creek Park, located at 1491 Nursery Rd, Lillington, to serve as a collaborative initiative between Parks and Recreation, Board of Elections, and the Public Library. Project Justification:The Anderson Creek Nature Education Center and Library is a collaborative initiative between the Parks and Recreation, the Public Library, and the Board of Elections, designed to serve as a hub for environmental education, civic engagement, and community enrichment. The proposed 17,300-square-foot facility will offer a blend of spaces that connect the community with nature, provide a branch Library, and add a community meeting space to the western Harnett area. With the current initiative of the Board of Commissioners, Board of Education, and Board of Elections to move voting sites away from school sites, this facility will be used to serve as an early voting site during election periods and be available throughout the year for community meetings, library programs, recreational classes, and special events. This flexible space supports the Center’s role as a vital community resource that fosters both environmental stewardship, library services, and civic participation. The Anderson Creek community and most of western Harnett do not currently have large public meeting spaces suitable for these types of events outside of the school system’s facilities. The current Library located in the Anderson Creek Primary School will be relocated to this location without diminishing any of the current library services. The new building will allow for greater outreach and robust programming within the community with more hours of operation and space. By combining the expertise and resources of Parks and Recreation, the Library, and Elections, the Anderson Creek Nature Education Center will offer a unique, multi-agency model that promotes collaboration, education, and engagement. Alternatives:-Do nothing - Continue to utilize the schools for library services and voting sites. -Conduct a feasibility study - This will provide guidance for land needs, building needs, cost estimates, and more to better plan for the design, construction, funding, and operational costs of the future facility. -Construct a new facility - Move forward with allocating funding based off recent similar facilities built within the last 5 years. Recommended Solution: The recommended solution is to conduct a feasibility study to provide guidance for land needs, building needs, cost estimates, and more to better plan for the design, construction, funding, and operational costs of the future facility. 010526 a Pg. 92 culture & recreatIon42 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Feasibility Study ---45,000 ------45,000 Construction ---------7,695,000 7,695,000 Total Project Cost ---45,000 -----7,695,000 7,740,000 Funding Source Capital Reserves ---45,000 ------45,000 Debt Proceeds ---------7,695,000 7,695,000 Total Funding Source ---45,000 -----7,695,000 7,740,000 010526 a Pg. 93 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 43 Project name Anderson Creek Park development (Future Phases) Responsible department Parks & Recreation Functional Area Culture & Recreation Project Status Future Project Type Park description:Continue to develop the remaining 800 acres of Anderson Creek Park, located at 1491 Nursery Rd, Lillington, as a large passive recreation park. The remaining elements to be constructed include equestrian trails, additional walking trails, additional parking, additional picnic shelters, another playground, interpretive signage, and a staff building. Utilizing a state grant, the county has already developed 200 acres, including a roadway, disc golf, picnic shelter, playground, three miles of walking trails, two miles of mountain biking trails, nature education, and a pond overlook. Phase 2 was also completed in 2023 with mountain biking trails and additional parking. Project Justification:The county purchased this tract from Harnett Forward Together Committee (HFTC) and is paying itself back through recreation fees collected in the area. The deed contained a restriction that the tract must be used for a park, public education, YMCA, forestry services or wildlife managment services. Fifty acres of the site has been reserved for a future school site and NC Forestry may locate here as well. The size of the park is conducive to constructing a regional park that will attract visitors from surrounding counties and could be an economic development driver. The Statewide Comprehensive Outdoor Recreation Plan (SCORP) is a detailed analysis of the supply and demand of outdoor recreation resources in NC. SCORP ranks NC counties by current supply of recreation resources and provides a benchmark for how county recreational resources rank among the 100 counties. Harnett County currently ranks 90th in picnic shelters, 88th in playgrounds, and 51st in trail miles (this high only because of Raven Rock State Park). In 2009 a master plan of the park was developed calling for the existing and future amenities. Alternatives:• Do nothing. If nothing is done, the county will continue to operate the park as is, but it will likely not have the regional draw that would generate economic development. • Fund improvements incrementally through the parks fund. This approach will avoid the necessity of applying for grant funds, but it will take a long time to complete the amenities identified for this park, especially considering the numerous other parks currently in development in the county. • Apply for PARTF funding from the state for a 50% match. This option provides the most resources, but may not be the best use of PARTF, as there are higher priorities for constructing parks (this is 7 out of 10 for the department). 010526 a Pg. 94 culture & recreatIon44 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Recommended Solution:It is recommended to acquire cost estimates and planning documentation for the development of equestrian trails and other facilities. Currently, the county lacks funding to move ahead with the full future phase of the project. Until that is addressed, we should continue to make improvements using the park fund. Relation to other Projects: Since the project will be developed as funding from the Park Reserve is available, all parks funded in this way are competing for the same small amount of funding. Current Stage of Project:Phase 3, which includes the replacement of the existing playground, is scheduled for completion in Fiscal Year 2026. 010526 a Pg. 95 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 45 Project name Anderson Creek Park development Phase 3 Responsible department Parks & Recreation Functional Area Culture & Recreation Project Status Approved-Contracts Let Project Type Park description:Replace the playground equipment at Anderson Creek Park, located at 1491 Nursery Rd, Lillington. Project Justification:The playground at Anderson Creek Park, constructed in 2014, has reached the end of its serviceable life. The wooden components, including locust, rhododendron, and treated lumber, have begun to show signs of rot and instability, posing potential safety risks to users. Given the high usage of this popular park amenity, replacing the deteriorating equipment is imperative to maintain a safe and enjoyable recreational space for the community. Alternatives:• Do nothing. If nothing is done, the playground will continue to deteriorate and no longer be a safe activity for park visitors. • Close playground elements when they become unsafe or structurally compromised. Elements will either be demolished or repaired using new materials by staff. • Contract with original playground builder to make repairs and increase structural integrity ($60,000 estimate by Asheville Playgrounds) • Demolish and replace with commercial nature-themed playground for more longevity and easier repair and maintenance. Recommended Solution: Demolish and replace the existing playground with a commercial nature-themed playground funded with the Parks Capital Reserve Fund. Current Stage of Project: The selection process for the new playground equipment and installation contractor has been completed. The playground is scheduled to open to the public by February 2026. 010526 a Pg. 96 culture & recreatIon46 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Furnishings & Equipment 140,612 -139,932 -------139,932 Total Project Cost 140,612 -139,932 -------139,932 Funding Source Parks Capital Reserves 140,612 -139,932 -------139,932 Total Funding Source 140,612 -139,932 -------139,932 operating effect Increased Operating Costs -----250 250 250 500 500 1,750 Total operating effect -----250 250 250 500 500 1,750 010526 a Pg. 97 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 47 Project name Ballfield Led Lighting Retrofit Responsible department Parks & Recreation Functional Area Culture & Recreation Project Status New Project Type Equipment description:Retrofit existing ballfield lighting systems at Neills Creek Park, located at 3885 Harnett Central Rd., Angier, and Barbecue Creek Park, located at 10861 NC Hwy 27 W, Lillington, to energy-efficient LED lighting. The upgrade will improve lighting quality, reduce energy consumption, and lower long-term maintenance costs. Project Justification:LED lighting provides a more energy efficient, longer lifespan, improved light quality, advanced control, and enhanced safety. The retrofit would be on the ballfield lighting systems at Neill’s Creek Park and Barbecue Creek Park where LED lights are up to 75% more efficient relating in cost savings to the County. They have a lifespan of over three times longer than metal halide bulbs resulting in less maintenance and replacement of bulbs. LED lights deliver brighter and more uniform lighting across the playing surface. This even distribution of light eliminates shadows and dark spots, ensuring that players, coaches, and fans have a clear view of the action, regardless of where they are positioned. Another key benefit is the instant on/off capability of LED lights. Unlike metal halide lamps that require a warm-up period to reach full brightness, LEDs light up immediately. This feature provides flexibility for facility managers to adjust lighting quickly as needed, whether for scheduled games, practice sessions, or other events. The ballfield lighting system for Barbecue Creek Park Field #1 will need complete renovation due to the age, condition, and original installation of the current system. Alternatives:• Do nothing - Continue using the existing lighting systems. Results in increasing utility costs, frequent maintenance, and declining lighting quality and safety. • Phased replacement over several fiscal years - Replace lighting systems one at a time. Allows for budget flexibility but delays full benefits of LED technology. • Full replacement in one fiscal year - Immediate upgrade of all lighting systems to maximizes energy savings and performance benefits. Recommended Solution: The recommended solution is to proceed with a phased replacement approach, upgrading one or two lighting systems at a time. This strategy balances the need for modernization with available funding, utilizing the Parks Capital Reserve Fund to support the project over multiple fiscal years. This approach ensures steady progress toward energy efficiency and improved facility quality without overextending financial resources. 010526 a Pg. 98 culture & recreatIon48 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Furnishings & Equipment ---235,000 220,000 275,000 ----730,000 Total Project Cost ---235,000 220,000 275,000 ----730,000 Funding Source Capital Reserves ---235,000 220,000 275,000 ----730,000 Total Funding Source ---235,000 220,000 275,000 ----730,000 operating effect Decreased Costs ---(1,600)(4,600)(6,100)(7,600)(7,600)(7,600)(7,600)(42,700) Total operating effect ---(1,600)(4,600)(6,100)(7,600)(7,600)(7,600)(7,600)(42,700) 010526 a Pg. 99 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 49 Project name Boone Trail Park development (Future Phases) Responsible department Parks & Recreation Functional Area Culture & Recreation Project Status Future Project Type Park description:Develop a park at the site of the old Boone Trail School, located at 8500 Old Highway 421, Lillington, that was destroyed by fire in May 2019. An initial concept plan developed with input from the community included a renovated entryway monument, memorial walkway, amphitheater, basketball court, picnic shelter, restroom facility, and walking trail. Project Justification:Harnett County owns 13.5 acres where the old Boone Trail School was located before being destroyed by fire. Of that amount, 6.25 acres have already been developed into the Boone Trail Community Center & Library and include active park amenities. The community would like the remaining portion of the property developed into a park. The burned building was demolished in September 2019. The additional land will increase the park acreage per citizen of Harnett County. The planned amphitheater will be the first for Harnett County Parks & Recreation. The amphitheater will also increase the programming opportunities within the department. The Statewide Comprehensive Outdoor Recreation Plan (SCORP) is a detailed analysis of the supply and demand of outdoor recreation resources in NC. SCORP ranks NC counties by current supply of recreation resources and provides a benchmark for how county recreational resources rank among the 100 counties. Harnett County currently ranks 90th in picnic shelters and 79th in athletic courts. A cost estimate was completed in January 2023. Total completion of planned amenities is estimated at $5.9 million. Alternatives:• Do nothing. This option fails to address the community’s interest in seeing the old school site repurposed for community needs. • Renovate the old school that was preserved during the school renovation and save the park development for future development. Again this fails to address the community’s interest. • Construct the amenities listed above with proceeds from the Parks Fund in phases as funds are available. Recommended Solution:Using Parks Fund to build the park over multiple phases is recommended. Preliminary discussions with the community have taken place and there is interest in community-driven fundraising efforts to offset some of the costs of the park or to provide additional amenities not included in the county’s scope. Relation to other Projects: Since the project will be developed as funding from the Park Reserve is available, all parks funded in this way are competing for the same small amount of funding. The park would be adjacent to the Boone Trail Community Center and Library, which opened in the spring of 2017. 010526 a Pg. 100 culture & recreatIon50 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Current Stage of Project:Parks & Recreation is currently in the process of construction of the entryway monument (Phase 1). This phase of the project is being funded by SCIF (State Capital Improvement Fund). Phase 2 is currently funded in FY 2032 for the development of the amphitheater, sidewalks, additional parking, site grading. 010526 a Pg. 101 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 51 Project name Boone Trail Park development Phase 1 Responsible department Parks & Recreation Functional Area Culture & Recreation Project Status Approved-Contracts Let Project Type Park description:Develop Phase 1 of the Boone Trail Park, located at 8500 Old Highway 421, Lillington by stabilizing and rebuilding the entryway monument. Future Phases will address the concept plan, developed with input from the community, to include a memorial walkway, amphitheater, basketball court, picnic shelter, restroom facility, and walking trail. Project Justification:Harnett County owns 13.5 acres where the old Boone Trail School was located before being destroyed by fire. Of that amount, 6.25 acres have already been developed into the Boone Trail Community Center & Library and include active park amenities. The community would like the remaining portion of the property developed into a park. The burned building was demolished in September 2019. The additional land will increase the park acreage per citizen of Harnett County. The planned amphitheater will be the first for Harnett County Parks & Recreation. The amphitheater will also increase the programming opportunities within the department. The Statewide Comprehensive Outdoor Recreation Plan (SCORP) is a detailed analysis of the supply and demand of outdoor recreation resources in NC. SCORP ranks NC counties by current supply of recreation resources and provides a benchmark for how county recreational resources rank among the 100 counties. Harnett County currently ranks 90th in picnic shelters and 79th in athletic courts. Alternatives:• Do nothing. This option fails to address the community’s interest in seeing the old school site repurposed for community needs and allows the remaining school entryway to continue to deteriorate. • Renovate the old school entryway that was preserved during the school renovation and save the park development for future development. Again, this fails to address the community’s interest. • Construct the amenities listed above with proceeds from the Parks Fund in phases as funds are available. Recommended Solution:Utilizing SCIF Fund, develop Phase 1 by stabilizing and rebuilding an entryway monument. Relation to other Projects: Since the project will be developed as funding from the Park Reserve is available, all parks funded in this way are competing for the same small amount of funding. The park would be adjacent to the Boone Trail Community Center and Library, which opened in the spring of 2017. Current Stage of Project:The project is currently under contract, and a pre-construction meeting has been held. Construction is expected to begin soon, with an estimated completion date of March 2026. 010526 a Pg. 102 culture & recreatIon52 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Construction 135,000 - 108,530 - - - - - - - 108,530 Contingency - - 8,450 - - - - - - - 8,450 Engineering - 15,687 2,333 - - - - - - - 18,020 Total Project Cost 135,000 15,687 119,313 - - - - - - - 135,000 Funding Source SCIF Fund 135,000 15,687 119,313 - - - - - - - 135,000 Total Funding Source 135,000 15,687 119,313 - - - - - - - 135,000 operating effect Increased Operating Costs - - 212 219 225 232 239 246 253 261 1,887 Total operating effect - - 212 219 225 232 239 246 253 261 1,887 010526 a Pg. 103 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 53 Project name Boone Trail Park development Phase 2 Responsible department Parks & Recreation Functional Area Culture & Recreation Project Status Approved-No Contracts Project Type Park description:Develop Phase 2 of the Boone Trail Park, located at 8500 Old Highway 421, Lillington, which will consist of new park amenities including additional parking, amphitheater, sidewalks, general grading and sitework, landscaping, and signage. Project Justification:Harnett County owns 13.5 acres where the old Boone Trail School was located before being destroyed by fire. Of that amount, 6.25 acres have already been developed into the Boone Trail Community Center & Library and include active park amenities. The community would like the remaining portion of the property developed into a park. The burned building was demolished in September 2019. The additional land will increase the park acreage per citizen of Harnett County. The planned amphitheater will be the first for Harnett County Parks & Recreation. The amphitheater will also increase the programming opportunities within the department. The Statewide Comprehensive Outdoor Recreation Plan (SCORP) is a detailed analysis of the supply and demand of outdoor recreation resources in NC. SCORP ranks NC counties by current supply of recreation resources and provides a benchmark for how county recreational resources rank among the 100 counties. Harnett County currently ranks 90th in picnic shelters and 79th in athletic courts. Alternatives:• Do nothing. This option fails to address the community’s interest in seeing the old school site repurposed for community needs. • Complete Phase 1 of the park and leave the rest of the site as open space. • Continue to build the Park in a phased approach based on the concept plan approved by the community using the Parks Capital Reserve Fund. Recommended Solution: Continue to build the Boone Trail Park in a phased approach based on the concept plan approved by the community using the Parks Capital Reserve Fund. Current Stage of Project: There is no change in this project. The project is scheduled for FY 2032. 010526 a Pg. 104 culture & recreatIon54 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Architectural Design & Construction Administration 59,789 -------59,789 -59,789 Construction 398,586 -------398,586 -398,586 Contingency 19,930 -------19,930 -19,930 Total Project Cost 478,305 -------478,305 -478,305 Funding Source Parks Capital Reserves 478,305 -------478,305 -478,305 Total Funding Source 478,305 -------478,305 -478,305 operating effect Increased Operating Costs --------5,203 5,332 10,535 Total operating effect --------5,203 5,332 10,535 010526 a Pg. 105 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 55 Project name Bunnlevel Community Park Responsible department Parks & Recreation Functional Area Culture & Recreation Project Status New Project Type Park description:Develop a new community park on the Bunnlevel Ruritan property, located at 110 Candle Bush Lane, Bunnlevel, to include a playground, picnic shelter, small open space, and parking area. Project Justification:The Bunnlevel community, currently underserved by park facilities, would greatly benefit from a new park. The lack of nearby recreational spaces within a five-mile radius hinders residents’ ability to enjoy outdoor activities and socialize with neighbors. Additionally, Harnett County’s 2020 ranking of 90th in picnic shelters and 88th in playgrounds, as outlined in the NC Statewide Comprehensive Outdoor Recreation Plan, further emphasizes the need for increased investment in park infrastructure to meet the growing recreational demands of the community. Alternatives:• Do nothing. Continue to not have a park in the community. • Plan for a new park through the Capital Improvement Program process, including public input. • Work with Bunnlevel Ruritans to lease park area on their property and develop park. • Acquire land to build new park. Recommended Solution: Plan for a new park through the Capital Improvement Program process, including public input. 010526 a Pg. 106 culture & recreatIon56 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Relation to other Projects: Partner with the Bunnlevel Ruritans to lease a designated portion of their existing property. This space will be used to design and construct a new community park, with the planning and development process guided by input from local residents to ensure the park reflects community needs and priorities. 010526 a Pg. 107 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 57 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Architectural Design & Construction Administration ----24,787 -----24,787 Construction ----261,510 -----261,510 Contingency ----11,939 -----11,939 Total Project Cost ----298,236 -----298,236 Funding Source Parks Capital Reserves ----298,236 -----298,236 Total Funding Source ----298,236 -----298,236 operating effect Increased Operating Costs ----3,380 3,481 3,586 3,693 3,804 3,918 21,862 Total operating effect ----3,380 3,481 3,586 3,693 3,804 3,918 21,862 010526 a Pg. 108 culture & recreatIon58 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Cape Fear Shiner Park development Phase 2 Responsible department Parks & Recreation Functional Area Culture & Recreation Project Status Approved-No Contracts Project Type Park description:Construct Phase 2 of the Cape Fear Shiner County Park, located at 350 Alexander Drive, Lillington, including a playground, a picnic shelter, and restroom facility. Project Justification:The 2017 Comprehensive Parks and Recreation Master Plan found that out of 100 counties Harnett County currently ranks 90th in picnic shelters and 88th in playgrounds. In order to develop Phase 1 of Cape Fear Shiner County Park, the County applied for a Parks and Recreation Trust Fund Grant and was awarded $400,000 in 2016. A match of $400,000 was required by the County. Funds were used to develop trails (asphalt, stone and boardwalk), multipurpose field, soccer field, two baseball fields, two overlook decks, a stone driveway and parking lot, signage, and a water access point. The PARTF project did not include several elements that would enhance the park experience for citizens. Currently, portable toilets are used in place of restroom facilities. Phase 2 will replace the portable toilets with a constructed restroom facility, as well as add a playground facility and picnic shelter. Alternatives:• Do nothing and continue the use of portable toilets to service the restroom needs at the park. • Use design and cost estimate from Neills Creek Park Restroom/Concession Building for planned funding. Build restroom facility, playground, and picnic shelter using General Fund Revenues or other available funds. • Build planned amenities in phases, spreading the requested funds over multiple fiscal years. • Apply for grant funding to leverage funds for planned amenities. Recommended Solution:Construct Phase 2 facilities including a playground, picnic shelter, and restroom facility. Relation to other Projects: Cape Fear Shiner Park Phase 1 was completed in 2020. Current Stage of Project:The project ordinance for Phase 2 of the Cape Fear Shiner Park development was presented to and approved by the Board of Commissioners (BOC) in November 2024. Beginning in November 2025, the project will move forward with the construction drawings for the playground, picnic shelter, and restroom facility. Due to the flood zone location, this process requires additional steps compared to previous in-house park projects. 010526 a Pg. 109 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 59 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Architectural Design & Construction Administration 115,779 - 115,779 74,221 - - - - - - 190,000 Construction 664,600 - 402,000 262,600 - - - - - - 664,600 Total Project Cost 780,379 - 517,779 336,821 - - - - - - 854,600 Funding Source Parks Capital Reserves 780,379 - 517,779 336,821 - - - - - - 854,600 Total Funding Source 780,379 - 517,779 336,821 - - - - - - 854,600 operating effect Increased Operating Costs - - - 4,557 4,724 4,896 5,073 5,255 5,443 5,636 35,584 Total operating effect - - - 4,557 4,724 4,896 5,073 5,255 5,443 5,636 35,584 010526 a Pg. 110 culture & recreatIon60 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Parks & Recreation Capital Reserve Appropriation Responsible department Parks & Recreation Functional Area Culture & Recreation Project Status Approved-No Contracts Project Type Reserve Fund description:Continue $200,000 annual appropriations to the Parks Fund. Funds are used for small projects at existing parks and for development of new parks and facilities. The funding allows many projects to be completed by county staff at a lower cost than if contracted. Funding will support the development of Patriots Park, Shawtown Community Park, Northwest Harnett Park, water access sites, and the Benhaven Community Park. Project Justification:Harnett County is deficient in parks and recreation facilities throughout the county. A funding source for the parks listed above is needed. Utilizing the Parks Fund, Parks and Recreation staff is able to complete much of the work in-house at a savings to the county. Alternatives:• Do nothing. If nothing is done, the parks listed above will not be constructed unless other funding sources are identified. • Seek PARTF and other large grants to build one park at a time. While this option allows one park to be completed every five to seven years, it does not address construction needed and promised facilities at all of the parks currently owned by Harnett County. In other words, funding will be focused on one park at a time, while others will not be developed in the short-term and must wait their turn for grant funding. Recommended Solution:Continue annual funding of the Parks Fund to allow for small projects throughout the county. operating Impact:Operating impact is shown in each capital project request. Current Stage of Project:Upcoming expenses from the Parks & Recreation Capital Reserve Fund include engineering and cost estimates for future projects and water access site improvements. Additionally, funds are allocated for the Master Planning of Northwest Harnett Park, Neills Creek Park Phase 1, Ballfield Major Maintenance Repair, Park Accessibility upgrades, a Greenway Feasibility Study, and resurfacing of County trails and greenways. 010526 a Pg. 111 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 61 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Transfer to Parks Capital Reserve - 1,950,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 3,550,000 Total Project Cost - 1,950,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 3,550,000 Funding Source Transfer from General Fund - 1,950,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 3,550,000 Total Funding Source - 1,950,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 3,550,000 operating effect Transfer from General Fund - 1,950,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 3,550,000 Total operating effect - 1,950,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 3,550,000 010526 a Pg. 112 culture & recreatIon62 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Greenway Trail Construction Capital Reserve Appropriation Responsible department Parks & Recreation Functional Area Culture & Recreation Project Status Approved-No Contracts Project Type Reserve Fund description:Annually, set aside funds for greenway construction after a greenway master plan has been developed. Leverage the county’s funds by seeking grant funds to offset costs. Where feasible, ask developers to construct portions of greenways in lieu of the recreation exaction fee. Project Justification:Harnett County’s only existing greenway trail is the seven-mile Dunn-Erwin Rail Trail. According to the Parks and Recreation Master Plan, the county is deficient by 26 miles of greenways. With projected population growth, the county will be deficient by 36 miles in 2030. The 2015 Comprehensive Plan and 2017 Parks and Recreation Plan pointed to the need for more county greenways. Greenways are corridors of protected open space that often link nature preserves, parks, schools, and communities together. In 2017 when the Harnett County Parks and Recreation Comprehensive Master Plan was developed, an integrated system of trails and sidewalks was one of the key amenities that continued to be mentioned throughout public meeting. The statistically valid survey that was conducted as part of the Comprehensive Master Plan concluded that a Greenway Trail system was one of the top priorities of the county. The survey also concluded that walking for exercise was the highest program priority for adults and second highest for youth. National standards recommend 0.2 miles of greenway trails per 1,000 residents. Harnett County currently has 0.04 miles of greenway trail per 1,000 residents, which is only one-fifth of the national standard. Greenways are usable by all residents regardless of age, race, gender, or income level and provide direct physical and mental stimulation through physical exertion and engaging nature. Greenways promote healthy living, provide environmental benefits, and preserve nature. Greenways have the opportunity to increase property values and create economic impacts. A housing development in Apex, NC increased the price of the homes adjacent to the greenway by $5,000 and those homes were still the first to sell (Rails to Trails Conservancy: Economic Benefits of Trails and Greenways). Trail networks can also provide alternative transportation links to allow citizens to access parks, schools, and towns/cities without having to drive. A Greenway Master Plan should be the first step in addressing this need. The plan would identify specific greenway corridors. In doing so, it would allow the county to require land reservation or trail construction by developers (in lieu of paying recreation fees). It would also assist the county in determining where greenway connections should go as new developments continue to be built in portions of the county, specifically in northwest Harnett, where greenway connections could be made with Wake County’s greenway system. A Bicycle, Pedestrian, and Greenway Plan began in May 2020 and will be completed for board approval in November 2020. Beginning in FY 2021, the Parks and Recreation’s director request that a capital reserve be established for accumulating funds that could be used for greenway development. The fund would be used to match grants. The director is requesting approximately $150,000 to $200,000 per year. The state has estimated that on average greenways cost $5 million per mile to construct.010526 a Pg. 113 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 63 Alternatives:• Do nothing. If nothing is done, the County will continue to fall behind national standards for greenway trails, which provide higher quality of life for residents and have the potential to increase tourism. • Complete the master plan for greenway development, but delay setting aside funding. This action would likely cause land prices and development costs to increase in the future. Delaying funding also means the county might not be able to move forward with partnerships with developers and neighboring jurisdictions. • Complete the master plan and begin setting aside funds for greenway development. Recommended Solution:Completing the master plan and setting aside funds for greenway development beginning in FY 2021 is recommended. Actual greenway construction will be contingent on the county receiving matching grant funds. operating Impact:There is no current impact on the operating budget as no trails have been constructed or scheduled for construction in near future. Current Stage of Project:A Bicycle, Pedestrian, and Greenway Plan was completed and adopted by the Board of Commissioners in January 2021. Parks and Recreation and Development Services staff are working on implementing plan recommendations and preparing documentation for future greenway development funding. The first sections of side paths required through the county’s UDO has been installed on Hwy 210 and Hwy 27, and a sidewalk has been installed on Hwy 421 connecting Campbell University’s campus. A Great Trail State Program grant has been awarded with matching funds of $118,762 for the land acquisition of the South River Rd Greenway. AA Feasibility Study for three greenway segments will be complete in November of 2025 to determine future design and construction. 010526 a Pg. 114 culture & recreatIon64 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Feasibility Study - 65,000 - - - - - - - - 65,000 Transfer to Greenway Fund - 400,000 100,000 100,000 100,000 100,000 100,000 100,000 100,000 100,000 1,200,000 Grant Match - 118,762 - - - - - - - - 118,762 Total Project Cost - 583,762 100,000 100,000 100,000 100,000 100,000 100,000 100,000 100,000 1,383,762 Funding Source Transfer from General Fund - 465,000 100,000 100,000 100,000 100,000 100,000 100,000 100,000 100,000 1,265,000 Capital Reserves - 118,762 - - - - - - - - 118,762 Total Funding Source - 583,762 100,000 100,000 100,000 100,000 100,000 100,000 100,000 100,000 1,383,762 operating effect Transfer from General Fund - 465,000 100,000 100,000 100,000 100,000 100,000 100,000 100,000 100,000 1,265,000 Total operating effect - 465,000 100,000 100,000 100,000 100,000 100,000 100,000 100,000 100,000 1,265,000 010526 a Pg. 115 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 65 Project name neills Creek Park master Plan and Park development Phase 1 Responsible department Parks & Recreation Functional Area Culture & Recreation Project Status Approved-No Contracts Project Type Park description:Develop and renovate Neills Creek Park, located at 3885 Neill’s Creek Park, Angier. Develop a site master plan that will address improvements such as a new entrance from Hwy 210, a new parking lot, trails/sidewalks connecting amenities, restroom renovation, and field lighting. Project Justification:Neills Creek Park started development in 1978, which included two ballfields and tennis courts behind Harnett Central High School. The existing entrance into Neills Creek Park is through the main entrance of the high school. Since road access is through school property, the park cannot be used during school hours. In addition, park users must drive to the back of the school to enter the park. The only parking lot is near the high school softball field and the men’s softball field. The parking location provides little-to-no protection from foul balls, leaving visitors and spectators to park at their own risk. Park visitors and spectators may park in the school parking lots but requires a significant walk to the fields. The county expanded Neills Creek Park to the middle school, which includes two ballfields, a multiuse field, and tennis courts. The existing park entrance does not serve these areas. The middle school has no designated parking or handicap accessible routes to the park amenities. There is a tremendous number of requests to use the fields at the middle school, but the users are limited to daylight hours since there is no lighting on these fields. Alternatives:• Do nothing. Park visitors will continue to use the existing driveway through school property, which does not provide access to the expanded facilities recently constructed by the county. It also limits usage of the park to non-school hours and does not address additional field use requests. • Only install directional signage to inform park visitors of other middle school facilities. This option fails to address the lack of road/trail/ sidewalk connection between parking and the middle school fields and does not address additional field use requests. • Hire an engineering or design firm to complete a site master plan, with public input, to determine efficient and effective development and renovation of the park. Following the master plan, apply for PARTF and LWCF grants to assist in construction. • Construct a DOT-required turning lane on Hwy NC 210, a new road entrance into the park, and a parking lot that is more accessible to all park amenities.010526 a Pg. 116 culture & recreatIon66 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Recommended Solution:Using the Parks Fund, hire an engineering or design firm to develop a site master plan, with public input, to determine development and renovation needs for the park. Following the master plan, apply for PARTF and LWCF grants to assist with construction costs. Relation to other Projects: This project relates to the Neills Creek Park Restroom and Concession Building project. Current Stage of Project:The Site Master Plan was finalized in March 2024. In October 2025, the project received two major funding awards: a $500,000 Land and Water Conservation Fund Grant and a $500,000 Parks and Recreation Trust Fund Grant. Design and engineering work will begin once the grant contracts are fully executed. 010526 a Pg. 117 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 67 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Construction 1,039,150 --1,500,000 ------1,500,000 Contingency 265,149 --50,000 ------50,000 Engineering 127,123 -149,400 40,000 ------189,400 Feasibility Study 75,500 73,768 --------73,768 Total Project Cost 1,506,922 73,768 149,400 1,590,000 ------1,813,168 Funding Source General Fund Fund Balance 387,822 - 739,400 ------739,400 Grants, Gifts, Etc.1,000,000 -149,400 850,600 ------1,000,000 Parks Capital Reserves 119,100 73,768 --------73,768 Total Funding Source 1,506,922 73,768 149,400 1,590,000 ------1,813,168 operating effect Increased Operating Costs ---13,400 3,721 4,065 11,432 11,827 12,249 12,701 69,395 Total operating effect ---13,400 3,721 4,065 11,432 11,827 12,249 12,701 69,395 010526 a Pg. 118 culture & recreatIon68 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name neills Creek Park Restroom, Concession & maintenance Building Responsible department Parks & Recreation Functional Area Culture & Recreation Project Status Approved-No Contracts Project Type Park description:Construct a new restroom, concession, and maintenance storage building adjacent to the Neills Creek Park Middle School athletic fields and tennis courts, located at 3885 Neills Creek Road, Angier to serve the school’s athletic teams and residents using the facility. Project Justification:The County expanded Neills Creek Park to include the baseball, softball, and soccer practice fields in 2018. The tennis courts were relocated to the property in 2019. Since these facilities were opened, the Parks and Recreation Department has seen increased use of the park. The baseball field has been rented 432.5 hours, the softball field has been rented 427.5 hours, and the multipurpose/soccer field has been rented 74 hours. Supporting facilities are inadequate: Portable restrooms provide restroom facilities, and the concessions stand is a storage shed. The Parks and Recreation Department also needs to store maintenance equipment at the site to service the park. Alternatives:• Do nothing and continue to serve the park with the existing restrooms and concession stand. • Select a design firm to complete site analysis and develop a detailed cost estimate. Once a cost estimate has been obtained, submit the project for funding in the CIP. • Secure grant funding to move forward with the design and construction of the building. Recommended Solution:Construct a restroom, concession and maintenance building at Neills Creek Park. Relation to other Projects: The project relates to the Neills Creek Park Master Plan and future renovations. Current Stage of Project:A design/build contract for the Neills Creek Park Restroom, Concession, and Maintenance Building was signed in January 2023. The design phase was completed in August 2023, and construction was originally scheduled to begin in October 2023. Unfortunately, recent sub-contractor bids have come in significantly higher than anticipated, up to 194% over budget. As a result, the project is currently on hold until we secure additional funding or see a decrease in construction costs. 010526 a Pg. 119 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 69 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Architectural Design & Construction Administration 109,225 109,225 - - - - - - - - 109,225 Construction 335,000 - 335,000 - - - - - - - 335,000 Total Project Cost 444,225 109,225 335,000 - - - - - - - 444,225 Funding Source Debt Proceeds 444,225 109,225 335,000 - - - - - - - 444,225 Total Funding Source 444,225 109,225 335,000 - - - - - - - 444,225 operating effect Increased Operating Costs - - - 5,932 6,191 6,463 6,748 7,046 7,360 7,690 47,430 Total operating effect - - - 5,932 6,191 6,463 6,748 7,046 7,360 7,690 47,430 010526 a Pg. 120 culture & recreatIon70 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name northwest Harnett Park development Responsible department Parks & Recreation Functional Area Culture & Recreation Project Status Approved-No Contracts Project Type Park description:Develop Northwest Harnett Park, located at 1975 Oakridge River Road, Fuquay-Varina. Facilities will be determined through the site master plan process but are projected to include a ballfield, picnic shelter, playground, walking trail, fitness stations and bicycle pump track. Project Justification:Harnett County purchased this 28-acre tract in northwest Harnett with the stated intent of building a convenience center, park, and emergency communications tower. During a public meeting held as part of the conditional use permit for the convenience center, residents indicated the strong desire for a park to be located on the site if the solid waste facility is constructed. No parks are currently located in this area. Alternatives:•Do nothing. If nothing is done, the county will not meet its implied promise to build the park on a site also slated for a solid waste convenience center. •Using in-house labor and the Parks Fund, construct park facilities as time and resources allow. Explore construction of joint facilities, such as entrance road and parking, with Solid Waste. Recommended Solution:Utilizing Parks Fund, develop a master plan to address needed facilities. Move forward with future phases when park amenities and funding have been identified. Relation to other Projects: Since some of the project will be developed as funding from the Park Reserve is available, all parks funded in this way are competing for the same small amount of funding. Current Stage of Project:Staff has selected WithersRavenel to lead the Master Planning process for the new park. The Master Plan is anticipated to be completed by December 2025. Following its completion, staff intends to pursue grant funding opportunities to support the park’s construction. 010526 a Pg. 121 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 71 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Construction 1,129,000 - - 429,000 700,000 - - - - - 1,129,000 Contingency 112,900 - - 42,900 70,000 - - - - - 112,900 Engineering 135,600 - - 89,600 46,000 - - - - - 135,600 Feasibility Study 65,000 11,864 53,136 - - - - - - - 65,000 Total Project Cost 1,442,500 11,864 53,136 561,500 816,000 - - - - - 1,442,500 Funding Source General Fund Fund Balance 877,500 - - 311,500 566,000 - - - - - 877,500 Grants, Gifts, Etc. 500,000 - - 250,000 250,000 - - - - - 500,000 Parks Capital Reserves 65,000 11,864 53,136 - - - - - - - 65,000 Total Funding Source 1,442,500 11,864 53,136 561,500 816,000 - - - - - 1,442,500 operating effect Increased Operating Costs - - - 6,480 6,698 6,923 7,155 7,394 7,640 7,895 50,185 Total operating effect - - - 6,480 6,698 6,923 7,155 7,394 7,640 7,895 50,185 010526 a Pg. 122 culture & recreatIon72 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Patriots Park development Phase 3 Responsible department Parks & Recreation Functional Area Culture & Recreation Project Status Approved-Contracts Let Project Type Park description:Develop Phase 3 of Patriots Park, located on Ponderosa Road in the Johnsonville community by constructing restroom facility to compliment the picnic shelter, playground, ballfields, and walking trails completed in 2021. The site is adjacent to the Ponderosa Convenience Center, located at 721 Ponderosa Road. Project Justification:Harnett County owns 18 acres on Ponderosa Road and constructed a convenience center on the property in 2018. During community meetings held to review the convenience center site, residents indicated the strong desire to have a park co-located on the property if the convenience center was constructed. The site is located in the southwestern part of the County where there are no existing parks or recreation facilities. Work is already underway by Parks and Recreation Department to develop the seven acres that are not in wetlands. The park is currently being serviced by a portable toilet, but a stick-built restroom facility is highly preferred by park patrons. Alternatives:•Do nothing and continue to use the portable toilet for park restroom. •Utilizing the Parks Fund and build the Restroom Facility. Recommended Solution:Utilizing the SCIF Fund, construct a restroom facility in FY 2024. Relation to other Projects: The project is related to the Patriots Park Development Phase 1 and 2. Since the project will be developed as funding from the Park Reserve is available, all parks funded in this way are competing for the same small amount of funding. Current Stage of Project:Due to site conditions, the location of the restroom in Phase 3 of the Patriots Park Development has been adjusted. Design and construction drawings are complete. Construction started in October 2025 and is expected to be completed by June 2026. 010526 a Pg. 123 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 73 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Architectural Design & Construction Administration 25,100 22,550 2,550 - - - - - - - 25,100 Construction 246,450 - 246,450 - - - - - - - 246,450 Total Project Cost 271,550 22,550 249,000 - - - - - - - 271,550 Funding Source SCIF Fund 236,737 22,550 214,187 - - - - - - - 236,737 Parks Capital Reserves 34,813 - 34,813 - - - - - - - 34,813 Total Funding Source 271,550 22,550 249,000 - - - - - - - 271,550 operating effect Increased Operating Costs - - 1,153 2,418 2,538 2,664 2,798 2,941 3,093 3,254 20,859 Total operating effect - - 1,153 2,418 2,538 2,664 2,798 2,941 3,093 3,254 20,859 010526 a Pg. 124 culture & recreatIon74 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name mobile outreach Vehicle Responsible department Public Library Functional Area Culture & Recreation Project Status Approved-Contracts Let Project Type Vehicles description:Purchase a bookmobile to provide library services to underserved areas of Harnett County. 010526 a Pg. 125 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 75 Project Justification:Harnett County’s growing population faces significant challenges in accessing library services, particularly in rural and underserved areas. Currently, 53,407 persons—representing 37% of the county’s population—live outside a 10-mile radius of a public library. This geographic isolation, combined with a lack of public transportation, creates barriers to accessing essential library resources, including books, educational programs, and digital services. Despite the county’s tremendous population growth, transportation remains an unresolved issue, with no reliable public transit system connecting rural communities to library branches. As the population continues to expand, especially in areas farther from urban centers, these transportation challenges are exacerbating the issue of service accessibility for many residents. Further complicating matters is the county’s socio-economic landscape. According to the most recent census, 17.4% of Harnett County’s population lives in poverty, underscoring the need for free and accessible services, such as those offered by public libraries. Additionally, 14.3% of the county’s residents are senior citizens, many of whom face mobility challenges or live in rural areas without access to transportation, further highlighting the importance of outreach services like a bookmobile. A mobile library service would bridge the gap for these underserved communities, delivering educational resources, digital literacy training, and internet access directly to those in need, particularly low-income families, seniors, and children who might otherwise lack access to these crucial services. Key Benefits: 1. Enhanced Access to Library Services - The bookmobile will bring library services directly to rural areas, allowing residents who may be unable to travel to a physical branch due to distance, lack of transportation, or mobility issues to benefit from educational resources, books, and digital access. This is especially critical for low-income families, the 14.3% of senior citizens, and the 17.4% of the county’s population living in poverty, who rely on free library services. 2. Flexible and Responsive - A bookmobile offers the flexibility to adjust routes and schedules based on community needs, ensuring that services are equitably distributed across the county. It can visit schools, senior centers, and other community hubs, allowing the library to form stronger connections with residents and respond quickly to population growth in specific areas. Unlike permanent branches, a bookmobile can easily shift focus to where the demand is greatest at any given time. 3. Cost-Effective Compared to Permanent Infrastructure - While building additional library branches may seem like a more permanent solution, the cost of construction, staffing, and maintenance is prohibitively high, especially in sparsely populated rural areas. In contrast, a bookmobile requires a significantly lower initial investment and provides more reach for its cost. The bookmobile can deliver services to multiple locations throughout Harnett County. 010526 a Pg. 126 culture & recreatIon76 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Alternatives:Construct Additional Library Branches in underserved areas of Harnett County extending services to rural populations. This would extend services to rural populations but would also come with high capital investment and ongoing operational costs for staffing, maintenance, and utilities. Given that Harnett County’s population is spread across rural areas, constructing new libraries may not be the most efficient use of resources. Additionally, this would require significant time to implement. Partner with community centers, schools, and other public institutions to provide mobile access points as a more cost-effective alternative. Unfortunately, there are a limited number of community centers in rural areas of the County. While schools can act as satellite locations, they have limited hours, which reduces accessibility. Additionally, the infrastructure most typically does not exist to fully support library services, including book collections, technology, or programming. Installing automated library kiosks in high-traffic locations such as shopping centers and fire stations could provide easy access to library materials These kiosks can function like mini-library branches in which patrons can browse, borrow, and return materials. The kiosk could also offer access to the digital library and act as pickup points for items reserved online. The cons of kiosks include limited material availability compared to a bookmobile or branch library, less personal interaction and support from staff, no access to technology or programming, and frequent stocking and upkeep to ensure functionality. Do nothing. Maintaining the status quo would mean continuing to provide library services through the existing library branches, without expanding access to the underserved areas of the county. While this option involves no additional costs, it would perpetuate existing barriers for residents living outside the 10-mile service radius, particularly the 53,407 residents currently underserved. These residents would continue to face difficulties accessing educational resources, internet services, and community programs. As public transportation remains an unresolved issue, doing nothing would also ignore the needs of low-income families and senior citizens, leaving them without support, which could exacerbate educational and digital divides in the community. Recommended Solution:The bookmobile emerges as the most cost-effective, flexible, and impactful solution for addressing the lack of library services in underserved areas of Harnett County. This option will allow the library to provide essential services—including educational programming, digital literacy support, and access to library materials—to the 53,407 residents living outside the 10-mile service area. Additionally, it directly addresses the growing population and the unresolved issue of limited public transportation, which exacerbates the challenges of reaching rural communities. operating Impact:Annual operating impact will include staffing, collection development, programming, fuel, and vehicle maintenance. Current Stage of Project:The library was awarded a $100,000 LSTA grant, with funds disbursed in July 2025. An initial Request for Proposals (RFP) was issued to vendors in September, followed by a second round in October 2025. The second RFP round closed on October 17, 2025. Vendor selection is anticipated to be finalized by November 2025, with the delivery of the Mobile Outreach Vehicle targeted for May 2026. 010526 a Pg. 127 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 77 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Vehicles 283,220 - 283,220 - - - - - - - 283,220 Furnishings & Equipment 32,385 - - 32,385 - - - - - - 32,385 Total Project Cost 315,605 - 283,220 32,385 - - - - - - 315,605 Funding Source Capital Reserves 215,605 - 183,220 32,385 - - - - - - 215,605 Grants, Gifts, Etc. 100,000 - 100,000 - - - - - - - 100,000 Total Funding Source 315,605 - 283,220 32,385 - - - - - - 315,605 operating effect Increased Operating Costs - - - 205,906 219,075 225,639 232,400 239,364 246,537 253,925 1,622,846 Total operating effect - - - 205,906 219,075 225,639 232,400 239,364 246,537 253,925 1,622,846 010526 a Pg. 128 culture & recreatIon78 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Radio Frequency Identification (RFId) Installation in Branches Responsible department Public Library Functional Area Culture & Recreation Project Status Approved-Contracts Let Project Type Technology description:Implement RFID technology at Angier, Benhaven, Boone Trail, Coats, Dunn, and Erwin Library Branches to improve workflow efficiencies, improve security and loss prevention, strengthen collection management, and enhance patron experience. 010526 a Pg. 129 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 79 Project Justification:Harnett County branch libraries currently face several operational challenges that impact both staff efficiency and the patron experience. At present, these libraries are using outdated processes for circulation, inventory management, and security, leading to the following problems: • Inconsistent Patron Experience: Patrons visiting branch libraries are not receiving the same level of service and convenience as those using the Main Branch, where RFID technology has been implemented with great success. This inconsistency can lead to frustration and reduced satisfaction. • Inefficient Workflows: Staff members spend significant time manually checking out and checking in materials, conducting inventory, and managing security issues. These time-consuming processes limit their capacity to focus on more meaningful tasks, such as programming, collection development, and direct patron assistance. • Increased Risk of Loss and Theft: Without advanced security measures, branch libraries face a higher risk of lost or stolen materials, which negatively impacts the collection and hinders access for other patrons. • Limited Collection Development Insights: The lack of automated tracking tools makes it difficult to accurately analyze circulation patterns and identify gaps in the collection, limiting the library’s ability to meet the evolving needs of the community. Expanding RFID technology to these branches will not only standardize the level of service across the entire library system but also significantly improve inventory control and theft prevention. This enhanced security will reduce material losses, which can positively impact the budget by lowering replacement costs for lost or stolen items. Additionally, the efficiency gained from RFID will allow staff to spend less time on manual tasks like checkouts and inventory management, freeing them up to focus on programming, community outreach, and patron support. Overall, this investment will lead to a better allocation of resources, improved services for patrons, and cost savings in the long run, benefiting the communities these libraries serve. 010526 a Pg. 130 culture & recreatIon80 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Alternatives:Improve the existing barcode system with more modern barcode scanners and integrated software for circulation and inventory. Pros include: • Less expensive than RFID and familiar technology Cons include: • Does not offer the same level of automation or security as RFID • Requires manual scanning for each item which is time-consuming • Provides limited data insights for collection development • Offers no improvement in theft protection or real-time inventory tracking. Implement self-check stations that use barcode technology rather than RFID. Pros include: • Less expensive than RFID and familiar technology • Streamlines the patron experience with self-service options • Frees up staff for other tasks. Cons include: • Requires patrons to scan each barcode which is less efficient than RFID • Does not improve inventory management or security • Offers limited data collection for circulation and collection development Invest in a cloud-based circulation and inventory management system to better manage inventory and circulation data without the need for RFID. Pros include: • Improved access to real-time data for staff, enhancing inventory management and collection development. • Can be integrated with existing barcode systems • Lower cost than RFID technology Cons include: • Does not automate checkout/check-in processes • Has no significant on security or theft prevention • Still relies on manual processes for inventory management and circulation. Do nothing and continue using existing manual barcode-based processes for circulation, inventory management, and security. Repercussions include: • Inconsistent Patron Experience-Patrons visiting branch libraries will continue to face longer wait times and less efficient service compared to the Main Branch, where RFID is already implemented • Higher Risk of Loss and Theft-Without enhanced security measures, materials will remain vulnerable to theft or loss, impacting the collection and leading to higher replacement costs. • Limited Data for Collection Development: The library will miss opportunities to gather detailed data on circulation trends, limiting its ability to make informed decisions about collection management. • Stagnation of Service Improvements library will fall behind in adopting modern technologies, which may cause dissatisfaction among patrons who expect more streamlined and tech-driven services. 010526 a Pg. 131 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 81 Recommended Solution:The Harnett County Public Library’s Main Branch has seen great success in using RFID technology to enhance operational efficiency, improve security, and elevate the overall patron experience. To extend these benefits across our library system, we recommend implementing RFID technology in all branch libraries. By expanding RFID to all branches, we will align service quality across the Harnett County Public Library system, streamline operations, protect our collection, and ultimately offer a modern, efficient, and engaging library experience for all patrons. This investment will strengthen the library’s ability to meet community needs and continue to provide equitable, high-quality services that support lifelong learning, literacy, and community connection. operating Impact:There will be increased costs for annual licenses and RFID tags. Relation to other Projects: In FY 2019-2020, the Main Branch of the Harnett County Public Library System, located at 455 McKinney Pkwy, Lillington, implemented RFID by adding RFID-enabled self-checkout machines, staff workstations, and security gates. Current Stage of Project:Quotes for the RFID installation were obtained in 2025. A Letter of Intent (LOI) was submitted to apply for an LSTA grant to fund 75% of the project. The library was awarded a $100,000 LSTA Federal Grant, received in FY 2026. Bibliotheca was selected as the sole-source vendor for the project. Collection mapping for each branch began in late October 2025. Tagging of materials across all branch facilities is scheduled for completion by April 2026. Gate installation is also planned for April 2026, with the exception of Anderson Creek and Boone Trail branches, where installation was deemed unfeasible. 010526 a Pg. 132 culture & recreatIon82 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Furnishings & Equipment 135,601 - 135,601 - - - - - - - 135,601 Construction 6,000 - 6,000 - - - - - - - 6,000 Total Project Cost 141,601 - 141,601 - - - - - - - 141,601 Funding Source Grants, Gifts, Etc. 100,000 - 100,000 - - - - - - - 100,000 Capital Reserves 41,601 - 41,601 - - - - - - - 41,601 Total Funding Source 141,601 - 141,601 - - - - - - - 141,601 operating effect Increased Operating Costs - - 3,318 5,027 5,177 5,333 5,493 5,657 5,827 6,002 41,834 Total operating effect - - 3,318 5,027 5,177 5,333 5,493 5,657 5,827 6,002 41,834 010526 a Pg. 133 culture & recreatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 83 Project name Western Harnett Service expansion Responsible department Public Library Functional Area Culture & Recreation Project Status Future Project Type Facilities description:Expand public library services to residents of western Harnett by renovating an existing building owned by the county or constructing a new facility. Project Justification:The 2018-2023 Harnett County Library Master Plan found that the 48,000 residents of western Harnett do not have adequate public library service. Public libraries provide important services that foster economic development, student achievement, and cultural enrichment. Options for addressing this need include renovating an existing 2,000-to-5,000-square-foot building or constructing a new 8,000-to-10,000-square-foot building in an area accessible to western Harnett residents. The county will evaluate these options and, when ready to proceed, conduct a feasibility study to develop reliable cost estimates. Recommended Solution:Continue to study the needs of Western Harnett. When a possible solution is identified, conduct a feasibility study to determine scope, cost, and possible funding models and options. 010526 a Pg. 134 culture & recreatIon84 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 010526 a Pg. 135 Economic & Physical Development 010526 a Pg. 136 economIc & PhysIcal develoPment86 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Agricultural Center educational Kitchen Responsible department Cooperative Extension Functional Area Economic & Physical Development Project Status Completed – Prior Fiscal Year Project Type Facilities description:Construct an educational kitchen, located at 126 Alexander Drive, Lillington, to provide Harnett County farmers, especially those transitioning from tobacco, with essential digital marketing tools to enhance their businesses and promote local food products. Project Justification:The NC Cooperative Extension, Harnett County Center, will construct an Educational Kitchen to support local farmers, especially those transitioning from tobacco cultivation. This initiative aims to enhance farmers’ businesses by providing them with high-quality marketing videos. Each participating farm will receive two customized videos: a cooking demonstration to showcase their products and a farm profile to share their story. By leveraging the power of online video, this project will equip farmers with modern marketing tools and increase their reach in the digital marketplace. Despite the growing demand for local food, many farmers face challenges in marketing their products and reaching new consumers. Limited access to digital tools and resources can hinder their ability to effectively promote their businesses and connect with potential customers. By creating professional-quality cooking videos, we will help farmers attract new customers and increase sales of their products. The videos will educate consumers about the benefits of eating locally and provide them with inspiration for incorporating local ingredients into their meals. By supporting local farmers and businesses, we will contribute to the overall health and vitality of our community. By constructing in an educational kitchen, we can help to revitalize our local food economy, support our farmers, and promote a healthier and more sustainable future for Harnett County. Current Stage of Project: The construction of the educational kitchen was completed in March 2025, with the final walk-through conducted on or around March 27, 2025. A formal ribbon-cutting ceremony was held on May 14, 2025, to commemorate the official opening. 010526 a Pg. 137 economIc & PhysIcal develoPmentHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 87 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Construction 130,000 130,000 --------130,000 Furnishings & Equipment 50,000 50,000 --------50,000 Total Project Cost 180,000 180,000 --------180,000 Funding Source Grants, Gifts, Etc.130,000 130,000 --------130,000 Transfer from General Fund 50,000 50,000 --------50,000 Total Funding Source 180,000 180,000 --------180,000 010526 a Pg. 138 economIc & PhysIcal develoPment88 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Farmers market Phase 1 Responsible department Cooperative Extension Functional Area Economic & Physical Development Project Status Approved-No Contracts Project Type Facilities description:Construct Phase 1 of the new permanent farmers market facility next to Harnett Regional Water Business Center on McKinney Parkway, Lillington, to support growers transitioning to higher value crops, support new growers, connect Harnett County residents to fresh farm products, and serve as an activity and educational hub for the county. 010526 a Pg. 139 economIc & PhysIcal develoPmentHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 89 Project Justification:The proposed Harnett County Farmers Market Phase 1 aims to establish a permanent facility adjacent to the Harnett Regional Water Business Center on McKinney Parkway, Lillington. This initiative aligns with the county’s strategic goals of promoting agricultural development, supporting local farmers, and enhancing community engagement. The farmers market will be housed in a permanent structure capable of accommodating at least 35 vendor stalls. The facility will include amenities such as restrooms, outdoor wash stations, seating areas, and roll-up doors for easy access. A commercial kitchen and freezer space are planned for future phases to support value-added product production and storage. The farmers market will have a positive economic impact through increased farm profitability, job creation, and community revitalization. By providing a local market for higher-value crops, the farmers market will help farmers increase their income and sustain their operations. The market will create direct and indirect jobs related to farming, food processing, and retail. The market will also contribute to the local economy by attracting visitors and stimulating economic activity. The farmers market will also provide community benefits, such as improved access to fresh food, educational opportunities, and community connections. Residents will have convenient access to locally grown fruits, vegetables, and other products. The market will serve as a venue for agricultural education and community events. The market will also foster a sense of community and support local farmers and businesses. The project has garnered significant support from Harnett County administration, the Board of Commissioners, agricultural agencies, farmers, and residents. The market aligns with the county’s efforts to promote agricultural development and support local farmers. The Harnett County Farmers Market is a strategic investment that will benefit both farmers and the community. By providing a permanent market for local produce, supporting new growers, and serving as a community hub, the project will contribute to the economic vitality and quality of life in Harnett County. Current Stage of Project: The Harnett County Farmers Market project is currently in the preliminary design phase. Following the award of an $800,000 Tobacco Trust Fund Grant in October 2024, the next step is to select a qualified architectural firm to develop a comprehensive master plan for the new facility. This plan will outline the design, layout, and construction details of the permanent structure. Requests for Qualifications (RFQ) proposals have been received, and a meeting is scheduled for November 3, 2025, to select the firm with which we intend to move forward. 010526 a Pg. 140 economIc & PhysIcal develoPment90 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Architectural Design & Construction Administration 100,000 -100,000 -------100,000 Construction 660,000 ---660,000 -----660,000 Contingency 40,000 ---40,000 -----40,000 Total Project Cost 800,000 -100,000 -700,000 -----800,000 Funding Source Grants, Gifts, Etc.800,000 -100,000 -700,000 -----800,000 Total Funding Source 800,000 -100,000 -700,000 -----800,000 010526 a Pg. 141 economIc & PhysIcal develoPmentHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 91 Project name Highland School Road extension Responsible department Development Services Functional Area Economic & Physical Development Project Status Approved-No Contracts Project Type Other description:Construct a new road segment connecting Buffalo Lake Road to Tingen Road, located at 345 Highland School Road, Sanford. This approximately 0.6-mile extension is necessary to accommodate the anticipated growth in the area, particularly the construction of a new high school along Highland School Road within the next three years. Project Justification:Highland School Road currently serves as the sole access route for two schools in the Sanford area. With the planned construction of a new high school within the next three years, the existing road infrastructure will be unable to accommodate the increased traffic volume. This will result in traffic congestion, safety concerns, and potential disruptions to the educational process. The Highland School Road Extension project is necessary to address the anticipated traffic congestion and safety concerns associated with the growing number of schools in the area. By extending Highland School Road, the project will provide improved connectivity, reduced congestion, and enhanced safety. The extension will create a new route between Buffalo Lake Road and Tingen Road, enhancing connectivity between residential areas and the schools. The additional access points provided by the extension will help to alleviate traffic congestion, particularly during peak school hours. Also, the project will improve pedestrian safety by providing sidewalks and crosswalks and reduce the risk of traffic accidents. The project will be primarily funded by a federal grant from the North Carolina Department of Transportation (NCDOT), which will cover 80% of the total project cost. The remaining 20% will be provided by local matching funds. The Highland School Road Extension project is essential to ensure the safety and well-being of students, staff, and residents in the area, while also supporting the future growth and development of the community. Alternatives:• Construct a new road segment connecting Highland School Road to Buffalo Lake Road and Tingen Road. This would create a loop, providing an alternative route and alleviating traffic congestion. • Do Nothing - Maintain the existing configuration of Highland School Road as a dead-end street. This would likely lead to increased traffic congestion, particularly during school drop-off and pick-up times, as well as safety concerns due to the increased volume of traffic on a single road. Recommended Solution: Construct a new road segment. The road extension is a more sustainable and long-term solution that will address the anticipated growth in the area and provide lasting benefits to the community. Current Stage of Project: The Highland School Road Extension project is currently in the preliminary design phase, with the construction bid opening scheduled for October 2027. 010526 a Pg. 142 economIc & PhysIcal develoPment92 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Architectural Design & Construction Administration 400,000 - 80,000 320,000 - - - - - - 400,000 Construction 3,079,000 - - 3,079,000 - - - - - - 3,079,000 Total Project Cost 3,479,000 - 80,000 3,399,000 - - - - - - 3,479,000 Funding Source Capital Reserves 695,800 - 16,000 679,800 - - - - - - 695,800 Grants, Gifts, Etc. 2,783,200 - 64,000 2,719,200 - - - - - - 2,783,200 Total Funding Source 3,479,000 - 80,000 3,399,000 - - - - - - 3,479,000 010526 a Pg. 143 economIc & PhysIcal develoPmentHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 93 Project name Comprehensive Land Use Plan Update Responsible department Development Services Functional Area Economic & Physical Development Project Status Completed – Prior Fiscal Year Project Type Study description:Update the Comprehensive Land Use Plan that gives decision makers a roadmap for future growth in terms of transportation, affordable housing, land use, economic development, and infrastructure. Project Justification:Since the adoption of the Grow Harnett County 2015 Comprehensive Plan, the county has sustained a period of continuous land development and population growth. According to census data, Harnett County grew 16.5% between 2010 and 2020, and added an additional 10,000 housing units. It is important to note that these figures do not reflect the expected population growth from the newly proposed lots currently in the preliminary development phase. Harnett County has outgrown the comprehensive plan implemented in 2015. The newly updated plan will assess current and emerging conditions to develop land use concepts and policies for coherent growth. A consulting firm will be chosen to assess inventory, analyze the data, and synthesize the information to form the essential comprehensive plan elements: land use, transportation, infrastructure, economic development, and affordable housing. Alternatives:• Do nothing. If nothing is done, the county will fail to plan for future growth. Growth in the county will continue, and without an updated Land Use Plan, haphazard development patterns could occur along with zoning map & ordinance text amendments that could create compliance and compatibility issues. • Update the Comprehensive Land Use Plan to address county growth in a proactive and coordinated manner. Recommended Solution:Provide funds to update the current Comprehensive Land Use Plan. Current Stage of Project:The Comprehensive Land Use Plan project has been completed, with the new plan officially adopted on April 29, 2025. 010526 a Pg. 144 94 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Professional Services 219,000 224,800 - - - - - - - - 224,800 Total Project Cost 219,000 224,800 - - - - - - - - 224,800 Funding Source Capital Reserves 219,000 224,800 - - - - - - - - 224,800 Total Funding Source 219,000 224,800 - - - - - - - - 224,800 010526 a Pg. 145 economIc & PhysIcal develoPmentHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 95 010526 a Pg. 146 Education 010526 a Pg. 147 educatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 97 Project name CCCC - Capital maintenance & Replacement Fund Responsible department Central Carolina Community College (CCCC) Functional Area Education Project Status Approved-No Contracts Project Type Reserve Fund description:Continue an annual contribution of $589,000 to the capital reserve maintenance, replacement, and renovation fund for Central Carolina Community College. 010526 a Pg. 148 educatIon98 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Transfer to CCCC Capital Reserve - 589,000 589,000 589,000 589,000 589,000 589,000 200,000 200,000 200,000 4,134,000 Total Project Cost - 589,000 589,000 589,000 589,000 589,000 589,000 200,000 200,000 200,000 4,134,000 Funding Source Transfer from General Fund - 589,000 589,000 589,000 589,000 589,000 589,000 200,000 200,000 200,000 4,134,000 Total Funding Source - 589,000 589,000 589,000 589,000 589,000 589,000 200,000 200,000 200,000 4,134,000 operating effect Transfer from General Fund - 589,000 589,000 589,000 589,000 589,000 589,000 200,000 200,000 200,000 4,134,000 Total operating effect - 589,000 589,000 589,000 589,000 589,000 589,000 200,000 200,000 200,000 4,134,000 010526 a Pg. 149 educatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 99 Project name drainage System Repair Responsible department Central Carolina Community College (CCCC) Functional Area Education Project Status Future Project Type Facilities description:Repair the drainage system located on the main Harnett Campus, 1075 E. Cornelius Harnett Blvd., Lillington. Project Justification:College maintenance staff have determined that the storm water management system, a series of drainage lines that carry runoff from parking lots, is showing signs of failure. The drainage system was installed with the first buildings on campus, is more than 40 years old, and has not been modified as buildings and parking areas have been added. During heavy rainstorms, the parking lot and the area around the Continuing Education building are flooded. The college is concerned that this could eventually affect the structure of the building, impact surrounding trees, and do damage to the parking lot by eroding the soil below the parking lot. Maintenance staff believe the drainage lines are undersized and need to be replaced. Recommended Solution:Although the county engineer reviewed the problem and a local contractor provided an estimate to replace the system, a full study of the problem that would include future expansion of the campus and a cost estimate is recommended. The college should obtain a cost estimate for the study and request that as part of the FY 2023 operating budget. Current Stage of Project:The project is currently on hold. 010526 a Pg. 150 educatIon100 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name etheridge Renovations Responsible department Central Carolina Community College (CCCC) Functional Area Education Project Status Approved-No Contracts Project Type Facilities description:Renovate the interior of the Etheridge Building on the main Harnett Campus, 1075 E. Cornelius Harnett Blvd., Lillington to ensure the facility maintains its appearance, adheres to safety standards, and remains a functional and reliable asset. Project Justification:The Etheridge Building, located on the main Harnett Campus at 1075 E. Cornelius Harnett Blvd., Lillington, has now reached an age where essential renovations are imperative to preserve its appearance, ensure safety compliance, and maintain its functional utility. This facility was originally completed and occupied in 1991, and over time, it has naturally experienced wear and tear. To address these challenges and ensure the Etheridge Building remains a safe, efficient, and functional space, a comprehensive interior renovation is necessary. The proposed improvements encompass new paint, updated flooring, ceiling tiles, installation of energy-efficient LED lighting, and the enhancement of the fire alarm system. These upgrades will not only align the building with appropriate safety standards but also extend its usefulness for several decades to come. Interior renovations of this nature necessitate the building’s temporary vacating during the process. Completing all renovations at once minimizes disruptions, streamlines the renovation timeline, and ensures the efficient utilization of resources. Alternatives:• Do nothing and address issues as they arise: Opting for no changes and addressing repair or replacement issues as they occur may seem cost-effective in the short term. However, this reactive approach can lead to an accumulation of problems, escalating maintenance costs, and compromised safety and functionality. • Partial upgrades: Selectively upgrading certain aspects of the building, such as addressing specific issues or implementing piecemeal improvements, may be considered. However, this fragmented approach can result in disjointed aesthetics, inconsistencies in safety standards, and an inefficient allocation of resources. Recommended Solution:Provide funding in FY 2030 to complete all planned interior renovation projects within the Etheridge Building concurrently in order to minimizes disruptions, streamlines the renovation timeline, and ensures the efficient utilization of resources. Current Stage of Project:There is no change in the project. It is scheduled for FY 2030. 010526 a Pg. 151 educatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 101 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Architectural Design & Construction Administration 170,982 - - - - - 170,982 - - - 170,982 Construction 1,538,838 - - - - - 1,538,838 - - - 1,538,838 Contingency 171,100 - - - - - 171,100 - - - 171,100 Total Project Cost 1,880,920 - - - - - 1,880,920 - - - 1,880,920 Funding Source CCCC Capital Reserves 1,880,920 - - - - - 1,880,920 - - - 1,880,920 Total Funding Source 1,880,920 - - - - - 1,880,920 - - - 1,880,920 010526 a Pg. 152 educatIon102 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name miriello HVAC Replacement Responsible department Central Carolina Community College (CCCC) Functional Area Education Project Status Completed – Prior Fiscal Year Project Type Equipment description:Replace the HVAC units located in the Miriello Building on the main Harnett Campus, 1075 E. Cornelius Harnett Blvd., Lillington to ensure safety compliance, maximizes energy efficiency, and minimizes long-term operational costs. Project Justification:The HVAC units within the Miriello Building have reached a stage where critical renovations are required to enhance the building’s HVAC performance. Out of the five 20-ton HVAC systems currently in operation, three are original to the structure and have surpassed their expected service life. Additionally, one unit is functioning at suboptimal levels, resulting in humidity-related issues within a specific section of the building. It is imperative to replace the three remaining original HVAC units in a single comprehensive project. This action will not only elevate the mechanical systems within the building to a suitable standard but also lead to substantial utility operating cost savings. These essential upgrades will ensure that the Miriello Building aligns with safety standards and continues to fulfill its designated functions effectively over the coming years. The original HVAC units have surpassed their expected lifespan, resulting in declining efficiency and increased maintenance costs. Replacing them at one time is the most practical course of action to restore optimal functionality. Newer HVAC equipment offers improved energy efficiency and environmental performance, contributing to long-term utility cost savings for CCCC. HVAC equipment and labor costs are on the rise. By completing this replacement project quickly, CCCC can mitigate the impact of these increasing expenses. Alternatives:• Do nothing and address breakdowns: This option involves maintaining the status quo, addressing HVAC system issues as they arise. However, this reactive approach can lead to frequent disruptions, higher operational costs, and potential safety concerns. • Gradual replacement over three years: Replacing one HVAC system per year over the course of three years may seem like a more phased approach. However, this strategy prolongs the period of suboptimal HVAC performance, perpetuating energy inefficiencies and maintenance expenses. It may also result in a less cohesive and efficient system overall. • Allocate funding for comprehensive replacement: This alternative aligns with industry best practices by replacing all original HVAC systems at once. It addresses the immediate need for improved performance, energy efficiency, and safety while minimizing long-term operational costs. Recommended Solution:Provide funding to replace all the original HVAC systems in the Miriello Building concurrently to address the immediate need for improved performance, energy efficiency, and safety while minimizing long-term operational costs. Current Stage of Project:This project was completed in January 2025. 010526 a Pg. 153 educatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 103 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Contingency 10,000 10,000 - - - - - - - - 10,000 Furnishings & Equipment 200,000 200,000 - - - - - - - - 200,000 Total Project Cost 210,000 210,000 - - - - - - - - 210,000 Funding Source Capital Reserves 210,000 210,000 - - - - - - - - 210,000 Total Funding Source 210,000 210,000 - - - - - - - - 210,000 010526 a Pg. 154 educatIon104 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name miriello Renovations Responsible department Central Carolina Community College (CCCC) Functional Area Education Project Status Approved-No Contracts Project Type Facilities description:Renovate the interior of the Miriello Building on the main Harnett Campus, 1075 E. Cornelius Harnett Blvd., Lillington to ensure the facility maintains its appearance, adheres to safety standards, and remains a functional and reliable asset. Project Justification:The Miriello Building, located on the main Harnett Campus at 1075 E. Cornelius Harnett Blvd., Lillington, has now reached an age where essential renovations are imperative to preserve its appearance, ensure safety compliance, and maintain its functional utility. This facility was originally completed and occupied in 1996, and over time, it has naturally experienced wear and tear. To address these challenges and ensure the Miriello Building remains a safe, efficient, and functional space, a comprehensive interior renovation is necessary. The proposed improvements encompass new paint, updated flooring, ceiling tiles, installation of energy-efficient LED lighting, and the enhancement of the fire alarm system. These upgrades will not only align the building with appropriate safety standards but also extend its usefulness for several decades to come. Interior renovations of this nature necessitate the building’s temporary vacating during the process. Completing all renovations at once minimizes disruptions, streamlines the renovation timeline, and ensures the efficient utilization of resources. Alternatives:• Do nothing and address issues as they arise: Opting for no changes and addressing repair or replacement issues as they occur may seem cost-effective in the short term. However, this reactive approach can lead to an accumulation of problems, escalating maintenance costs, and compromised safety and functionality. • Partial upgrades: Selectively upgrading certain aspects of the building, such as addressing specific issues or implementing piecemeal improvements, may be considered. However, this fragmented approach can result in disjointed aesthetics, inconsistencies in safety standards, and an inefficient allocation of resources. Recommended Solution:Provide funding in FY 2027 to complete all planned interior renovation projects within the Miriello Building concurrently in order to minimizes disruptions, streamlines the renovation timeline, and ensures the efficient utilization of resources. Current Stage of Project:There is no change in this project. It is scheduled for FY 2027. 010526 a Pg. 155 educatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 105 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Architectural Design & Construction Administration 149,821 - - 149,821 - - - - - - 149,821 Construction 1,348,385 - - 1,348,385 - - - - - - 1,348,385 Contingency 149,875 - - 149,875 - - - - - - 149,875 Total Project Cost 1,648,081 - - 1,648,081 - - - - - - 1,648,081 Funding Source CCCC Capital Reserves 1,648,081 - - 1,648,081 - - - - - - 1,648,081 Total Funding Source 1,648,081 - - 1,648,081 - - - - - - 1,648,081 010526 a Pg. 156 educatIon106 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Bleacher Replacement Responsible department Harnett County Schools Functional Area Education Project Status New Project Type Equipment description:Remove and replace existing, unsafe telescopic bleachers at Harnett Central Middle School and Western Harnett Middle School to meet current building and accessibility safety codes, including the provision of proper handrails, aisle steps, end rails, and integrated ADA-compliant seating. Project Justification:The current telescopic bleachers in these schools pose a significant safety and liability risk and are in violation of multiple current building and safety codes. Specifically, the existing units will not pass required safety inspections due to several critical deficiencies: • Lack of Safety Features: The bleachers are missing required handrails, which creates a fall hazard. They also have missing aisle steps and are lacking some end rails, further compromising user safety and the structural integrity of the accessible portions. • Non-Compliance with ADA: The existing bleachers do not include any dedicated ADA-compliant seating, which is a violation of the Americans with Disabilities Act (ADA) and prevents equitable access for all users. • Liability and Operational Risk: Continued use of non-compliant bleachers exposes the organization to potential lawsuits in the event of an injury and creates an ongoing risk of the facility being forced to close or restrict access until the safety violations are rectified. Immediate replacement is necessary to ensure a safe, legal, and accessible environment for all spectators. Alternatives:• Do Nothing - Take no action and continue to use the existing bleachers in their current condition. Guaranteed continued failure of safety inspections; high legal and financial liability risk; increased risk of user injury; facility access may be revoked by authorities. • Repair/Renovate Existing Bleachers - High risk of the retrofit failing to meet all current codes; complex engineering and labor; parts may be obsolete; may not be possible to add integrated ADA seating. • Remove and Replace - Guarantees full compliance with all current safety and ADA codes; maximizes spectator safety and accessibility; comes with a new warranty. Recommended Solution: The recommended solution is to remove and replace the existing bleachers at both middle schools with new, commercially manufactured, code-compliant telescopic bleachers. 010526 a Pg. 157 educatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 107 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Furnishings & Equipment --325,366 -------325,366 Total Project Cost --325,366 -------325,366 Funding Source Capital Reserves --325,366 -------325,366 Total Funding Source --325,366 -------325,366 010526 a Pg. 158 educatIon108 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Buies Creek elementary School Replacement Responsible department Harnett County Schools Functional Area Education Project Status Future Project Type Facilities description:Replace the district’s second oldest remaining, 39,454-square-foot school, located at 340 Main Street, Buies Creek, with a new school to be located on a new site. Project Justification:The main part of the 36,750-square-foot facility was built in 1948. A gym was added in 1957 and a media center in 2005. In addition to its age, the school has 230 students, and is currently below its rated capacity of 250. Mobile units provide additional classroom space. The existing site is 5.9 acres and is landlocked, so there is no room to expand the school on site. The Board of Education has deemed this project as Tier 1, meaning they would like to see it move forward in the next one to two years. Currently, no cost estimate has been obtained and the county does not have sufficient funds to replace the school. To fund this project, Harnett County will need to issue additional debt. The school system is requesting that this be a future project in the CIP. Current Stage of Project:The project is currently on hold. Harnett County Schools did not request this project to move forward in FY 2026-2027. 010526 a Pg. 159 educatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 109 Project name Child nutrition Freezer/Cooler Responsible department Harnett County Schools Functional Area Education Project Status Approved-No Contracts Project Type Facilities description:Construct a 12,000-sqare foot stand-alone metal building at 1500 South Main Street, Lillington, to house a 5,000 square foot freezer/ cooler with 400-pallet capacity, office space for student nutrition staff, and dry goods storage for food supply distribution to Harnett County Schools. Project Justification:Currently, Harnett County Schools relies on leasing freezer and cooler space from Americold Cold Storage in Sanford. However, the school system was informed that this space would be unavailable after May 2024, but they could extend the lease to December 2026 at the latest. Despite its best efforts, the school system has encountered significant challenges in locating an alternative freezer and cooler storage facility within our local vicinity. The nearest available facility is located in Greensboro, which presents both logistical and financial impracticalities. Alternatives:• Continue efforts to locate another storage facility. Accessibility will still affect distribution of supplies. • Construct a county-owned freezer/cooler. The HCS maintenance staff has researched the cost of constructing a county-owned facility and estimated the new building to cost approximately $4,300,000. With a county-owned facility, the HCS will no longer lease space to store food. • Do nothing. If no actions are taken, the current lease will expire and HCS will no longer have a central space to store food. 010526 a Pg. 160 educatIon110 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Recommended Solution:Provide funds for the construction of a county-owned Child Nutrition Freezer/Cooler facility. This facility will be situated on the property adjacent to the Harnett County Schools Maintenance Shop on South Main Street, Lillington. Benefits of a county-owned facility: 1. Continuity and Reliability: A county-owned freezer/cooler facility will ensure uninterrupted food storage for our schools, even in situations where individual schools encounter maintenance issues with their freezer/cooler units. 2. Cost Efficiency: By owning a storage facility, HCS can eliminate the ongoing expenses associated with leasing external storage space, which is approximately $108,000 per year. This will result in significant cost savings for the school system. 3. Local Accessibility: Having the facility in close proximity to the schools will improve accessibility and streamline the distribution process, ultimately benefiting the students and staff. 4. Sustainability: A county-owned facility aligns with the commitment to sustainability, reducing the need for long-distance transportation of food supplies. By investing in a county-wide Child Nutrition Freezer/Cooler facility, this will secure the food supply chain, reduce costs, and enhance the efficiency of operations, ensuring the continued provision of nutritious meals to Harnett County Schools students. Current Stage of Project:Design work and preconstruction began in early October 2024. A design consultant has been slected and site assessement work is in progress. The project is estimated to take 18-24 months to complete. 010526 a Pg. 161 educatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 111 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Architectural Design & Construction Administration 333,530 - 166,765 166,765 - - - - - - 333,530 Construction 3,400,470 - 1,700,235 1,700,235 - - - - - - 3,400,470 Engineering 560,035 - 560,035 - - - - - - - 560,035 Total Project Cost 4,294,035 - 2,427,035 1,867,000 - - - - - - 4,294,035 Funding Source Debt Proceeds 4,294,035 - 2,427,035 1,867,000 - - - - - - 4,294,035 Total Funding Source 4,294,035 - 2,427,035 1,867,000 - - - - - - 4,294,035 010526 a Pg. 162 educatIon112 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Custodial & Grounds Warehouse Replacement Responsible department Harnett County Schools Functional Area Education Project Status Future Project Type Facilities description:Construct a 62,000-square-foot custodial and grounds facility warehouse on the lot next to 1500 South Main Street, Lillington, to provide adequate space for custodial and grounds staff, supplies, and equipment. Project Justification:The current custodial and grounds facility is located at 125 Alexander Drive in Lillington. This county-owned warehouse is leased by Harnett County Schools and will continue to serve as the operational base until a new facility is constructed. Although not included in the Board of Education’s FY 2026 budget request, the project was designated as a Tier 1 priority in FY 2023, indicating an urgent need. To move forward, Harnett County will need to secure additional debt financing. Recommended Solution:Construct a new custodial and grounds warehouse on land already owned by Harnett County Schools. This will free up the County-owned warehouse facility at 125 Alexander Drive, Lillington, and allow the County to use this space for other needs. Move forward with this project when a funding source has been identified. Current Stage of Project:A feasibility study was done in August 2020 to determine building needs and costs. This project is on hold. 010526 a Pg. 163 educatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 113 Project name early College at dunn Relocation/Renovation Responsible department Harnett County Schools Functional Area Education Project Status Approved-No Contracts Project Type Facilities description:Renovate Wayne Avenue School, located at 910 West Harnett Street, Dunn, to prepare the school for the relocation of the Early College at Dunn. Project Justification:In early 2024, Harnett County Schools will combine the students from Wayne Avenue Elementary School and Harnett Primary to form Dunn Elementary School. Dunn Elementary School will be located at 800 West Harnett Street, which is the location of the Old Harnett Primary School. The Wayne Avenue School will be renovated for the Early College at Dunn. The Board of Education has identified this as a Tier 1 project, meaning it is needed immediately. Wayne Avenue School is 101,250-square-foot and was originally built in 1958. Minor renovations have occurred since the school was first built. Other renovations includes a fire alarm system upgrade in 2016, the school was painted and rooms were remodeled in 2018, and security cameras and electronic door locks were upgraded to improve school safety in 2021. Current Stage of Project:The window replacement project is currently underway, with completion anticipated by spring 2026. 010526 a Pg. 164 educatIon114 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Construction 565,000 565,000 - - - - - - - - 565,000 Total Project Cost 565,000 565,000 - - - - - - - - 565,000 Funding Source Debt Proceeds 565,000 565,000 - - - - - - - - 565,000 Total Funding Source 565,000 565,000 - - - - - - - - 565,000 010526 a Pg. 165 educatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 115 Project name Flatwoods elementary School Responsible department Harnett County Schools Functional Area Education Project Status Future Project Type Facilities description:Construct a new 150,000 square-foot elementary school to accommodate 1,100 students and to alleviate projected overcrowding at Anderson Creek Primary, Boone Trail Elementary, Lillington-Shawtown Elementary, Highland Elementary, and South Harnett Elementary schools. Project Justification:Though not yet over its rated capacity, Lillington-Shawtown Elementary is projected to exceed its rated capacity by 325 students in the next eight years. Anderson Creek Primary, Boone Trail Elementary, Highland Elementary, and South Harnett Elementary schools are not expected to exceed their rated capacity within the next eight year. Altogether, the schools are projected to add 401 students by the 2031-32 school year. These schools already have a combined 30 mobile units. Mobile units provide several challenges for effective instructions. They are more difficult to secure and less energy efficient. During drills, students must vacate the mobile units and enter the main part of the schools. While not included in the Board of Education’s FY 2026 budget request, this project was prioritized as a Tier 1 initiative in FY 2024, signifying an immediate need. Although an architect’s cost estimate has not been received, the projected cost for the new elementary school is approximately $50,000,000. Given the current lack of both funding and land, Harnett County will need to issue additional debt to proceed with this project. 010526 a Pg. 166 educatIon116 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Flatwoods middle School Responsible department Harnett County Schools Functional Area Education Project Status Approved-Contracts Let Project Type Facilities description:Construct a new 154,000-square-foot school to accommodate 1,100 students and to alleviate existing and projected overcrowding at Harnett Central and Overhills middle schools. Project Justification:Harnett Central Middle currently has 41 more students than its rated capacity, and the number of students is projected to increase by 388 in the next eight years. Overhills Middle currently exceed its rated capacity by 23, and the number of students is projected to increase by 73 students in the next eight years. Altogether, Harnett Central, Overhills, and Western Harnett middle schools are projected to add 468 students by the 2031-32 school year. These schools already have a combined 18 mobile units. Mobile units provide several challenges for effective instructions. They are more difficult to secure and less energy efficient. During drills, students must vacate the mobile units and enter the main part of the schools. To fund this project, Harnett County will need to issue additional debt. Current Stage of Project:In October 2021, a 100.7-acre site was acquired for $1.2 million using lottery funds. Harnett County Schools held a groundbreaking ceremony in May 2025, marking the official start of construction. The school is expected to open in fall 2027. 010526 a Pg. 167 educatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 117 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Architectural Design & Construction Administration 8,995,000 3,283,369 5,711,631 - - - - - - - 8,995,000 Construction 62,382,150 3,929,859 38,137,688 20,314,603 - - - - - - 62,382,150 Engineering 3,260,000 269,185 2,990,815 - - - - - - - 3,260,000 Furnishings & Equipment 2,622,500 - 486,750 2,135,750 - - - - - - 2,622,500 Land 1,200,000 1,200,000 - - - - - - - - 1,200,000 Other Contracted Services 5,795,017 - 2,897,509 2,897,508 - - - - - - 5,795,017 Technology 962,500 - 673,750 288,750 - - - - - - 962,500 Financing Costs - 728,498 - - - - - - - - 728,498 Permits & Connection Fees - 223,207 - - - - - - - - 223,207 Contingency 1,512,743 - 561,038 - - - - - - - 561,038 Total Project Cost 86,729,910 9,634,118 51,459,181 25,636,611 - - - - - - 86,729,910 Funding Source Debt Proceeds 85,529,910 8,434,118 51,459,181 25,636,611 - - - - - - 85,529,910 Lottery Proceeds 1,200,000 1,200,000 - - - - - - - - 1,200,000 Total Funding Source 86,729,910 9,634,118 51,459,181 25,636,611 - - - - - - 86,729,910 operating effect Debt Service - - 7,782,872 7,764,406 7,559,906 7,358,406 7,156,906 6,955,406 6,753,906 6,552,406 57,884,214 Total operating effect - - 7,782,872 7,764,406 7,559,906 7,358,406 7,156,906 6,955,406 6,753,906 6,552,406 57,884,214 010526 a Pg. 168 educatIon118 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Harnett County early College/Career Technology Center (Lillington) Responsible department Harnett County Schools Functional Area Education Project Status Future Project Type Facilities description:Construct a new 110,000 square-foot high school to accommodate 600 students and promote economic growth, educational excellence, and community development. Project Justification:A new Harnett County Early College/Career Technology Center (EC/CTC) in the Lillington area will provide innovative educational opportunities for local high school students. This state-of-the-art facility will provide students with access to advanced resources, modern technologies, and specialized training in high-demand fields. Harnett County’s population is steadily increasing, requiring expanded educational facilities to accommodate future generations. The EC/ CTC will offer a wide range of advanced programs in fields such as semiconductors, battery technology, pharmaceutical manufacturing, engineering, mechatronics, health sciences, culinary arts, and skilled trades. By training a highly skilled workforce, the new high school could attract new businesses and industries to Harnett County, stimulating economic growth. The EC/CTC will also help to retain existing businesses by providing them with a steady supply of skilled workers. The new facility will be equipped with modern technology and industry-standard equipment, providing students with hands-on learning opportunities that will prepare them for success in the workforce. The new school will offer an academic curriculum combined with hands-on vocational training, preparing students for college and career success. The EC/CTC will collaborate with local businesses and industries to develop programs that meet the specific needs of the workforce. By partnering with community organizations, the new high school can provide students with additional support services, such as job placement assistance and mentorship. This project was prioritized as a Tier 1 initiative in the FY 2026 budget request, signifying a need within the next one to two years. Although an architect’s cost estimate has not been received, the projected cost for the new high school is approximately $30,000,000. Given the current lack of both funding and land, Harnett County will need to issue additional debt to proceed with this project. 010526 a Pg. 169 educatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 119 Project name Harnett County Schools maintenance Fund Responsible department Harnett County Schools Functional Area Education Project Status Approved-No Contracts Project Type Reserve Fund description:Provide a reliable funding mechanism for Harnett County Schools to replace critical mechanical systems, windows, and roofs before failure. Funding in FY 2027 would address a gym roof repair, bard unit replacements at one school and one school facility, an HVAC replacement at one high school, and parking lot repaving at one middle school. Future funding would address a prioritized list of needs identified by the school maintenance staff. Project Justification:Harnett County Schools is facing significant maintenance challenges. Many critical systems, including HVAC units, boilers, chillers, and roofs, are nearing or have exceeded their useful life. These failures can result in disruptions to the learning environment, such as lack of heating or cooling, and costly emergency repairs. To address these urgent needs, the school maintenance staff has conducted a comprehensive inventory, prioritized the most critical systems, and developed a replacement schedule over the seven-year Capital Improvement Plan (CIP). Cost estimates have been obtained for FY 2027. • HVAC Systems: o Replacement of HVAC units at Harnett Central High School o Replacement all bard units at Gentry Education Development Center o Replacement of bard units in Lafayette School Gymnasium • Parking lot Repairs: o Overhills Middle School - milling, paving, striping, and resurfacing of parking lots • Roof Repairs: o Overhills Elementary School – recoating and sealing By investing in these critical infrastructure upgrades, Harnett County Schools can improve the learning environment, reduce maintenance costs, and ensure the long-term sustainability of its facilities. 010526 a Pg. 170 educatIon120 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Alternatives:Option 1: Do nothing. This alternative requires the school system to fund these systems out of regular capital outlay, approximately $1 million per year. These systems are costly and replacement of one system can consume much of the school system’s capital outlay appropriation. Or, has happened in the past, the systems are not replaced when they reach the end of their useful lives. Maintaining outdated systems can be costly and they may not be as energy efficient as newer systems. Option 2: Fund systems each year as needed. The downside to this approach is the county cannot plan the funding long-term and the school system does not have a way to plan beyond the replacement of systems in imminent failure. Option 3: Provide an ongoing funding source for a set amount every year, but require updated cost estimates each year for the projects requested for funding in the upcoming year. Allow flexibility with the funding so that if a mechanical system or roof fails and it is not on that year’s list, with county approval, funds can be redirected to address that need. Recommended Solution:The third option is recommended. This approach sets the yearly amount equal to $1.4 million. If this level of funding is maintained, eventually the school system could reach the point of being pro-active in replacing systems at the end of their useful lives or systems could be replaced for greater energy efficiency or maintenance savings. The funds will be maintained by the county and released as invoices are received. Current Stage of Project:Harnett County Schools maintenance staff has inventoried mechanical systems, windows and roofs and identified replacement priorities over the next seven years. 010526 a Pg. 171 educatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 121 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Roof, Windows & Systems Maintenance - 5,641,415 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 16,841,415 Total Project Cost - 5,641,415 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 16,841,415 Funding Source Capital Reserves - 5,641,415 1,400,000 - - - - - - - 7,041,415 General Fund Fund Balance - - - 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 9,800,000 Total Funding Source - 5,641,415 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 16,841,415 operating effect Transfer from General Fund 3,661,415 410,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 13,871,415 Total operating effect - 3,661,415 410,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 1,400,000 13,871,415 010526 a Pg. 172 educatIon122 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Harnett County Schools Transportation maintenance Facility Replacement Responsible department Harnett County Schools Functional Area Education Project Status Future Project Type Facilities description:Construct a new transportation facility to replace the existing facility, located at 8 West Harnett Street, Lillington, to provide adequate space to service district busses and other vehicles. Project Justification:The existing transportation facility is wholly inadequate for the district’s needs. Built in 1953, the facility only has six bus bays (two were added in 1998), when 12 are needed. The existing site is not large enough to accommodate a new facility, so the project will involve land acquisition. The Board of Education has deemed this project as Tier 1, meaning they would like to see it move forward in the next one to two years. Recommended Solution:Construct a new transportation facility when land and funds have been identified. The project will be debt funded. 010526 a Pg. 173 educatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 123 Project name Johnsonville elementary School Phase 1 expansion & Renovation Responsible department Harnett County Schools Functional Area Education Project Status Completed – Prior Fiscal Year Project Type Facilities description:Using general obligation bond funds left from the Benhaven school project, renovate, and expand Johnsonville Elementary, located at 18495 NC 27 West, Cameron. Phase 1 work includes demolishing and replacing the cafeteria with a 9,500-square foot building, demolishing the old CTE classroom building, and renovating the 9,000-square-foot gym. Project Justification:The main part of Johnsonville school was constructed in 1955. At 475 students, the school’s student population does not exceed the 500-student rated capacity of the school. The cafeteria and the Career and Technical Education (CTE) classroom are in poor shape. The CTE Classroom is no longer useable. The gym is also in poor condition and needs renovation. Phase 2 will replace the demolished classroom building. Recommended Solution:Continue Phase 1. Phase 2 will be funded by Elementary and Secondary School Emergency Relief (ESSER) funds. Current Stage of Project:This project was completed in January 2025 010526 a Pg. 174 educatIon124 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Advertising 1,177 1,177 - - - - - - - - 1,177 Architectural Design & Construction Administration 356,968 356,968 - - - - - - - - 356,968 Construction 3,310,948 3,310,948 - - - - - - - - 3,310,948 Engineering 102,701 102,701 - - - - - - - - 102,701 Furnishings & Equipment 49,522 49,522 - - - - - - - - 49,522 Geotechnical 6,600 6,600 - - - - - - - - 6,600 Permits & Connection Fees 18,200 18,200 - - - - - - - - 18,200 Interfund Transfer - Residual Equity 1,417,750 1,399,684 - - - - - - - - 1,399,684 Sales Tax (67,736) (67,736) - - - - - - - - (67,736) Total Project Cost 5,196,130 5,178,064 - - - - - - - - 5,178,064 Funding Source Debt Proceeds 1,103,358 1,103,358 - - - - - - - - 1,103,358 Interest 96,130 78,064 - - - - - - - - 78,064 Transfer from Special Revenue 3,411,156 3,411,156 - - - - - - - - 3,411,156 Transfer from Capital Project 585,486 585,486 - - - - - - - - 585,486 Total Funding Source 5,196,130 5,178,064 - - - - - - - - 5,178,064 010526 a Pg. 175 educatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 125 Project name Lafayette elementary School Renovation Responsible department Harnett County Schools Functional Area Education Project Status Future Project Type Facilities description:Renovate Lafayette Elementary School, located at 108 Lafayette School Road, once a portion of students have moved to the new Northwest Harnett Elementary School. Project Justification:The 74,152-square-foot school was originally built in 1948 and was added onto in 1957. The latest major renovation occurred in 1992 after a fire destroyed parts of the school. A minor renovation was done in 2005. After a portion of students move to the new school, the Board of Education would like to renovate the school, possibly for additional uses, but the exact nature of the renovations has not been determined. The Board of Education has identified this as a Tier 1 project, meaning it is needed in the next two to three years. Current Stage of Project:The project is currently on hold. Harnett County Schools did not request this project to move forward in FY 2026-2027. 010526 a Pg. 176 educatIon126 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Lillington-Shawtown elementary School Gym Addition Responsible department Harnett County Schools Functional Area Education Project Status Approved-Contracts Let Project Type Facilities description:Construct a 7,000- square-foot gymnasium addition at Lillington-Shawtown Elementary, located at 855 Old US Hwy 421, Lillington, to provide adequate recreational and assembly space for students. Project Justification:Lillington-Shawtown Elementary School was built in 2003. At the time the school was constructed, a multipurpose room was included in the design, but a gymnasium was not. The multipurpose room is a large open room with a stage where small assemblies can be held. The multipurpose room does not provide enough space for the entire school to assemble. The multipurpose room is not furnished with recreational equipment such gym floors, basketball goals, bleacher, etc. With a current population of 670 students, Lillington-Shawtown Elementary School needs a space where students, parents, and teachers can come together for school-wide functions. Students need an indoor area for physical education class. Students also need space for recess during inclement weather. The Board of Education has identified the project as Tier 1, meaning it is needed as soon as possible. Current Stage of Project:Construction of the Lillington-Shawtown Elementary School Gym Addition is currently underway, with work being performed by O’Connor Company of NC, Inc. The project is on track for completion by February 2026. 010526 a Pg. 177 educatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 127 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Construction 6,103,900 2,185,326 3,918,574 - - - - - - - 6,103,900 Contingency 129,000 - 129,000 - - - - - - - 129,000 Engineering 625,000 - 625,000 - - - - - - - 625,000 Furnishings & Equipment 244,100 - 244,100 - - - - - - - 244,100 Technology 183,000 - 183,000 - - - - - - - 183,000 Total Project Cost 7,285,000 2,185,326 5,099,674 - - - - - - - 7,285,000 Funding Source Debt Proceeds 7,285,000 2,185,326 5,099,674 - - - - - - - 7,285,000 Total Funding Source 7,285,000 2,185,326 5,099,674 - - - - - - - 7,285,000 010526 a Pg. 178 educatIon128 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name new Highland High School Responsible department Harnett County Schools Functional Area Education Project Status Future Project Type Facilities description:Construct a new 305,250-square-foot high school to accommodate 2000 students and alleviate existing and projected overcrowding at Overhills and Harnett Central high schools. Project Justification:Overhills High School currently has 496 more students than its rated capacity, and the number of students is projected to increase by 11 in the next seven years. Though not yet over its rated capacity, Harnett Central High School is projected to exceed its rated capacity by 390 students in the next seven years. Altogether, Harnett Central, Overhills, and Western Harnett high schools are projected to add 594 students by the 2031-32 school year. These schools already have a combined 33 mobile units. Mobile units provide several challenges for effective instructions. They are more difficult to secure and less energy efficient. During drills, students must vacate the mobile units and enter the main part of the schools. The Board of Education has identified the new high school as a Tier 1 project, meaning it is requested as soon as possible. An architect has developed a preliminary cost estimate using construction costs of similar schools in the region. A detailed cost study will be needed before funding can be considered. In addition, the preliminary cost estimate projects the school will cost $100 million, and Harnett County currently lacks the funding to move forward with this project. In order to fund this project, Harnett County will need to issue additional debt. Relation to other Projects: This project is related to the Highland School Road Extension project. 010526 a Pg. 179 educatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 129 Project name new northwest Harnett elementary School Responsible department Harnett County Schools Functional Area Education Project Status Substantially Complete Project Type Facilities description:Construct a 120,000-square-foot school at 763Rollins Road, Fuquay-Varina in northwestern Harnett to alleviate overcrowding at Lafayette Elementary School. Project Justification:Lafayette Elementary is severely overcrowded. The school’s rated capacity is 465 students, but the student population is currently 621 and is projected to grow to 936 students by 2028-29, which is more than double the rated capacity. Recommended Solution:Construct a new elementary school. Current Stage of Project:Using lottery proceeds, a 23.5-acre site was purchased in February 2021 at a cost of $731,900. The school was paid for from general obligation bonds approved by voters in 2014. The new school opened in August 2023. Site work on the retention pond is still in progress. 010526 a Pg. 180 educatIon130 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Architectural Design & Construction Administration 2,130,650 1,388,750 - - - - - - - - 1,388,750 Construction 39,893,300 39,950,861 - - - - - - - - 39,950,861 Contingency 1,247,569 1,110,007 - - - - - - - - 1,110,007 Engineering - 821,901 - - - - - - - - 821,901 Financing Costs 282,517 282,518 - - - - - - - - 282,518 Furnishings & Equipment 900,000 900,000 - - - - - - - - 900,000 Geotechnical 48,350 48,350 - - - - - - - - 48,350 Land & Easements 731,680 731,680 - - - - - - - - 731,680 Permits & Connection Fees 92,735 92,735 - - - - - - - - 92,735 Surveying 20,910 20,910 - - - - - - - - 20,910 Technology 450,000 450,000 - - - - - - - - 450,000 Water & Sewer 3,500 3,500 - - - - - - - - 3,500 Wetlands Determination 1,133 1,132 - - - - - - - - 1,132 Total Project Cost 45,802,344 45,802,344 - - - - - - - - 45,802,344 Funding Source General Obligation Bonds 35,070,664 35,067,164 - - - - - - - - 35,067,164 Grants, Gifts, Etc. 10,000,000 10,000,000 - - - - - - - - 10,000,000 Lottery Proceeds 731,680 731,680 - - - - - - - - 731,680 Other - 3,500 - - - - - - - - 3,500 Total Funding Source 45,802,344 45,802,344 - - - - - - - - 45,802,344 operating effect Debt Service - 11,977,530 3,343,250 3,235,750 3,128,250 3,020,750 2,913,250 2,805,750 2,698,250 2,612,250 35,735,030 Total operating effect - 11,977,530 3,343,250 3,235,750 3,128,250 3,020,750 2,913,250 2,805,750 2,698,250 2,612,250 35,735,030 010526 a Pg. 181 educatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 131 Project name Resurfacing of Rubberized Tracks Responsible department Harnett County Schools Functional Area Education Project Status Approved-No Contracts Project Type Facilities description:Resurface the rubberized tracks at Western Harnett High School, Triton High School, and Harnett Central High School to prevent safety hazards for student-athletes. Project Justification:The rubberized tracks at Western Harnett High School, Triton High School, and Harnett Central High School are experiencing significant deterioration. The current surface is breaking down, creating safety hazards for student-athletes and compromising the overall quality of athletic facilities. By resurfacing the tracks, it will enhance safety by reducing the risk of injuries to student-athletes. It could improve performance by having a smooth and consistent track surface. A well-maintained track will encourage greater use by students, staff, and community members. The resurfacing of the rubberized tracks at Western Harnett High School (2026), Triton High School (2027), and Harnett Central High School (2027) is a critical investment in the health, safety, and well-being of our student-athletes. Recommended Solution: Resurface the rubberized tracks at Western Harnett High School in 2026 and Triton High School and Harnett Central High School in 2027. Relation to other Projects: Overhills High School’s track was resurfaced in September 2023. Current Stage of Project: The resurfaceing of tracks project will begin in FY 2026. 010526 a Pg. 182 educatIon132 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Construction - - 485,673 - - - - - - - 485,673 Total Project Cost - - 485,673 - - - - - - - 485,673 Funding Source Capital Reserves - - 485,673 - - - - - - - 485,673 Total Funding Source - - 485,673 - - - - - - - 485,673 010526 a Pg. 183 educatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 133 Project name Stadium Lighting Upgrades Responsible department Harnett County Schools Functional Area Education Project Status Approved-Contracts Let Project Type Equipment description:Upgrade the stadium lighting systems at all Harnett County high schools, including Western Harnett High School, Harnett Central High School, Overhills High School, and Triton High School. The current lighting systems, primarily utilizing metal halide bulbs, are becoming increasingly obsolete and inefficient. Project Justification:The existing stadium lighting systems at Western Harnett High School, Harnett Central High School, Overhills High School, and Triton High School present several significant challenges. The production of metal halide bulbs is expected to end in the coming years due to environmental regulations. This will make it difficult to replace burned-out bulbs and maintain the current lighting systems. Metal halide bulbs consume significantly more energy compared to modern LED lighting solutions, leading to higher operational costs. Metal halide bulbs have a relatively short lifespan, requiring frequent replacements and increased maintenance costs. Metal halide bulbs contain hazardous materials, such as mercury, and emit harmful UV radiation. By transitioning to LED lighting, the schools can avoid future disruptions and costs associated with the discontinuation of metal halide bulbs. LED lighting offers significantly higher energy efficiency, resulting in lower electricity bills and reduced environmental impact. LED lighting provides better color rendering, improved light distribution, and reduced glare, enhancing the overall experience for athletes, coaches, and spectators. LED fixtures have a much longer lifespan than metal halide bulbs, reducing maintenance costs and downtime. Improved lighting can enhance safety for athletes, officials, and spectators, particularly during nighttime events. The estimated cost of the project will vary depending on the specific needs of each school, including the number of light poles, the type of LED fixtures, and the complexity of the electrical upgrades. A detailed cost estimate will be needed to determine the exact budget required for each school. Current Stage of Project: The Stadium Lighting Upgrades project will begin in FY 2026. 010526 a Pg. 184 educatIon134 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Furnishings & Equipment - - 1,415,000 - - - - - - - 1,415,000 Total Project Cost - - 1,415,000 - - - - - - - 1,415,000 Funding Source Capital Reserves - - 1,415,000 - - - - - - - 1,415,000 Total Funding Source - - 1,415,000 - - - - - - - 1,415,000 010526 a Pg. 185 educatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 135 Project name Triton High School Auxiliary Gym Addition Responsible department Harnett County Schools Functional Area Education Project Status Future Project Type Facilities description:Construct a 15,000 square-foot auxiliary gymnasium addition at Triton High School, located at 215 Maynard Lake Rd, Erwin, to provide adequate recreational and instructional space for students. Project Justification:Triton High School, constructed in 1986, is the only high school within the county that lacks an auxiliary gymnasium. While other high schools have added auxiliary gymnasiums, such as Overhills High School (2003), Western Harnett High School (1999), and Harnett Central High School (2010), Triton High School remains without one. The lack of an auxiliary gym hinders the school’s athletic programs, physical education classes, and overall extracurricular activities. Numerous athletic teams are forced to practice at off-site locations, such as local elementary schools. This logistical challenge takes valuable time and resources. Teams are often required to share the main gym, resulting in late-night practices and disrupted academic schedules. Multiple physical education classes scheduled during the same instructional period limit class size and restrict activity options. An auxiliary gym would provide additional space for various physical activities and could serve as a venue for community events. The Board of Education has identified the project as Tier 1, meaning it is needed in the next one to two years. An architect has not provided a cost estimate for the Triton site but has provided an estimate based on similar square footage projects in North Carolina, which is $10,000,000. The County currently lacks the funds needed to move forward with the project. To fund this project, Harnett County will need to issue additional debt. 010526 a Pg. 186 educatIon136 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 010526 a Pg. 187 General Government 010526 a Pg. 188 General Government138 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Board of elections Facility Replacement/Renovation Responsible department Board of Elections Functional Area General Government Project Status Future Project Type Facilities description:Construct a new Board of Elections facility at a location to be determined. Project Justification:Although the Harnett County Board of Elections has recently relocated to another facility, significant space limitations persist. The current building lacks dedicated areas for early voting, Board meetings, and election worker training. As a result, the department must rely on multiple off-site locations to conduct essential election operations. This fragmented approach leads to: • Scheduling conflicts • Voter confusion • Increased security risks for election equipment and supplies A purpose-built facility would consolidate all election-related functions under one roof, ensuring secure storage, streamlined workflows, and improved public access. In an era of heightened scrutiny and demand for transparency, centralizing operations is critical to maintaining voter confidence and the integrity of Harnett County’s elections. The ideal facility would be centrally located—preferably near the Harnett County Government Campus—and designed to accommodate early voting, training, machine testing, absentee meetings, public audits, and recounts. Alternatives:• Renovate/Expand Current Facility - Modify the existing building to create additional space for early voting, meetings, training, and secure storage. While this could reduce off-site dependencies, the current site’s space and parking limitations may still hinder long-term effectiveness. • Construct a Purpose-Built Facility - Build a new facility specifically designed for Board of Elections operations. This option offers the most comprehensive solution, enabling all election activities to be conducted in a secure, efficient, and accessible environment. • Conduct a feasibility study to determine the location, building needs, and cost. • Do Nothing - Continue operating from the current facility without dedicated space for key election functions. This would perpetuate reliance on off-site locations, increasing logistical complexity, security vulnerabilities, and public confusion. 010526 a Pg. 189 General GovernmentHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 139 Recommended Solution:It is recommended that Harnett County initiate a feasibility study to determine the optimal location, design specifications, and cost estimates for a new, purpose-built Board of Elections facility. The study should assess: • Space requirements for early voting, training, and Board meetings • Secure storage and equipment testing areas • Parking capacity and public accessibility Given the ongoing operational inefficiencies, security concerns, and public confusion associated with the current setup, this feasibility study is the first step toward ensuring a secure, transparent, and efficient election process for Harnett County. 010526 a Pg. 190 General Government140 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Feasibility Study - - - 65,000 - - - - - - 65,000 Total Project Cost - - - 65,000 - - - - - - 65,000 Funding Source Capital Reserves - - - 65,000 - - - - - - 65,000 Total Funding Source - - - 65,000 - - - - - - 65,000 010526 a Pg. 191 General GovernmentHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 141 Project name Courthouse Shell-Space Upfit Responsible department Facilities Maintenance Functional Area General Government Project Status Future Project Type Facilities description:Develop a building program and cost estimate to finish approximately 12,150 square feet of shell space in the Harnett County Courthouse, located at 301 W Cornelius Harnett Blvd, Lillington to meet Clerk of Court and other court-related needs. Project Justification:When the courthouse was originally constructed, 12,150 square feet of the third floor was constructed as “shell space,” meaning the space is not finished and could be renovated to accommodate a range of needs. The original plans called for this space to be future courtrooms, however two decades have passed since these plans were made and this space needs to be reassessed to determine whether the original plan still constitutes the best use of this space or if an alternative use would be preferable. Alternatives:•Do nothing: The space could remain as is for the foreseeable future, but this would not address court system needs or any other County needs for this space. •Finish the space for courtrooms: While this meets the original intent for the space, there may be other court and/or County needs that have not been presented to the county. •Assess all possible needs which could be addressed by refinishing this space, identify the most critical, and hire an architect to develop a building program and cost estimate. Recommended Solution:Because the county has not systematically assessed the need, the third alternative is recommended. The Facilities Maintenance Manager estimates this study would cost approximately $30,000. County management and the Board of Commissioners have discussed including a feasibility study for the unfinished courthouse space in a County-wide space needs assessment. operating Impact:The operating impact will be utility costs for gas, water, and electricity. Current Stage of Project:The project is currently on hold. 010526 a Pg. 192 General Government142 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Facilities Capital maintenance & Replacement Fund Responsible department Facilities Maintenance Functional Area General Government Project Status Approved-No Contracts Project Type Reserve Fund description:Provide a reliable funding mechanism for Facilities to replace critical mechanical systems, HVAC systems, parking lots, and roofs before failure. Funding in FY 2026 will address replacing the roof at the Emergency Services building, a water heater at the Government Complex building, a chiller at the Agriculture Center, and repaving multiple county building parking lots. Project Justification:Harnett County is currently facing critical challenges in maintaining and replacing aging capital infrastructure. Many essential systems have surpassed their expected service life, increasing the risk of failure and the potential for costly emergency repairs. For example, system breakdowns could result in the loss of heating or air conditioning in county buildings or significant damage due to roof failures. To proactively address these issues, County maintenance staff have conducted a thorough assessment of infrastructure needs, prioritized them based on urgency and impact, and incorporated them into the County’s seven-year Capital Improvement Plan (CIP). The goal for FY 2026–2027 is to implement key infrastructure upgrades that will ensure the continued safety, efficiency, and reliability of County facilities. Key projects include: -Emergency Operations Center Roof Replacement: The roof, now over 25 years old, is in poor condition with multiple leaks. Full replacement is necessary to prevent further deterioration and to ensure the facility remains fully operational during emergencies. -Facilities HVAC System Replacement: The existing HVAC system has reached the end of its useful life. A phased replacement over two fiscal years will enhance energy efficiency, reduce maintenance costs, and improve occupant comfort. -Parking Lot Resealing: Several parking lots—including those at the Health Department, Facilities, HARTS, and HRW—are currently rated in fair condition. Resealing these lots will extend pavement life, enhance safety, and help avoid more expensive repairs in the future. These investments are essential to preserving the County’s infrastructure and ensuring that public services continue to be delivered in a safe and effective environment. 010526 a Pg. 193 General GovernmentHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 143 Alternatives:• Do nothing. Replace systems and equipment when they fail. Maintaining outdated systems can be costly and they may not be as energy efficient as newer systems. • Fund systems each year as needed. The downside to this approach is the county cannot plan the funding long-term and the county does not have a way to plan beyond the replacement of systems in imminent failure. • Provide an ongoing funding source for a set amount every year, but require updated cost estimates each year for the projects requested for funding in the upcoming year. Allow flexibility with the funding so that if a mechanical system or roof fails and it is not on that year’s list, funds can be redirected to address that need. Recommended Solution:The third option is recommended. This approach sets the yearly amount equal to $500,000. If this level of funding is maintained, eventually the county could reach the point of being pro-active in replacing systems at the end of their useful lives or systems could be replaced for greater energy efficiency or maintenance savings. Current Stage of Project:Facilities maintenance staff has inventoried mechanical systems, HVAC systems, parking lots and roofs and identified replacement priorities over the next seven years. 010526 a Pg. 194 General Government144 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Transfer to Facilities Capital Reserve - 1,000,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 5,000,000 Total Project Cost - 1,000,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 5,000,000 Funding Source Transfer from General Fund - 1,000,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 5,000,000 Total Funding Source - 1,000,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 5,000,000 operating effect Transfer from General Fund - 1,000,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 5,000,000 Total operating effect - 1,000,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000 5,000,000 010526 a Pg. 195 General GovernmentHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 145 Project name Fleet maintenance Facility Improvement Responsible department Fleet Maintenance Functional Area General Government Project Status Approved-No Contracts Project Type Facilities description:Construct a 40’x80’ metal building addition to the county garage facility, located at 1100 E McNeill Street, Lillington, to provide adequate space for the maintenance of the county’s expanding fleet, thereby improving vehicle service turnaround times and ensuring the safety of garage staff. Project Justification:As our fleet continues to expand, so does the demand for efficient and timely maintenance to the county’s fleet of approximately 475 vehicles. The existing fleet maintenance shop has reached its capacity. The existing shop is limited to three bays, which can no longer accommodate the growing fleet. This results in longer wait times for maintenance and repairs, affecting overall operational efficiency. Vehicles often remain idle longer than necessary, leading to reduced productivity. This extended downtime not only impacts our service delivery but also increases the risk of operational delays. With more vehicles in need of maintenance than the current bays can handle, we are experiencing a backlog that can lead to potential safety concerns and increased wear on the fleet. To address these challenges, we propose the addition of several maintenance bays to enhance our operational efficiency, reduce turnaround times, and ensure that our fleet remains in optimal condition. Since January 2016, the county’s fleet has grown by 28% (approximately 100 vehicles). Our three full-time Fleet Maintenance Mechanics complete a combined 1,681 vehicle work orders on average per year. Over the last year, we increased the number of large in-house repair projects due to wait times with vendor outsourcing, resulting in cost savings of approximately $40,000.00. By taking on large repair projects including replacing engines, transmissions, suspensions and rear differentials, not only are we saving money by not outsourcing, but we are also able to get our vehicles back on the road sooner. However, when we have a vehicle in the shop to replace an engine, transmission, etc. the bay is tied up for long periods and vehicles needing a quick service are delayed due to not having an open bay. Having the addition of new maintenance bays is essential for meeting the growing demands of our fleet. By investing in building expansion, we will enhance our operational efficiency, reduce vehicle downtime, and improve overall safety and compliance. This strategic initiative will ensure that our fleet is maintained to the highest standards, ultimately supporting our mission and enhancing service delivery. 010526 a Pg. 196 General Government146 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Alternatives:• Expand the existing facility by adding a 40’x80’ addition to the backside of the existing building, which would be a sustainable plan for the next 30 years. Expanding the existing facility with three additional bays and a large stock / equipment storage area would allow staff to take in the increased demand for vehicle service, improve efficiency and reduce wait times for departments waiting for vehicle repairs. • Replace the existing Fleet Maintenance facility with a new facility. An eight-bay shop would be the most effective, long-term, for the county’s growing fleet. This option would require architectural services to determine the building scope and cost. •Potential venture of a joint Fleet Maintenance facility with the County and Harnett County Schools. This could allow for greater efficiencies and economies of scale through a co-located facility for both entities. This option would require architectural services to determine a building scope and cost. •Replace only the lifts and other aging equipment. This option does not address the need to increase the number of bays to service a growing fleet. •Finally, do nothing. If nothing is done, then none of the concerns mentioned above will be addressed. Recommended Solution:To alleviate these challenges, we propose the addition of a 40’x80’ Pre-Engineered Metal Building on a 6” concrete slab attached to the backside of the existing Fleet Maintenance facility. This addition would house three new bays with three 12’x14’ overhead motor operated doors. The project would include a new 20’ wide by 80’ long 6” thick concrete apron running in front of the overhead doors. The additional space at the end would be a large stock area for parts, our tire machine and other shop equipment. We would also request two lifts for two of the bays – a 10k lb., 2-Post Lift and an 18k lb. 4-Post Lift with Alignment Rack. We would like to leave one bay open to work on large in-house projects that require extended downtime. By increasing the number of bays, we can significantly reduce backlog and improve service delivery times. This will allow more vehicles to be serviced simultaneously, ensuring that maintenance schedules are met. With more bays available, we can optimize workflow. This will enable our technicians to focus on multiple vehicles at once, improving overall productivity. A reduction in downtime for maintenance will lead to quicker returns for service for our fleet, ultimately enhancing operational readiness and reliability. Regular and timely maintenance is crucial for ensuring that all vehicles meet safety and regulatory standards. With additional bays, we can maintain a rigorous schedule that keeps our fleet compliant and safe. operating Impact:The operating impact will be utility costs for gas, water, and electricity. Current Stage of Project:The Fleet Maintenance Facility Improvement Project was approved by the Harnett County Board of Commissioners as part of the FY 2026–2032 Capital Improvements Program (CIP). A corresponding Capital Project Ordinance was adopted on August 4, 2025. The Request for Qualifications (RFQ) for Architectural and Engineering Services for a Design-Build approach was advertised on September 23, 2025, and posted on the Harnett County Finance Office’s Bid Opportunities webpage. A Pre-Bid meeting was held on Monday, October 13, 2025, with eight firms in attendance; several participants also toured the existing Fleet Maintenance facility following the meeting. The RFQ submission deadline was October 23, 2025, at 3:00 p.m. 010526 a Pg. 197 General GovernmentHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 147 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Construction 575,000 - 575,000 - - - - - - - 575,000 Furnishings & Equipment 125,000 - 125,000 - - - - - - - 125,000 Contingency 75,000 - 75,000 - - - - - - - 75,000 Total Project Cost 775,000 - 775,000 - - - - - - - 775,000 Funding Source Capital Reserves 775,000 - 775,000 - - - - - - - 775,000 Total Funding Source 775,000 - 775,000 - - - - - - - 775,000 operating effect Increased Operating Costs - - - 8,355 8,606 8,865 9,129 9,404 9,686 9,977 64,022 Total operating effect - - - 8,355 8,606 8,865 9,129 9,404 9,686 9,977 64,022 010526 a Pg. 198 General Government148 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Broadband expansion Initiative Responsible department Information Technology Functional Area General Government Project Status Approved-Contracts Let Project Type Technology description:Recruit and partner with a qualified service provider to facilitate the development of cost-effective broadband in Harnett County, with a focus on the underserved and unserved areas. 010526 a Pg. 199 General GovernmentHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 149 Project Justification:Broadband is not available to all county residents. With the coronavirus pandemic and greater use of Internet for school and work, now more than ever, our residents and businesses rely on adequate broadband. The incumbent providers serve 70 to 80% of the County, but some Internet service is barely usable at 1-5mbs. The federal guidelines state that 25mbs is the base standard to be considered high-speed broadband. Existing service providers have not expanded broadband access to all rural areas. The county needs a service provider to expand and provide broadband access in unserved and underserved areas. Since lack of broadband infrastructure is a significant barrier to economic growth, broadband initiative has been the Harnett Board of Commissioner’s top legislative priority since 2014. In November 2018, Harnett County launched a broadband survey that encouraged residents to provide feedback on their current broadband capabilities. The county partnered with ECC Technologies, Inc. to conduct the online broadband assessment survey to determine the residences and businesses within the county who continue to struggle with limited access to Internet services, with a particular focus on broadband availability. Harnett County worked with local libraries and the county school district to ask residents and businesses to participate in this broadband assessment. This assessment was created to verify availability of current broadband services in the county, to identify actual speeds available through the speed test, and collect information on demand for services from residents and businesses across these counties. Over 1,600 responses were received during the survey period with roughly 90% of responses marked as “complete” by the surveying tool. Only 10% were marked “partial,” indicating the respondent abandoned the survey at some point. The survey indicated there is a clear and present need not only for access to true broadband service but for provider choice that shows how critical it is to find a solution that benefits as many residents as possible. While 85% of residential respondents stated they have Internet access at their home, only 32% are able to purchase the speed of service that they need. The primary reasons for respondents without Internet to lack Harnett County Broadband Assessment service is that it is simply unavailable (62%), with service being too expensive the second most common reason for having no home Internet (22%). Eighty-three percent of residential respondents without home Internet would sign up immediately if service were available, while only 2% said they would not sign up for Internet service, and 62% percent of homes without Internet have someone in their household who has difficulty completing homework. With North Carolina’s requirement for digital textbooks and assignments, this presents a significant problem to Harnett County residents who either have no access to Internet services in their homes or who are unable to purchase the speeds they need. The data suggests that there are areas within the county which do not have access to sufficient broadband speeds and other areas of the county which have sufficient speed but no viable competitive option. Alternatives:• Do nothing. Over the past decade, our residents have asked the county for help in expanding broadband access. Incumbent providers have been reluctant to expand access beyond financially feasible areas • Release an RFP to invite Internet Service Providers to expand service in Harnett County. Current providers are encouraged to consider this request, as well as new providers. It is anticipated that both fiber‐based and fixed wireless‐based solutions will be presented in the RFP responses and both will be considered. • Work directly with incumbent providers to expand their service. The county has attempted to do this over the last decade, but the conversations have not resulted in significant expansion of broadband access. Recommended Solution:Recruit and partner with a nonincumbent company to offer broadband service. operating Impact:There is no impact on the operating budget. The County is funding grant awardees to bring broadband service to Harnett County. 010526 a Pg. 200 General Government150 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Current Stage of Project:Phase 1 – Cloudwyze Project (Completed) As of March 2024, Phase 1 of the broadband expansion project, led by Cloudwyze, has been successfully completed. Residents in the Phase 1 area of Harnett County are now receiving service through a combination of fixed wireless and fiber technologies. Phase 2 – Ripple Fiber Project (In Progress) In December 2023, Harnett County approved an agreement to proceed with Phase 2 of the broadband initiative, now led by Ripple Fiber (formerly Cloudwyze). This phase focuses on expanding fiber infrastructure in the western part of the county, addressing the limitations of fixed wireless and meeting the increasing demand for high-speed connectivity. As of October 2025, the design phase is complete, permitting is underway, and construction is expected to begin before the end of the year. GREAT Grant Projects Harnett County has been awarded two GREAT (Growing Rural Economies with Access to Technology) grants: • Round 1 (Awarded November 2023) – Brightspeed • Status: Approximately 75% complete • Round 2 (Awarded August 2024) – Spectrum • Status: 100% complete as of April 2025 Ripple Fiber Settlement Project In March 2024, Ripple Fiber received additional state funding through a legal settlement to expand broadband access in western Harnett County. This project, originally initiated under Cloudwyze, is now 75% complete under Ripple Fiber’s leadership. CAB (Completing Access to Broadband) Grant Projects Harnett County has also secured three CAB grants, all fully funded with the county match provided by the state using surplus ARP broadband funds: • CAB Round 1 (Awarded July 2024) – Brightspeed • Status: Less than 25% complete • CAB Round 2 (Awarded April 2025) – Spectrum • Status: Less than 25% complete • CAB Round 3 (Awarded April 2025) – Windstream (now Uniti) • Status: Less than 25% complete 010526 a Pg. 201 General GovernmentHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 151 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Construction 4,785,000 4,785,000 - - - - - - - - 4,785,000 Grant Match 1,343,626 1,343,626 - - - - - - - - 1,343,626 Total Project Cost 6,128,626 6,128,626 - - - - - - - - 6,128,626 Funding Source ARP Fund 1,343,626 1,343,626 - - - - - - - - 1,343,626 General Fund Fund Balance 2,000,000 2,000,000 - - - - - - - - 2,000,000 Grants, Gifts, Etc. 2,785,000 2,785,000 - - - - - - - - 2,785,000 Total Funding Source 6,128,626 6,128,626 - - - - - - - - 6,128,626 010526 a Pg. 202 General Government152 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Core Server Infrastructure Upgrade/Replacement Responsible department Information Technology Functional Area General Government Project Status Approved-No Contracts Project Type Equipment description:Replace existing, out-of-warranty core server infrastructure located at 175 Bain Street, Lillington and 1005 Edward Brothers Drive, Lillington to align our technology resources with future needs, optimize the performance of current applications, and ensure uninterrupted service availability. Project Justification:Harnett County Information Technology Department has a regular four to five-year cycle for replacing core server infrastructure to maintain technology services’ reliability and currency. Our existing core infrastructure, upgraded in October 2022, is set to go out of warranty in fiscal 2027. Given the vital role it plays in supporting county on-premises technology services, it is imperative to proactively address this situation. An efficient core system should not be operating at its maximum capacity, and when it does, it becomes essential to transition to a more resource-rich platform. Alternatives:• Renew existing system warranty: While this option would maintain the current system’s operational status, it falls short in addressing the county’s future growth requirements effectively. • Replace with new technology and warranty: Opting for this alternative will empower the county to allocate additional resources to forthcoming projects and meet evolving county needs over the next four to five years. • Do nothing: This choice poses a significant risk to the core infrastructure, leaving us vulnerable to potential failures without readily available resources for hardware fixes or replacements. Furthermore, it restricts our ability to introduce new software applications or expand resources for existing software. Recommended Solution:Replace the existing core infrastructure with modern, high-performance technology supported by a four-year warranty. This upgrade will enhance system reliability, ensure compatibility with future initiatives, and meet the County’s operational needs through the next four to five years. The next full upgrade cycle is planned for FY 2027. However, with the recent transition to a NetApp storage platform in the current budget year, the County will optimize costs by focusing on server upgrades in FY 2026, aligning infrastructure investments with strategic priorities. operating Impact:The primary operating impact will involve routine maintenance and support costs associated with the upgraded infrastructure, ensuring consistent and efficient service delivery. 010526 a Pg. 203 General GovernmentHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 153 Current Stage of Project:The server infrastructure upgrade is a recurring initiative, historically operating on a four-year cycle to support the County’s evolving network requirements. The next upgrade phase is scheduled to begin in 2026 and will be strategically aligned with the core storage project to support the County’s transition back to a three-tiered infrastructure model. As part of this realignment, the replacement cycle will shift from four to five years, allowing for improved coordination, extended asset lifecycle, and more efficient long-term planning. 010526 a Pg. 204 General Government154 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Furnishings & Equipment 1,736,753 789,433 249,000 - - - - - - - 1,038,433 Total Project Cost 1,736,753 789,433 249,000 - - - - - - - 1,038,433 Funding Source Information Technology Fund 1,736,753 789,433 249,000 - - - - - - - 1,038,433 Total Funding Source 1,736,753 789,433 249,000 - - - - - - - 1,038,433 operating effect Transfer from General Fund - 789,433 - - - - - - - - 789,433 Total operating effect - 789,433 - - - - - - - - 789,433 010526 a Pg. 205 General GovernmentHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 155 Project name Core Storage Infrastructure Upgrade/Replacement Responsible department Information Technology Functional Area General Government Project Status Approved-Contracts Let Project Type Equipment description:Replace existing, out-of-warranty core storage infrastructure located at 175 Bain Street, Lillington and 1005 Edward Brothers Drive, Lillington to align our technology resources with future needs, enhance productivity, expand data storage capacity, and ensure uninterrupted service availability. Project Justification:The Harnett County Information Technology Department follows a regular five-year cycle for replacing core storage infrastructure to uphold the reliability and currency of technology services. The current core storage infrastructure, last upgraded in August 2021, is scheduled to go out of warranty in fiscal year 2026. Given its critical role in supporting county on-premises technology services and data storage, it is essential to take proactive measures. An efficient storage system is necessary in reducing downtime, minimizing potential data loss, boosting productivity, and providing sufficient data storage. New storage systems ensure access to cutting-edge technology, enabling prompt data transactions, expanding storage capacity, and enhancing reliability. Alternatives:• Preemptive replacement: This option involves replacing storage systems before any issues arise, ensuring continuity of operations, productivity, and data integrity. • Replace as failures Occur: Under this alternative, storage systems would be replaced on an as-needed basis, which might lead to productivity losses and potential data loss in the event of system failures. • Do nothing: Maintaining aging storage systems without upgrading can result in reduced productivity and increased vulnerability to data loss, making it an unsustainable choice for the county’s IT infrastructure. Recommended Solution:Recommend preemptively replacing the existing core storage infrastructure to increase productivity, expand data capacity, and mitigate issues associated with aging technology. The next upgrade cycle is scheduled for fiscal year 2026. operating Impact:The primary operating impact will involve routine maintenance and support costs associated with the upgraded infrastructure, ensuring consistent and efficient service delivery. Current Stage of Project:The NetApp storage appliance has been delivered. Installation and data migration will proceed over the next few months. 010526 a Pg. 206 156 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Furnishings & Equipment 500,000 - 467,695 - - - - - - - 467,695 Total Project Cost 500,000 - 467,695 - - - - - - - 467,695 Funding Source Information Technology Fund 500,000 - 467,695 - - - - - - - 467,695 Total Funding Source 500,000 - 467,695 - - - - - - - 467,695 010526 a Pg. 207 General GovernmentHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 157 010526 a Pg. 208 Human Services 010526 a Pg. 209 human servIcesHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 159 Project name Second Floor Upfit Responsible department Department of Social Services (DSS) Functional Area Human Services Project Status Completed – Prior Fiscal Year Project Type Facilities description:Upfit approximately 5,400 square feet of shell space in the Harnett County Department of Social Services, located at 311 W Cornelius Harnett Blvd, Lillington to allow for social distancing and accommodate additional staffing. Project Justification:Throughout the COVID-19 pandemic, DSS has experienced substantial impacts, including a surge in staffing levels that have exceeded the capacity of our current office space. Additionally, there have been instances of staff outbreaks, necessitating the implementation of staggered telework schedules to ensure the safety of our employees. In 2020, the county expanded the DSS building by adding a two-story addition. The second floor of this addition, covering approximately 5,400 square feet, was intentionally left unfinished, with the foresight of accommodating future growth. Recognizing the pressing need to address the evolving workspace requirements, the county conducted a comprehensive space needs assessment in the spring of 2023. This assessment highlighted the imperative need to transform this currently underutilized shell space into functional office space. This transformation will facilitate social distancing measures and enable the department to accommodate the additional staffing required to meet the growing demands of the community. The first phase of this project will involve engaging the services of an architect to craft a tailored design plan for the space. This design will align with the requirements outlined in the space needs assessment, ensuring that the upfit is both efficient and effective in supporting the DSS’s essential functions. Recommended Solution:Upfit the second floor of the two-story addition. 010526 a Pg. 210 human servIces160 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 operating Impact:The operating impact will be utility costs for gas, water, and electricity. Current Stage of Project:The project ordinance was approved by the Board of Commissioners on October 2, 2023. The design work was completed by December 2023. The overall project was completed in December 2024. 010526 a Pg. 211 human servIcesHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 161 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Architectural Design & Construction Administration 112,064 112,064 - - - - - - - - 112,064 Construction 743,437 728,153 - - - - - - - - 728,153 Furnishings & Equipment 248,763 248,197 - - - - - - - - 248,197 Contingency 95,736 - - - - - - - - - - Total Project Cost 1,200,000 1,088,414 - - - - - - - - 1,088,414 Funding Source Capital Reserves 1,200,000 1,088,414 - - - - - - - - 1,088,414 Total Funding Source 1,200,000 1,088,414 - - - - - - - - 1,088,414 010526 a Pg. 212 human servIces162 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 010526 a Pg. 213 Public Safety 010526 a Pg. 214 PublIc saFety164 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Animal Shelter Replacement Responsible department Animal Services Functional Area Public Safety Project Status Approved-Contracts Let Project Type Facilities description:Construct a new animal services shelter facility at a location to be determined. Project Justification:The existing facility was built more than 25 years ago, with an addition constructed in 2005, and is operating at maximum capacity. It is located on land owned by Harnett Regional Water and is adjacent to the North Harnett Wastewater Treatment Plant. A new facility could provide needed space for a veterinarian office, a surgical room, and a better environment for adoption of animals, as well as improve the flow of animals from intake through adoption. The new facility would provide space to separate adoptable animals from animals quarantined for health or behavior issues and increase the holding capacity of the shelter. The 32 dog runs and the small 15 cage intake room for cats remain at maximum capacity with multiple cats often occupying one cage. Between 2015 to 2019, 18,424 dogs and cats came to the shelter and of those 5,012 were euthanized, many for lack of space or treatable illness despite being eligible for adoption. There is inadequate space and layout for the treatment and testing of animals, food preparation, laundry and dishes, and adoption visitation. There is one room for laundry and medical, which is also the room where small sick animals are housed. The facility has no onsite space for spay neuter surgeries. When facilitating adoptions, the existing shelter only has one meet and greet room and a dog play yards. Additional areas are needed for adopters to meet with animals and for animals to get exercise outside their kennels which is necessary for enrichment best practices. The single kennel area for all incoming animals contributes to cross contamination and disease. Best practices suggest shelters have separate holding areas for incoming animals, quarantine animals, isolation animals and healthy adoptable animas. The existing shelter has two separate kennel areas - one indoor/outdoor with 16 kennels for intake and 16 all-indoor with side-by-side dividers for adoption-ready animals. Drainage design is via open trench in the holding kennels. Inside, the drain runs one direction, and outside, it runs the opposite direction. The design greatly increases the transmission of disease due to the washing and spraying of excrement past the kennels of young, unvaccinated animals and healthy animals. The open front trench design poses a safety risk. The chain link doors all open outward increasing the difficulty of entering and exiting kennels safely and quickly, which increases the chance for dogs to escape. The doors cause hoses to get caught and pulled into the drain, which increases cleaning time due to constant opening and closing or the maneuvering around doors.010526 a Pg. 215 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 165 Alternatives:• Do nothing and continue to operate as is for the foreseeable future, but this will not address the need for Harnett County Regional Water to expand the Wastewater Treatment plant to expand onto the site of the existing facility, which is needed as a result of increased county growth. • Contract with another group to oversee and manage the animal sheltering capabilities in the county. However, there is no local existing agency with a positive past performance of operating as a shelter to meet the needs and volume of Harnett County. Recommended Solution:Review the submitted needs assessment study and determine which recommended features should be implemented. Move forward with the project once a scope, location and funding source have been identified. Current Stage of Project:A needs assessment study was submitted to the county on October 3, 2022, by Shelter Planners of America to determine potential locations, building needs, and cost. Land on Highway 421 North was purchased in March 2025. Updated project costs as of October 2025 total $10.54 million. On October 20, 2025, the Board approved Moseley, Inc. as the architect/design firm. In November 2025, the Board approved Edifice for Construction Manager at Risk (CMAR). Construction is projected to begin in FY2027. 010526 a Pg. 216 PublIc saFety166 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Architectural Design & Construction Administration 1,908,453 - 878,375 768,482 261,596 - - - - - 1,908,453 Construction 7,605,577 - - 3,802,789 3,802,788 - - - - - 7,605,577 Contingency 437,321 - - 437,321 - - - - - - 437,321 Feasibility Study 32,341 32,341 - - - - - - - - 32,341 Furnishings & Equipment 220,656 - - - 220,656 - - - - - 220,656 Permits & Connection Fees 23,000 - - 11,500 11,500 - - - - - 23,000 Land & Easements 300,898 300,898 - - - - - - - - 300,898 Advertising 272 92 180 - - - - - - - 272 Other Contracted Services 15,600 12,000 3,600 - - - - - - - 15,600 Total Project Cost 10,544,118 345,331 882,155 5,020,092 4,296,540 - - - - - 10,544,118 Funding Source Capital Reserves 1,365,239 345,331 882,155 137,753 - - - - - - 1,365,239 Debt Proceeds 9,178,879 - - 4,882,339 4,296,540 - - - - - 9,178,879 Total Funding Source 10,544,118 345,331 882,155 5,020,092 4,296,540 - - - - - 10,544,118 operating effect Debt Service - - - - 1,000,000 975,000 950,000 925,000 900,000 875,000 5,625,000 Increased Operating Costs - - - - 570,350 602,156 597,312 611,326 625,710 640,474 3,647,328 Total operating effect - - - - 1,570,350 1,577,156 1,547,312 1,536,326 1,525,710 1,515,474 9,272,328 010526 a Pg. 217 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 167 Project name emergency medical Services Capital Reserve Appropriation Responsible department Emergency Medical Services (EMS) Functional Area Public Safety Project Status Approved-No Contracts Project Type Reserve Fund description:Continue an annual contribution to the Emergency Medical Services Capital Reserve Fund. Contribute $850,000 to the capital reserve fund over the next seven years. Funds will be used for vehicle replacements, remounts, and other capital items such as cardiac monitors and stretchers. 010526 a Pg. 218 PublIc saFety168 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Transfer to EMS Capital Reserve - 1,790,000 850,000 1,275,412 600,000 600,000 600,000 400,000 400,000 400,000 6,915,412 Total Project Cost - 1,790,000 850,000 1,275,412 600,000 600,000 600,000 400,000 400,000 400,000 6,915,412 Funding Source Transfer from General Fund - 1,790,000 850,000 1,275,412 600,000 600,000 600,000 400,000 400,000 400,000 6,915,412 Total Funding Source - 1,790,000 850,000 1,275,412 600,000 600,000 600,000 400,000 400,000 400,000 6,915,412 operating effect Transfer from General Fund - 1,790,000 850,000 1,275,412 600,000 600,000 600,000 400,000 400,000 400,000 6,915,412 Total operating effect - 1,790,000 850,000 1,275,412 600,000 600,000 600,000 400,000 400,000 400,000 6,915,412 010526 a Pg. 219 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 169 Project name Cardiac monitors Replacement Responsible department Emergency Medical Services (EMS) Functional Area Public Safety Project Status Approved-No Contracts Project Type Equipment description:Replace all EMS cardiac monitors in FY 2027 to ensure this critical equipment continues to function at an optimal level. Project Justification:Cardiac monitors have a typical useful life of 10 years due to wear and tear. Additionally, as new monitors are manufactured and the software is upgraded, the old monitors are not able to be upgraded. Due to the extensive training required to properly operate each brand/model of cardiac monitor, it is neither efficient nor safe to have multiple brand/models in the field at once. This can lead to staff confusion during emergency calls and endanger patients. Alternatives:• Do nothing. This will lead to increased repair and maintenance costs if the units can be repaired. Once the manufacturer will no longer repair the units, they will become obsolete. In addition to be critical for patient care, these monitors are required for certification by the NC Office of Emergency Medical Services (NCOEMS). • Replace all Harnett County EMS monitors at the end of their useful life but before they become obsolete. This ensures our system has the newest equipment available and can continue to provide the best care to the residents of Harnett County and follow NCOEMS certification guidelines. • Replace some but not all cardiac monitors. This will lead to two different models in the field at once. This could lead to staff confusion and errors in care. Recommended Solution:Replace all cardiac monitors at the end of their useful life in FY 2027. operating Impact:The cardiac monitor replacements will reduce maintenance costs on existing equipment. Current Stage of Project:The cardiac monitors are scheduled to be replaced in FY 2027. 010526 a Pg. 220 PublIc saFety170 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Furnishings & Equipment 610,855 - - 1,305,077 - - - - - - 1,305,077 Total Project Cost 610,855 - - 1,305,077 - - - - - - 1,305,077 Funding Source EMS Capital Reserves 610,855 - - 1,305,077 - - - - - - 1,305,077 Total Funding Source 610,855 - - 1,305,077 - - - - - - 1,305,077 operating effect Decreased Costs - - - (10,000) (10,000) 10,000 10,000 10,000 10,000 10,000 30,000 Total operating effect - - - (10,000) (10,000) 10,000 10,000 10,000 10,000 10,000 30,000 010526 a Pg. 221 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 171 Project name Convalescent Transport Unit Replacements Responsible department Emergency Medical Services (EMS) Functional Area Public Safety Project Status Approved-No Contracts Project Type Vehicles description:Replace one convalescent transport unit per year beginning in FY 2023 in accordance with the EMS Vehicle Replacement and Rotation Policy. These replacements will ensure the three units do not exceed safe mileage thresholds. Project Justification:With the conversion of our non-emergency convalescent fleet from ambulances to transit-style vans, it will be necessary to replace these units every three years based on our Harnett County EMS Vehicle Replacement and Rotation Policy. These units average 87,000 miles per year and are in service 24 hours a day, seven days a week, limiting the useful life to three years. Beyond that, the vehicles may be unsafe to operate and will incur much greater maintenance costs. Vehicle breakdowns endanger patient safety and pull staff from emergency calls. Harnett County will save approximately $260,000 per replacement van over a 15-year period. This includes capital costs, trade ins, and fuel. Alternatives:• Do nothing. Maintenance costs will continue to increase until the units eventually become unsafe and inoperable. This leads to taking units out of service, meaning our service to the citizens of Harnett County is cut as we are unable to handle the call volume. This also leads to a reduction in non-emergency transportation revenue. • Replace units on an extended schedule. If vehicles are driven beyond their useful life, maintenance costs will increase, and service disruption becomes more likely. In addition, budgeting for replacements becomes more challenging, as the possibility for replacing multiple units within a fiscal year increase. Recommended Solution:Continue to replace vehicles in accordance with the EMS Vehicle Replacement Policy. Replace one unit every fiscal year. This option provides the most cost-effective strategy for ensuring safe, reliable emergency vehicles. Relation to other Projects: The van replacements save on the number of remounts needed to be done. Current Stage of Project:This is an ongoing project that carries forward each year based on the EMS Vehicle Replacement and Rotation Policy. 010526 a Pg. 222 PublIc saFety172 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Vehicles - 580,125 141,136 140,357 144,568 148,905 153,372 157,973 162,712 167,594 1,796,742 Total Project Cost - 580,125 141,136 140,357 144,568 148,905 153,372 157,973 162,712 167,594 1,796,742 Funding Source EMS Capital Reserves - 580,125 141,136 140,357 144,568 148,905 153,372 157,973 162,712 167,594 1,796,742 Total Funding Source - 580,125 141,136 140,357 144,568 148,905 153,372 157,973 162,712 167,594 1,796,742 operating effect Decreased Costs - (152,980) (61,183) (63,685) (66,295) (69,004) (71,829) (74,772) (77,835) (81,027) (718,610) Total operating effect - (152,980) (61,183) (63,685) (66,295) (69,004) (71,829) (74,772) (77,835) (81,027) (718,610) 010526 a Pg. 223 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 173 Project name County morgue Responsible department Emergency Medical Services (EMS) Functional Area Public Safety Project Status Approved-No Contracts Project Type Facilities description:Construct an 800-square foot morgue at 1005 Edwards Brothers Drive, Lillington to include an office, restroom, and adequate cooler space to store up to 16 decedents. Project Justification:Harnett County is required to provide morgue services for the county. The current morgue is located at Betsy Johnson Hospital in Dunn and is provided in cooperation with Harnett Health. The current morgue is too small given the needs of the hospital and the county; therefore, a new larger facility is required. Often, cooler trucks are needed by Betsy Johnson Hospital when the current morgue exceeds its capacity. Harnett County is required to provide a morgue for decedents prior to a medical examiner review of the body and eventual pick up by a funeral home. Decedents are transported to a morgue for different reasons, which include, but is not limited to, those who passed away due to or the suspicion of homicide, suicide, overdose or trauma; or they did not have a primary care physician; or they were not under the care of Hospice. For one or more of these reasons, it falls under the jurisdiction of the local Medical Examiner. Depending on the circumstance(s) of death, an autopsy may not be required. If the local Medical Examiner and/or Pathologist determine that an autopsy is required, it will be conducted at the NC Office of the Chief Medical Examiner in Raleigh. If an autopsy is conducted, the decedent will be transported to Raleigh, then back to the local morgue, or directly to a funeral home or cremation service. Alternatives:• Partner with Harnett Health to construct a new morgue facility. The current estimate for the new facility constructed by Harnett Health exceeds $1 million. • Construct a county-owned morgue. County staff has researched the cost of constructing a county-owned facility and estimated the new building to cost approximately $325,000. With a county-owned morgue, the county will no longer pay Betsy Johnson Hospital to store decedents at the current facility. Over the past three fiscal years, Harnett County Health Department has spent over $31,000 to store decedents. • Do nothing. If no actions are taken, the county will continue to incur additional costs to store bodies, and the current morgue will continue to exceed capacity and additional mobile storage units will be required. 010526 a Pg. 224 PublIc saFety174 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Recommended Solution:Provide funding to construct a county-owned morgue facility on the property adjacent to the Emergency Services Department on Edwards Brothers Drive, Lillington. Current Stage of Project:The County Morgue project is currently in the planning stage. Contractor selection is expected by November 2025, with construction projected to take approximately 12 to 16 months following the start date. 010526 a Pg. 225 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 175 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Construction 325,000 - 325,000 - - - - - - - 325,000 Construction 32,500 - 32,500 - - - - - - - 32,500 Furnishings & Equipment 38,600 - 38,600 - - - - - - - 38,600 Total Project Cost 396,100 - 396,100 - - - - - - - 396,100 Funding Source Capital Reserves 396,100 - 396,100 - - - - - - - 396,100 Total Funding Source 396,100 - 396,100 - - - - - - - 396,100 operating effect Increased Operating Costs - - - 106,395 104,437 107,570 110,797 114,121 117,545 121,071 781,936 Total operating effect - - - 106,395 104,437 107,570 110,797 114,121 117,545 121,071 781,936 010526 a Pg. 226 PublIc saFety176 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name emergency Transport Unit Remounts Responsible department Emergency Medical Services (EMS) Functional Area Public Safety Project Status Approved-No Contracts Project Type Vehicles description:Remount transport units in accordance with the EMS Vehicle Replacement Policy to extend the useful life of the vehicles. Project Justification:The EMS Vehicle Replacement Policy recommends remounting (replacing the patient care “box”) the ambulance approximately every seven years based on mileage and maintenance. Completely replacing an ambulance is costly at $269,308 at current pricing. Remounting the ambulances includes replacing the vehicle chassis and renovating the “box” with new floors, cabinets, and all other furnishings. Remounting is approximately $140,000 less than replacing a vehicle. Having safe, reliable vehicles is critical to Harnett County EMS operations. Remounting vehicles provides a more cost-effective way to accomplish this. Alternatives:•Do nothing. Failure to replace vehicles eventually results in unsafe vehicles running emergency calls, which impacts patient care and county liability. •Replace vehicles instead of remounting them. This is a more costly option that does not take full advantage of the useful life of ambulances. •Remount vehicles in accordance with the vehicle replacement policy. This option provides the most cost-effective strategy for ensuring safe, reliable emergency vehicles. Recommended Solution:Remount one vehicle in FY 2025 and two vehicles each in FY 2029, 2030, 2031, 2032 and one vehilce in FY 2033. Continue remounting vehicles per the EMS Vehicle Replacement Policy. This approach offers the most cost-effective solution for maintaining safe, reliable emergency vehicles. operating Impact:There is no operating impact for this project. Remounted vehicles replace existing fleet vehicles. Fuel, oil changes, and other maintenance costs will continue for the vehicle with the new remount. Relation to other Projects: With the approval of the transit-style vans for non-emergency use, the number of needed remounts has been reduced. Current Stage of Project:This is an ongoing project that carries forward each year based on the current needs of the EMS fleet and the EMS Vehicle Replacement and Rotation Policy. 010526 a Pg. 227 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 177 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Contingency - 14,986 - - - 14,095 14,483 14,871 15,259 7,824 81,518 Vehicles - 478,932 - - - 290,366 298,358 306,350 314,342 161,167 1,849,515 Total Project Cost - 493,918 - - - 304,461 312,841 321,221 329,601 168,991 1,931,033 Funding Source EMS Capital Reserves - 493,918 - - - 304,461 312,841 321,221 329,601 168,991 1,931,033 Total Funding Source - 493,918 - - - 304,461 312,841 321,221 329,601 168,991 1,931,033 operating effect Decreased Costs - (13,280) (2,735) (2,899) (3,078) (3,258) (3,453) (3,661) (3,880) (4,113) (40,357) Total operating effect - (13,280) (2,735) (2,899) (3,078) (3,258) (3,453) (3,661) (3,880) (4,113) (40,357) 010526 a Pg. 228 PublIc saFety178 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name emergency Transport Unit Replacements Responsible department Emergency Medical Services (EMS) Functional Area Public Safety Project Status Approved-No Contracts Project Type Vehicles description:Replace emergency transport units in accordance with the Emergency Medical Services Vehicle Replacement Policy. Project Justification:The 24/7 nature of EMS means ambulances driven non-stop, putting miles, wear, and tear on the units. To maintain a high level of service, Harnett County EMS follows the Emergency Medical Services Vehicle Replacement Policy. This policy states that ambulances will be remounted twice throughout their useful life, having to be completely replaced after that, with almost 700,000 miles on the box of the unit. Having safe reliable vehicles is critical to EMS’s operations. Alternatives:•Do nothing. The chassis and box will eventually reach such high mileage, wear, and tear that the maintenance costs will be astronomical until they are eventually inoperable. This, in turn, takes a necessary EMS unit off the road, limiting the service we offer to the citizens of Harnett County. •Replace vehicles in accordance with the Vehicle Replacement Policy. Recommended Solution:Continue replacing vehicles per the EMS Vehicle Replacement Policy. Replace one unit in FY 2027, FY 2028, and FY 2031. This approach optimizes cost-effectiveness while maintaining vehicle safety and reliability. operating Impact:There is no operating impact for this project since the purchased unit replaces an existing unit of the fleet. Current Stage of Project:This is an ongoing project that carries forward each year based on the current needs of the EMS fleet and the EMS Vehicle Replacment and Rotation Policy. 010526 a Pg. 229 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 179 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Vehicles - 1,566,613 285,709 288,419 296,820 - - 322,022 - - 2,759,583 Total Project Cost - 1,566,613 285,709 288,419 296,820 - - 322,022 - - 2,759,583 Funding Source EMS Capital Reserves - 1,566,613 285,709 288,419 296,820 - - 322,022 - - 2,759,583 Total Funding Source - 1,566,613 285,709 288,419 296,820 - - 322,022 - - 2,759,583 operating effect Decreased Costs - (39,480) (35,183) (36,645) (38,174) (3,258) (3,453) (43,139) (3,880) (4,113) (207,325) Total operating effect - (39,480) (35,183) (36,645) (38,174) (3,258) (3,453) (43,139) (3,880) (4,113) (207,325) 010526 a Pg. 230 PublIc saFety180 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Stretchers and Power Load equipment Replacement Responsible department Emergency Medical Services (EMS) Functional Area Public Safety Project Status Approved-No Contracts Project Type Equipment description:Replace all EMS stretchers and power load equipment in FY 2031 to ensure the equipment continues to function at an optimal level. Project Justification:The existing stretchers within the EMS fleet were obtained using surplus workers’ compensation funds. These units are approaching the end of their operational lifespan in FY 2031, necessitating replacement. Subsequently, Stryker, the vendor, will cease providing preventive maintenance and guarantees for the safety of these units. Previous Capital Improvement Plan (CIP) discussions have concluded that replacing all stretchers when they reach the end of their useful life is a more cost-effective approach compared to a staggered replacement strategy. Alternatives:• Do Nothing: If no action is taken, several issues will arise. The units will no longer receive preventive maintenance, replacement parts will be unavailable, and the vendor will no longer service the units. Consequently, EMS units will become unable to load or unload patients into ambulances safely, hindering their ability to transport patients to hospitals and appointments for both emergency and non-emergent calls. • Staggered Stretcher Replacements: Another option is to replace stretchers individually before they reach the end of their useful life or renew annual service agreements on the existing stretchers until they reach their end-of-life. However, this alternative is not cost-effective until well beyond the stretchers’ expected useful life. Furthermore, it may lead to additional costs for the County. Additionally, as stretcher technology evolves, new stretchers and power loads may not be compatible with the older units in the field, potentially causing operational disruptions. In cases where a stretcher breaks or requires preventive maintenance, spare units may not work with specific ambulances, further complicating operations. • Replace All Stretchers and Power Loads in FY 2031: Opting to replace all stretchers and power loads in FY 2031 when they reach the end of their useful life offers several advantages. Firstly, it ensures that all units in the field are interchangeable, thereby guaranteeing uninterrupted service and reducing the risk of user errors in chaotic situations. Additionally, this approach is the most cost-effective solution for the County, aligning with previous discussions in the Capital Improvement Plan. Recommended Solution:Replace all stretchers and power load equipment when they reach the end of their useful life in FY 2031. 010526 a Pg. 231 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 181 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Furnishings & Equipment 1,163,524 - - - - - - 1,163,524 - - 1,163,524 Total Project Cost 1,163,524 - - - - - - 1,163,524 - - 1,163,524 Funding Source EMS Capital Reserves 1,163,524 - - - - - - 1,163,524 - - 1,163,524 Total Funding Source 1,163,524 - - - - - - 1,163,524 - - 1,163,524 010526 a Pg. 232 PublIc saFety182 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name emergency Services Facility Addition Responsible department Emergency Services Functional Area Public Safety Project Status Future Project Type Facilities description:Construct a 6,705 square foot addition to the existing facility located at 1005 Edwards Brothers Drive, Lillington, as identified in the Dewberry Engineering space needs study. The addition will include office space, a classroom, and storage areas. Project Justification:The Emergency Services Facility has exhausted all available office space, limiting the department’s ability to accommodate new personnel, expand operations, or provide adequate training and storage. The current practice of repurposing storage and other functional areas for office use is a temporary and inefficient solution that compromises both operational effectiveness and staff productivity. Alternatives:Do nothing - Severely limits the department’s ability to grow; continued repurposing of essential spaces will degrade operational efficiency; increased risk of overcrowding, reduced staff morale, and compromised service delivery; may lead to higher long-term costs due to inefficiencies and emergency fixes. Construct an addition to the existing facility - Maintains current location and infrastructure; cost-effective compared to relocation; aligns with the Dewberry Engineering study; minimizes disruption to operations. Relocate to a larger facility - High cost of land acquisition and construction; disruption to services during transition; loss of investment in current facility; potential logistical challenges with location and accessibility. Recommended Solution: The proposed approach involves initiating a feasibility study in Fiscal Year 2027 to evaluate the expansion of the Emergency Services Facility located at 1005 Edwards Brothers Drive. Based on preliminary assessments, constructing an addition to the existing facility is identified as the most cost-effective and least disruptive solution. This option aligns closely with the department’s operational requirements and long-term strategic goals. It also maximizes the use of current infrastructure while delivering essential space for personnel, training, and equipment storage. 010526 a Pg. 233 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 183 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Feasibility Study ---65,000 ------65,000 Total Project Cost ---65,000 ------65,000 Funding Source Capital Reserves ---65,000 ------65,000 Total Funding Source ---65,000 ------65,000 010526 a Pg. 234 PublIc saFety184 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name emergency Services Warehouse Responsible department Emergency Services Functional Area Public Safety Project Status Future Project Type Facilities description:Construct a 23,000 square foot warehouse on the existing Emergency Services facility property, located at 1005 Edwards Brothers Drive, Lillington, as identified in the Dewberry Engineering space needs study. The warehouse will be used to store response and recovery resources critical to emergency operations. Project Justification:Emergency Services lacks dedicated and sufficient storage space for critical response and recovery resources. The current arrangement— sharing space in the county warehouse—limits the department’s ability to maintain readiness, organize logistics, and respond efficiently during emergencies. Additionally, the absence of a centralized logistics hub hinders coordination and scalability during large-scale events. Alternatives:Do nothing - Continued reliance on inadequate shared space; inability to scale up during major events; increased risk of delayed response and resource shortages; inefficient logistics operations; potential negative impact on community support during emergencies. Lease an off-site warehouse - Ongoing lease expenses; potential limitations in customization and security; may not be ideally located for rapid deployment; less control over long-term availability. Construct a new warehouse at the current facility - Provides a permanent, centralized location for emergency logistics; improves operational readiness and response times; aligns with long-term space planning; utilizes existing property and infrastructure. Recommended Solution: The recommended solution is to initiate a feasibility study in Fiscal Year 2027, followed by the construction of a 23,000-square-foot warehouse on the existing Emergency Services Facility property. This strategy offers a sustainable, cost-effective path forward, ensuring the department has the infrastructure and capacity needed to efficiently manage logistics, maintain operational readiness, and effectively support the community during both day-to-day operations and large-scale emergency events. 010526 a Pg. 235 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 185 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Feasibility Study ---65,000 ------65,000 Total Project Cost ---65,000 ------65,000 Funding Source Capital Reserves ---65,000 ------65,000 Total Funding Source ---65,000 ------65,000 010526 a Pg. 236 PublIc saFety186 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Angier VIPeR Radio Tower Responsible department Harnett County Sheriff Functional Area Public Safety Project Status Approved-No Contracts Project Type Equipment description:Construct a new emergency radio communications tower in the Angier area in partnership with the NC State Highway Patrol. Project Justification:The existing radio tower at 2646 Oak Grove Church Road, Angier, is currently located on leased land from a commercial vendor. While the tower itself is in good condition, it has reached its maximum capacity and requires substantial upgrades to accommodate future needs. The annual lease cost for this site is projected to increase by 5% each year, starting at $26,095 in FY 2025. To mitigate these escalating costs and secure long-term control over critical infrastructure, Harnett County will collaborate with NCSHP to identify county-owned land for the construction of a new 380-foot tower equipped with a backup generator. NCSHP will oversee the design and bidding processes for this project, ensuring adherence to industry standards. Alternatives:-Do nothing and continue to lease the tower space from a commercial vendor. -Purchase county land or identify county owned land and construct a 380-foot emergency radio tower. Recommended Solution: Construct a 380-foot radio tower with backup generator on property owned by Harnett County. Current Stage of Project: The Angier VIPER Radio Tower project is currently in the planning phase. As of October 2025, the project has been transitioned to the oversight of the Harnett County Sheriff’s Office. Efforts are currently focused on evaluating potential sites for tower construction. 010526 a Pg. 237 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 187 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Furnishings & Equipment - - - - - - - - - 2,070,000 2,070,000 Total Project Cost - - - - - - - - - 2,070,000 2,070,000 Funding Source Radio Fund - - - - - - - - - 2,070,000 2,070,000 Total Funding Source - - - - - - - - - 2,070,000 2,070,000 operating effect Transfer from General Fund - - - 300,000 300,000 300,000 300,000 300,000 300,000 270,000 2,070,000 Total operating effect - - - 300,000 300,000 300,000 300,000 300,000 300,000 270,000 2,070,000 010526 a Pg. 238 PublIc saFety188 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Sheriff Capital Reserve Appropriation Responsible department Harnett County Sheriff Functional Area Public Safety Project Status Approved-No Contracts Project Type Reserve Fund description:Continue an annual contribution of $325,000 to the capital reserve fund established for the Sheriff. 010526 a Pg. 239 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 189 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Transfer to Capital Reserve - 4,580,591 650,000 325,000 325,000 325,000 325,000 325,000 325,000 325,000 7,505,591 Total Project Cost - 4,580,591 650,000 325,000 325,000 325,000 325,000 325,000 325,000 325,000 7,505,591 Funding Source Transfer from General Fund - 4,580,591 650,000 325,000 325,000 325,000 325,000 325,000 325,000 325,000 7,505,591 Total Funding Source - 4,580,591 650,000 325,000 325,000 325,000 325,000 325,000 325,000 325,000 7,505,591 operating effect Transfer from General Fund - 4,580,591 650,000 325,000 325,000 325,000 325,000 325,000 325,000 325,000 7,505,591 Total operating effect - 4,580,591 650,000 325,000 325,000 325,000 325,000 325,000 325,000 325,000 7,505,591 010526 a Pg. 240 PublIc saFety190 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Sheriff Body-Worn Camera System Responsible department Harnett County Sheriff Functional Area Public Safety Project Status Approved-Contracts Let Project Type Equipment description:Purchase and install body-worn cameras for 67 law enforcement officers, with three spare units. Project Justification:The implementation of body-worn cameras is crucial for law enforcement and offers several significant benefits to the Harnett County Sheriff’s Office (HCSO) and the citizens of Harnett County. Body-worn cameras provide an objective record of interactions between officers and the public, increasing transparency and fostering public trust. This footage can be used to review citizen complaints, ensuring accountability and promoting fair and impartial policing. Body-worn cameras footage provides valuable evidence in criminal investigations, documenting crime scenes, suspect behavior, and witness statements. This strengthens cases, leading to more successful prosecutions and improved public safety. The presence of body-worn cameras has been shown to reduce both the number of citizen complaints filed against officers and the likelihood of litigation. This saves the county time and resources spent on investigations and legal proceedings. Body-worn camera footage can be used for officer training purposes, providing real-world examples of best practices and areas for improvement. It also provides an additional layer of protection for officers, deterring misconduct and providing evidence in cases of false accusations. By demonstrating a commitment to transparency and accountability, the HCSO can strengthen its relationship with the community and build trust. Alternatives:The Sheriff and Board of Commissioners agreed body-worn cameras are needed and should be purchased. 010526 a Pg. 241 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 191 Recommended Solution: The Board of Commissioners approved a budget amendment in August 2024 authorizing the Sheriff to utilize asset forfeiture funds for the purchase and installation of body-worn cameras for 67 law enforcement officers, with three spare units. operating Impact:Asset forfeiture funds were used for the first year (2024) of the contract. The Sheriff intends to use asset forfeiture funds for the second year (2025) as well. County funding will be used for years 3 through 5 (2026-2028) on the contract. The annual contract cost is $101,387.98. Current Stage of Project: The body-worn cameras have been delivered. Training and installation are scheduled for January 2025, with project completion expected in early February 2025. Cameras are utilized in the field by patrol officers. Currently there will be additional cameras added to the organization for the Detention Center in November 2025. Both cameras projects have contract includes device replacement and unfit after 5 years. Detention Cameras will be funded through 217 account for first year and 1104390 operating fund in remaining 4 years. This project has been completed and program implemented. The program was implimented in February 2025. 010526 a Pg. 242 PublIc saFety192 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Software & Implementation 506,940 101,388 101,388 101,388 101,388 101,388 ----506,940 Total Project Cost 506,940 101,388 101,388 101,388 101,388 101,388 ----506,940 Funding Source Asset Forfeiture Funds 202,776 101,388 101,388 -------202,776 General Fund Fund Balance 304,164 --101,388 101,388 101,388 ----304,164 Total Funding Source 506,940 101,388 101,388 101,388 101,388 101,388 ----506,940 operating effect Increased Operating Costs ---101,388 101,388 101,388 ----304,164 Total operating effect ---101,388 101,388 101,388 ----304,164 010526 a Pg. 243 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 193 Project name detention Center Body Scanner System Responsible department Harnett County Sheriff Functional Area Public Safety Project Status Completed – Prior Fiscal Year Project Type Equipment description:Purchase and install a body scanner system at the Harnett County Detention Center, located at 175 Bain St, Lillington. Project Justification:The purchase of a body scanner is a critical step towards improving the security infrastructure at the Harnett County Detention Center. Traditional methods of contraband detection, such as manual searches and metal detectors, have limitations in detecting concealed items within the body. The body scanner offers a non-invasive, highly accurate means of identifying concealed contraband, including drugs, weapons, and other prohibited items, thereby reducing security threats. The safety and well-being of the staff and inmates are our main concerns. By reducing the likelihood of contraband entering the facility, we will significantly decrease the potential for violent incidents, overdoses, and disputes among inmates. The body scanner will contribute to creating a safer and more secure environment for everyone at the detention center. Manual searches and pat-downs are resource-intensive and time-consuming. With the installation of a body scanner, we can streamline our intake and security procedures, reducing the workload on staff and expediting inmate processing. This operational efficiency will lead to cost savings and enhance overall facility management. Investing in advanced security technology demonstrates our commitment to maintaining a secure and well-managed detention center. This not only reassures the public but also fosters trust and confidence in our institution, which can have positive implications for community relations. Recommended Solution:Using funds from the Office of State and Budget Management, purchase and install a body scanner system. Current Stage of Project:The Body Scanner project was completed in June 2025. 010526 a Pg. 244 PublIc saFety194 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Furnishings & Equipment 166,000 160,300 - - - - - - - - 160,300 Total Project Cost 166,000 160,300 - - - - - - - - 160,300 Funding Source Grants, Gifts, Etc. 166,000 160,300 - - - - - - - - 160,300 Total Funding Source 166,000 160,300 - - - - - - - - 160,300 010526 a Pg. 245 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 195 Project name detention Body-Worn Camera System Responsible department Harnett County Sheriff Functional Area Public Safety Project Status New Project Type Equipment description:Purchase and install body-worn camera kiosk of 30 camera units and 1 spare unit. 010526 a Pg. 246 PublIc saFety196 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Justification:The implementation of body-worn cameras is crucial for law enforcement and offers several significant benefits to the Harnett County Sheriff’s Office (HCSO) and the citizens of Harnett County. Body-worn cameras provide an objective record of interactions between officers and the public within a detention center environment, increasing transparency and fostering public trust. This footage can be used to review inmate complaints, ensuring accountability and promoting fair and impartial policing. Body-worn cameras footage provides valuable evidence in criminal investigations, documenting crime scenes, inmate behavior, and witness statements. This strengthens cases in criminal investigations as well as administrative cases regarding grievences and inmate discipline. The presence of body-worn cameras has been shown to reduce both the number of citizen complaints filed against officers and the likelihood of litigation. This saves the county time and resources spent on investigations and legal proceedings. Body-worn camera footage can be used for officer training purposes, providing real-world examples of best practices and areas for improvement. It also provides an additional layer of protection for officers, deterring misconduct and providing evidence in cases of false accusations. By demonstrating a commitment to transparency and accountability, the HCSO can strengthen its relationship with the community and build trust. Alternatives:The Sheriff and Board of Commissioners agreed body-worn cameras are needed and should be purchased. Recommended Solution: The Board of Commissioners approved a budget amendment in October 2025 authorizing the Sheriff to utilize asset forfeiture funds for the purchase and installation of thirty (30) body-worn cameras for the dentention center staff using a kiosk system within the county jail. operating Impact:Asset forfeiture funds were used for the first year (2025) of the contract. The Sheriff intends to use operating funds for the remaining 4 years of the contract (2027-2030). The annual contract cost is $223,121.30. Current Stage of Project: Body-worn cameras are currently in procurement, with installation and training scheduled for December 2025. Project completion is expected in early 2026. Cameras will be used by detention officers, with a contract that includes device replacement after five years or if deemed unfit. 010526 a Pg. 247 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 197 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Furnishings & Equipment --73,445 39,327 39,327 39,327 39,327 ---230,753 Total Project Cost --73,445 39,327 39,327 39,327 39,327 ---230,753 Funding Source Asset Forfeiture Funds --73,445 -------73,445 General Fund Fund Balance ---39,327 39,327 39,327 39,327 ---157,308 Total Funding Source --73,445 39,327 39,327 39,327 39,327 ---230,753 operating effect Increased Operating Costs ---39,327 39,327 39,327 39,327 ---157,308 Total operating effect ---39,327 39,327 39,327 39,327 ---157,308 010526 a Pg. 248 PublIc saFety198 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name detention Center Housing Unit Addition Responsible department Harnett County Sheriff Functional Area Public Safety Project Status Future Project Type Facilities description:Construct a 55-bed, 8,750-square-foot addition and recreation yard at the Harnett County Detention Center, located at 175 Bain St, Lillington, to continue to receive revenue from housing non-local inmates for other entities. Project Justification:The county’s detention center opened in 2009. The detention center’s core facilities and the building site were master planned to add three housing units in the future. For the last two years, the Harnett County Sheriff’s Office has submitted as a capital project the construction of one of the housing units. The stated intent of building the housing unit now is to provide secure detention for non-county inmates, such as federal and state prisoners, for which the county receives reimbursement at daily rates of $45 per day for state inmates and $60 for federal. The local jail population is increasing and, it is projected that by FY 2030 the county will no longer have capacity for non-county inmates. In the meantime, this funding source will decline each year as non-county inmates are displaced by local inmates. Because this funding source generates substantial revenue for the county--between $429,443 in FY 2016 and $1,205,967 in FY 2013--the Sheriff’s Office has proposed that building the housing unit will help ensure the county continues to receive this revenue. The Sheriff’s Office has also been encouraged by the US Marshal to house federal inmates. The revenue on the existing jail will decline as the county’s local inmates displace beds currently used for outside inmates. This revenue loss is inevitable. Whether the county builds an additional housing unit is a self-contained decision and has no effect on this revenue loss. The question is whether the new housing unit will generate sufficient revenue to pay the operating and capital costs of the new unit. 010526 a Pg. 249 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 199 Alternatives:• Do nothing. If nothing is done, the county will need to begin planning a new jail to open in the early 2030s. In the meantime, the county will avoid the operating cost of the new pod, but will not have revenue to offset the capital cost of the pod in 11+ years. • Five scenarios were developed and based on assumptions about the mix of outside inmates and the occupancy rate of the housing unit. The occupancy rate means of the number of beds available to house outside inmates, what percentage of them are actually used. In the past six years, the occupancy rate has been as low as 33% and as high as 95%. Often these rates are tied to federal policy and the relationship the county has with the US Marshal’s Office. During the Obama administration, the occupancy rates were lower than during the Trump administration. With a presidential election occurring in 2020, federal policy could change again, and in fact, could change two more times before the projected revenue is collected. Likewise, the current US Marshal, who has ties to Harnett County, could be replaced with someone with less interest in housing federal inmates here. If the housing unit is constructed, the county will lose (meaning spend more than the revenue generated) between $2.3 million and $7.2 million during the 10 year period, depending on the assumptions made. In the scenario supported by the Sheriff’s Office, the county would spend $3.6 million more than it takes in. • An argument can be made that if revenue covers operating cost, any excess can help offset the capital expense for a housing unit it will need in the future. In two of the scenarios, the housing unit would not cover the operating costs. In the scenario supported by the Sheriff’s Office, the county would generate $594,297 to cover debt service of $4.2M. Recommended Solution:The county is not in the financial position to build a housing unit that will not be needed for more than 10 years. This would tie up debt capacity that is needed for schools and other county needs. The federal government will not give any guarantees about its usage of the housing unit, leaving the county to assume the financial risk for debt and fixed operating costs. Simply, the risk far outweighs the reward. Current Stage of Project:There has been no change in this future project. 010526 a Pg. 250 PublIc saFety200 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name detention Center Surveillance Cameras & digital Storage - Upgrade Responsible department Harnett County Sheriff Functional Area Public Safety Project Status New Project Type Equipment description:Upgrade the video surveillance cameras and digital storage at the Harnett County Detention Center, located at 175 Bain St, Lillington. Project Justification:The current video surveillance system at the Detention Center is limited in its ability to retain recorded footage, with a maximum storage capacity of 12 days. This short retention period poses operational challenges, particularly when incidents require review beyond this timeframe. Additionally, the existing camera layout leaves certain areas inadequately covered, creating blind spots that reduce the effectiveness of the surveillance system. To enhance security and operational oversight, the system requires upgrades to extend video storage capacity to a minimum of 30 days and to reposition or add cameras to improve coverage. Alternatives:• Upgrade the current system. This approach involves leveraging the existing infrastructure by upgrading storage capacity and strategically relocating or adding cameras. This option is more cost-effective and minimizes disruption to current operations. • Replace the entire camera and digital video recorder (DVR) system which would resolve the storage and coverage issues, but it would involve significant capital investment and potential downtime during installation. • Do nothing. Failure to replace the system could result in the video system no longer operating. The system is required by state law and protects the county by providing video in investigating inmate complaints, etc. Recommended Solution: Contract with the current vendor who supplies and supports the existing video surveillance system. This vendor is familiar with the system’s configuration and can efficiently implement the necessary upgrades to extend storage capacity and improve camera coverage. This solution ensures continuity, cost savings, and enhanced operational effectiveness. Current Stage of Project: The Detention Center Surveillance Camera and Digital Storage Upgrade Project is currently in the design phase. The existing contracted vendor, Cornerstone, has provided a quote outlining the proposed cost and scope of work. Planning efforts are underway to coordinate the implementation of the additional equipment. 010526 a Pg. 251 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 201 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Furnishings & Equipment --389,352 -------389,352 Total Project Cost --389,352 -------389,352 Funding Source Interest --389,352 -------389,352 Total Funding Source --389,352 -------389,352 010526 a Pg. 252 PublIc saFety202 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name evidence Storage & Crime Scene Processing Bay Responsible department Harnett County Sheriff Functional Area Public Safety Project Status Future Project Type Facilities description:Construct a new 1,800-square-foot building at 175 Bain Street, Lillington, to relocate the crime scene processing bay and give the Sheriff’s Office additional evidence storage space. Project Justification:The amount of evidence the Sheriff’s Office is required to store is constantly increasing. The existing evidence room has reached capacity. The existing crime scene bay/vehicle processing garage is located next to the evidence storage room. By relocating the crime scene processing bay, the Sheriff’s Office could expand the existing evidence storage room into the processing bay. Additional shelving and an access door would also be needed in the evidence storage room A new building housing the crime scene bay would be constructed in a secure area behind the Detention Center. Alternatives:• Do nothing. If nothing is done, the evidence room will not be able to house all the evidence that is required to be stored. • Find offsite, less secure storage for evidence. • Construct a new building in a secure location and relocate the crime scene processing bay. Expand the existing evidence room in the former processing bay. Recommended Solution:Construct a separate building for crime scene vehicle processing and expand the existing evidence storage area into the area currently used for vehicle processing. This is recommended as a future project since a site location needs to be identified and no cost estimate for site work was obtained. Current Stage of Project:The Evidence Storage and Crime Scene Processing Bay Project remains in the planning phase. To date, no design work has been initiated for the building or supporting infrastructure. Progress has been delayed due to concerns regarding the proposed location of the facility, which must be resolved before further development can proceed. 010526 a Pg. 253 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 203 Project name Generator Purchase and Installation Responsible department Harnett County Sheriff Functional Area Public Safety Project Status Approved-No Contracts Project Type Equipment description:Purchase and install a 1,000 KW generator at the Harnett County Sheriff’s Office and Detention Center, located at 175 Bain St, Lillington to provide sufficient backup power to run the building systems, including HVAC. Project Justification:The existing 400 KW generator runs only the 911 Center fully. It operates life and safety equipment in the Sheriff’s Office and Detention Center, but does not run the heating and air conditioning systems. When the Detention Center loses power, humidity levels rise in the housing units, sometimes to the point where the fire alarm is activated. After power is restored, it may take several hours to reduce humidity levels. Even if power is off only for a short time, the HVAC systems returns to default systems and maintenance staff has to reset them. The state requires the jail to have a plan for moving inmates to other facilities if the power loss is for a sustained period of time and temperatures dip below 68 degrees in the winter and rise above 85 degrees in the summer. To date, no inmates have been moved for this issue. Alternatives:• Do nothing. If nothing is done, the Detention Center will continue to see problems with the HVAC system not running during periods power is off. Humidity levels and the reset of the HVAC system to default controls will continue to present operational challenges. • Purchase a larger, 1,000 KW generator to run all systems in the Detention Center, Sheriff’s Office, and 911 Center. The Sheriff’s Office has obtained a quote for purchase and installation of the generator, at a cost of $385,960. • Purchase a second, smaller generator. Purchasing a second generator to run the HVAC system would resolve the issue. A second generator would be much less costly and likely less to install. A second generator would also provide redundancy in case one of the generator fails. The only down side would be that maintaining a second generator would be slightly more costly, estimated at around $550 per year. Recommended Solution:The Manager recommends evaluating the purchase of the second generator before moving ahead with this project. operating Impact:The Sheriff’s Office is relying on a 10-year-old generator, which still does not supply back up power for the entire facility. The present generator does not provide back-up to the Sheriff’s offices, only emergency lighting. The 911 Center is fully on the generator for back-up power. 010526 a Pg. 254 PublIc saFety204 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Current Stage of Project:As of October 2025, the Sheriff’s Office Generator Purchase and Installation Project has advanced from the design phase into the procurement phase. A feasibility study, completed by Dewberry Engineers on September 26, 2022, laid the groundwork for the project. Harnett County secured $2.7 million in state funding to support the initiative, which was initially slated to begin in FY 2024. Following the study, Dewberry Engineers submitted a design fee proposal to help define the final scope and budget. The County has since solicited bids for project management services and selected Dewberry to oversee the generator installation. Internal processes are now in progress to finalize contracts and move forward with project implementation. 010526 a Pg. 255 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 205 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Architectural Design & Construction Administration 187,649 - 187,649 - - - - - - - 187,649 Contingency 525,305 - 525,305 - - - - - - - 525,305 Furnishings & Equipment 1,987,046 - 1,987,046 - - - - - - - 1,987,046 Total Project Cost 2,700,000 - 2,700,000 - - - - - - - 2,700,000 Funding Source Grants, Gifts, Etc. 2,700,000 - 2,700,000 - - - - - - - 2,700,000 Total Funding Source 2,700,000 - 2,700,000 - - - - - - - 2,700,000 010526 a Pg. 256 PublIc saFety206 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Spout Springs VIPeR Radio Tower Responsible department Harnett County Sheriff Functional Area Public Safety Project Status Approved-No Contracts Project Type Equipment description:Construct a new emergency radio communications tower in the Spout Springs area in partnership with the NC State Highway Patrol (NCSHP). Project Justification:The existing radio tower at 2305 NC 87N, Cameron, is currently located on leased land from a commercial vendor. While the tower itself is in good condition, it has reached its maximum capacity and requires substantial upgrades to accommodate future needs. The annual lease cost for this site is projected to increase by 5% each year, starting at $40,431 in FY 2025. To mitigate these escalating costs and secure long-term control over critical infrastructure, Harnett County will collaborate with NCSHP to identify county-owned land for the construction of a new 380-foot tower equipped with a backup generator. NCSHP will oversee the design and bidding processes for this project, ensuring adherence to industry standards. Alternatives:-Do nothing and continue to lease the tower space from a commercial vendor. -Purchase county land or identify county owned land and construct a 380-foot emergency radio tower. Recommended Solution: Construct a 380-foot radio tower with backup generator on property owned by Harnett County. Current Stage of Project: The Spout Springs VIPER Radio Tower project is currently in the planning phase. As of October 2025, the project has been transitioned to the oversight of the Harnett County Sheriff’s Office. Efforts are currently focused on evaluating potential sites for tower construction. 010526 a Pg. 257 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 207 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Furnishings & Equipment ---------2,070,000 2,070,000 Total Project Cost ---------2,070,000 2,070,000 Funding Source Radio Fund ---------2,070,000 2,070,000 Total Funding Source ---------2,070,000 2,070,000 operating effect Transfer from General Fund ---300,000 300,000 300,000 300,000 300,000 300,000 270,000 2,070,000 Total operating effect ---300,000 300,000 300,000 300,000 300,000 300,000 270,000 2,070,000 010526 a Pg. 258 PublIc saFety208 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Records Software Replacement Responsible department Harnett County Sheriff Functional Area Public Safety Project Status New Project Type Technology description:Replace the records management system (RMS) software, last upgraded in 2020. The system supports the Sheriff’s Records and Jail Management Systems, as well as 911 Communications CAD and Protocols. Project Justification:The Sheriff’s Office has been using the current records management software for over five years. However, the vendor has discontinued support for the Jail Management Module, requiring an upgrade estimated at over $350,000. Additionally, the current system relies on multiple interfaces to connect with other agencies, which limits operational efficiency—particularly in areas supported by the Computer- Aided Dispatch (CAD) system. Alternatives:After evaluating options, the Sheriff’s Office has opted to transition to a new software vendor listed on the State Term Contract, ensuring compliance, cost-effectiveness, and long-term support. Recommended Solution:The recommended course of action is to replace the existing software with a new, fully supported version. The Board of Commissioners has approved a budget amendment allowing the Sheriff’s Office to utilize funds from the Asset Forfeiture Fund, PSAP Fund, and the Sheriff’s Capital Reserve Fund to finance the replacement. The project is scheduled for implementation in FY 2026. The 911 Board supports the use of PSAP funds for CAD software upgrades or replacements on a five-year cycle. operating Impact:Following implementation, the Sheriff’s Office anticipates a reduction in operating costs beginning in the second year, due to improved system efficiency and reduced maintenance expenses. Current Stage of Project:The project has has been approved and is currently in the procurement phase. The targeted go-live date is March 1, 2026. 010526 a Pg. 259 PublIc saFetyHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 209 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Software & Implementation 857,654 486,020 371,634 - - - - - - - 857,654 Total Project Cost 857,654 486,020 371,634 - - - - - - - 857,654 Funding Source 911 Funds 486,020 486,020 - - - - - - - - 486,020 Asset Forfeiture Funds 230,000 - 230,000 - - - - - - - 230,000 Sheriff’s Capital Reserves 141,634 - 141,634 - - - - - - - 141,634 Total Funding Source 857,654 486,020 371,634 - - - - - - - 857,654 operating effect Decreased Costs - - - (117,097) (120,610) (124,228) (127,955) (131,794) (135,748) (139,820) (897,252) Total operating effect - - - (117,097) (120,610) (124,228) (127,955) (131,794) (135,748) (139,820) (897,252) 010526 a Pg. 260 PublIc saFety210 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 010526 a Pg. 261 Transportation 010526 a Pg. 262 transPortatIon212 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name HARTS Transit Center Addition and Renovation Responsible department Harentt Area Rural Transit System (HARTS) Functional Area Transportation Project Status Future Project Type Facilities description:Construct an addition to and renovate the existing HARTS facility and parking lot at 250 Alexander Drive, Lillington, NC, to support the growing needs of staff and an expanding fleet of transit vehicles. Project Justification:The current HARTS Transit Center facility and parking lot are operating beyond their intended capacity, creating operational inefficiencies, safety concerns, and limiting the ability to meet current and future service demands. The facility and parking lot are located on a 2.0-acre parcel, which is located within the 500-year floodplain. Facility Needs: • The building was originally designed for four administrative staff but now supports seven, with the Transit Manager working from a repurposed conference room. • The passenger waiting area has been converted into a computer lab for mandatory driver training, reducing public access and comfort. • The kitchen/break room is undersized, accommodating only two people at a time. • Drivers no longer have a designated break area and are forced to use their vehicles for rest periods. • Additional office and common space is needed to support new staff, training requirements, and planned service expansions including microtransit, regional connectivity, and non-emergency medical transportation. Parking Lot Needs: • Originally designed for 24 vehicles, the lot now holds 27, with more vehicles expected due to microtransit and deviated fixed-route services. • Newer vehicles are physically larger, requiring more space and safer maneuvering room. • Overflow parking in grassy areas creates safety hazards and operational inefficiencies. • The current vehicle cleaning area lacks proper infrastructure, raising potential environmental concerns despite the use of biodegradable soap and vegetative runoff control. Growth & Future Demand: • Harnett County’s population growth and increasing transportation needs will continue to strain the current facility. • Planned service expansions and participation in CAMPO’s Mobility Management Program will require additional passenger waiting areas and vehicle accommodations. • The facility must be upgraded to meet federal and state training requirements, support operational growth, and ensure safe, efficient, and environmentally responsible transit operations.010526 a Pg. 263 transPortatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 213 Alternatives:• Do Nothing - Continue operating within the existing facility and parking lot. This does not address overcrowding or safety concerns. It limits ability to expand services or meet future demand, and increases strain on staff and reduces operational efficiency. • Construct Within Current Footprint – Make internal modifications to the existing building, such as subdividing rooms to create more workspace. With limited impact, it does not address parking constraints or training space needs. This also reduces functionality of existing spaces (e.g., converting the small conference room further limits its use). • Transit Center Replacement - Construct a new transit center at a different location. This option may require reimbursement to NCDOT for remaining value of the original $500,000 investment, amortized over 40 years from the 2010 Certificate of Occupancy (C.O.)—exact timeline still to be verified. It also requires identification and acquisition of a new site, which may lead to a longer project timeline and potential service disruption during transition. • Satellite Office/Parking Area – Establish a secondary location for staff or vehicle storage. This is not recommended due to increased operational complexity, and higher ongoing costs for staffing, utilities, and security. This option also reduces efficiency and increases travel time between sites. • Expand Parking Area - Expand the existing parking lot and fencing to accommodate more vehicles. This option does not resolve internal space constraints for staff or training. It may require environmental considerations due to runoff and floodplain location. It is still dependent on future funding or opportunities to expand the building footprint. Recommended Solution: HARTS recommends initiating a feasibility study in FY 2027 to assess the viability of expanding and renovating the existing Transit Center. The study, conducted by an architect or engineer, will evaluate site constraints—such as floodplain status, environmental impact, utility access, and space for expansion—and provide a professional recommendation on the most suitable path forward. 010526 a Pg. 264 transPortatIon214 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Feasibility Study ---75,000 ------75,000 Total Project Cost ---75,000 ------75,000 Funding Source Capital Reserves ---75,000 ------75,000 Total Funding Source ---75,000 ------75,000 010526 a Pg. 265 transPortatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 215 Project name HARTS Vehicle Replacement Responsible department Harentt Area Rural Transit System (HARTS) Functional Area Transportation Project Status Approved-No Contracts Project Type Vehicles description:Replace county owned transit vehicles in accordance with North Carolina Department of Transportation (NCDOT)’s guidelines based on maximum mileage and lift mechanism cycles. Project Justification:The Harnett Area Rural Transit System (HARTS) currently operates three 2019 Ford Transit vehicles equipped with ADA lifts. These vehicles, while essential for providing Non-Emergency Medical Transportation (NEMT) services to Medicaid recipients, have surpassed their recommended service life and are experiencing significant maintenance issues. The vehicles have accumulated significant mileage and are experiencing increased maintenance costs, particularly for critical components like engines, transmissions, and suspension systems. The ADA lift systems, while currently maintained, are nearing the end of their operational life and may not meet future compliance standards. As demand for ADA-compliant transportation continues to grow, HARTS may need to expand its fleet to accommodate increased ridership. The current fleet is essential for emergency response efforts during countywide disasters. A replacement fund will ensure the availability of reliable vehicles for these critical situations. By establishing a dedicated vehicle replacement fund will allow HARTS to prioritize the replacement of vehicles that have exceeded their useful life to maintain service reliability and safety. HARTS can invest in new vehicles equipped with modern ADA lift systems to meet current and future regulations. As demand increases, the department can acquire additional vehicles to accommodate growing ridership and service areas. Also, HARTS will be able to maintain a fleet of reliable vehicles for emergency response and disaster relief efforts. Alternatives:• Do Nothing - Continued operation of aging vehicles will result in higher repair and maintenance expenses. Frequent breakdowns and service interruptions will impact service delivery. Aging ADA lift systems may not meet future compliance standards. Reduced service capacity may lead to decreased ridership and revenue. • Replace Vehicles - New vehicles will reduce breakdowns and ensure consistent service delivery. Modern ADA lift systems will improve accessibility for riders with disabilities. New vehicles may be suitable for future transit initiatives, such as Deviated Fixed Route service. Reduced maintenance costs and increased service efficiency can lead to cost savings. 010526 a Pg. 266 transPortatIon216 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Recommended Solution: Create a vehicle replacement fund and allocate sufficient resources to replace the three 2019 Ford Transit vehicles on an extended replacement schedule. This will ensure the continued provision of essential transportation services to Harnett County residents, particularly those with disabilities and low-income individuals. A capital reserve fund should be established to allocate funds for vehicle replacement on a three-year cycle, starting in Fiscal Year 2026. Replace one vehicle annually in Fiscal Years 2026, 2027, 2028, 2030, 2031, and 2032. Current Stage of Project: In late April 2025, a 2024 Ford Mobility Transit van was successfully acquired. The vehicle is currently pending installation of its camera and radio systems. The program anticipates acquiring a second vehicle by the end of Fiscal Year 2026. 010526 a Pg. 267 transPortatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 217 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Vehicles -121,381 130,339 134,249 -141,821 145,738 149,672 -157,556 980,756 Total Project Cost -121,381 130,339 134,249 -141,821 145,738 149,672 -157,556 980,756 Funding Source HARTS Capital Reserves -121,381 130,339 134,249 -141,821 145,738 149,672 -157,556 980,756 Total Funding Source -121,381 130,339 134,249 -141,821 145,738 149,672 -157,556 980,756 operating effect Increased Operating Costs -2,859 10,851 11,174 11,503 11,839 12,183 12,537 12,921 13,259 99,126 Total operating effect -2,859 10,851 11,174 11,503 11,839 12,183 12,537 12,921 13,259 99,126 010526 a Pg. 268 transPortatIon218 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name HARTS Vehicle Replacement Capital Reserve Fund Responsible department Harentt Area Rural Transit System (HARTS) Functional Area Transportation Project Status Approved-No Contracts Project Type Reserve Fund description:Continue an annual contribution of $125,000 to the Harnett Area Rural Transit System Capital Reserve Fund. Funds will be used to replace county-owned HARTS vehicles. 010526 a Pg. 269 transPortatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 219 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Transfer to HARTS Capital Reserve --120,000 125,000 125,000 125,000 125,000 125,000 125,000 125,000 995,000 Total Project Cost --120,000 125,000 125,000 125,000 125,000 125,000 125,000 125,000 995,000 Funding Source Transfer from General Fund --120,000 125,000 125,000 125,000 125,000 125,000 125,000 125,000 995,000 Total Funding Source --120,000 125,000 125,000 125,000 125,000 125,000 125,000 125,000 995,000 operating effect Transfer from General Fund --120,000 120,000 120,000 120,000 120,000 120,000 120,000 120,000 960,000 Total operating effect --120,000 120,000 120,000 120,000 120,000 120,000 120,000 120,000 960,000 010526 a Pg. 270 transPortatIon220 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Fuel Tank Replacement Responsible department Harnett Regional Jetport (HRJ) Functional Area Transportation Project Status Approved-Contracts Let Project Type Equipment description:Replace existing Avgas and JetA tanks, located at 615 Airport Road, Erwin, NC, to increase fuel capacity and provide a safer working environment for employees. 010526 a Pg. 271 transPortatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 221 Project Justification:There are several safety issues with the current fuel tanks and a need to increase storing capabilities. The Avgas tank cannot bottom load a fuel truck which creates a tremendous liability and hazard for County employees. Due to the age of the Avgas tank, the tank does not have the capability to bottom load a fuel truck like the JetA fuel farm. A hose to bottom load has been installed, but there are still several inadequacies: the Avgas fuel pump does not have adequate pressure to bottom load a truck; it is not equipped with a filter system for bottom loading; and a meter is not present to track the number of gallons pumped out of the tank. These inadequacies require Jetport staff members to climb on top of the Avgas truck to “top load.” There are several hazards that come with this type of refueling trucks: employees are exposed to (leaded) Avgas fumes; employees or objects can fall into the manhole; employees are more susceptible to falling or twisting their ankles while climbing on and off the truck ladder; and splash loading can cause static electricity resulting in sparks and combustion of fuels. The current size of the Avgas tank is 10,000 gallons, with 10% of unusable space. Typically, a transport truck can carry 8500 gallons, which means the Jetport must get down to 500 gallons of Avgas in the tank to receive a truck load of fuel. If too much fuel is in the tank, there is an increased chance of overflowing the tank, which creates an environmental and employee hazard. A 12,000-gallon Avgas tank would be a better fit for the Jetport. In addition to needing a larger capacity Avgas tank, it should be outfitted with a ladder and walking deck so linemen can measure the fuel in the tank. The following issues were discovered by Titan Aviation Fuels when their Quality Assurance Officer completed a site study: 1. Avgas truck continues to being top loaded. This is a safety hazard due to static electricity discharge, an employee (or other objects) falling into the manhole during fueling, fumes being inhaled by employees, and climbing on/off the top of the fuel truck is a safety hazard (due to the ladder, and the cumbersome hose). 2. Neither tank nor old Avgas truck is equipped with the required skully system. NFPA 407. 3. The loading rack shall be equipped with an automatic shutdown system that stops the tank loading operation when the fuel servicing vehicle tank is full. 4. All fuel servicing tank vehicle primary shutdown systems shall be compatible with the system utilized at the loading rack. 5. The automatic secondary shutoff control shall not be used for normal filling control. 6. The JetA fuel farm storage tanks do not appear to be equipped with a “fire valve (outlet valve)” that is a fusible device that causes the valve to close automatically in case of fire in accordance. Recommend installation to be in compliance with NFPA 30/407. 7. System is not equipped with any type of vapor recovery system. 8. Overpressure/Vacuum Protection. Tanks and equipment shall have independent venting for overpressure or vacuum conditions that could occur from malfunction of the vapor recovery or vapor processing system. 9. The emergency shutdown switch for the JetA farm is currently wired from the building to the deadman control. The offload switch is wired directly to the pump with NO Deadman. Need to hire a 3rd party maintenance company to correct. This is a high priority item due to safety hazard. 10. Neither the JetA tank nor Avgas tank are equipped with a high-level shutoff. This prevents overflow of the fuel being pumped into the tanks. 11. The quarterly water defense checks need to be performed and properly records on quarterly form 12. There is a strong possibility that transport exhaust gases can come into contact with product vapor gases when receiving Avgas during offload at the current location of the transport pump. Safety hazard. (Reason to move location of Avgas tank away from buildings). 13. The off-loading point for the JetA tank needs to have a spring-loaded valve. Current valve has had the spring removed. (Example: someone could push the end of a broom stick through the pipe to open the valve causing a loss of 12,000 gallons of JetA). Environmental hazard. 010526 a Pg. 272 transPortatIon222 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Alternatives:• Do nothing. As the airport continues to grow, the Jetport will sell more fuel. The current refueling process increases the chances of an employee getting injured on the job. • Repair the tanks. This will minimize the environmental risks but does not minimize the hazards of on-the-job injuries with the Avgas tank not having the capability of bottom loading a truck. Four years ago, the pump was assessed by Campbell Oil and determined that the pump and style of the tank would not allow bottom loading. Tank replacement was the only solution. • Remove old tanks and find a new, remote location to install a new 12,000 Avgas tank and a new 12,000-gallon JetA tank. Recommended Solution:Once the Jetport Master Plan is complete and fuel tank recommendations have been made, move forward with this project when a funding source has been identified. Relation to other Projects: This project is related to the Airport Master Plan and Airport Layout Plan update and implementation. Current Stage of Project:The Fuel Farm project is currently pending the release of federal funds to begin construction. Originally scheduled for completion by December 2025, the project timeline has been extended, with completion now anticipated by December 2026. The construction contract was awarded to Browe Construction, with final costs totaling $1,885,890—significantly higher than initial estimates. To address the funding gap, Non-Primary Entitlement (NPE) funds will be used once they become available in calendar year 2026. In the interim, HRJ will utilize grant funding from other projects to initiate construction. These funds will be reimbursed through NPE allocations administered by the North Carolina Department of Aviation (NCDOA). 010526 a Pg. 273 transPortatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 223 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Engineering 126,149 114,640 10,509 - - - - - - - 125,149 Construction 1,171,490 - 1,885,890 - - - - - - 1,885,890 Contingency 418,675 - - - - - - - - - - Total Project Cost 1,716,314 114,640 10,509 1,885,890 - - - - - - 2,011,039 Funding Source Grants, Gifts, Etc. 1,216,314 - - 1,885,890 - - - - - - 1,885,890 Capital Reserves 500,000 114,640 10,509 - - - - - - - 125,149 Total Funding Source 1,716,314 114,640 10,509 1,885,890 - - - - - - 2,011,039 operating effect Increased Operating Costs - - - 7,500 7,665 7,835 8,010 8,190 8,376 8,567 56,143 Total operating effect - - - 7,500 7,665 7,835 8,010 8,190 8,376 8,567 56,143 010526 a Pg. 274 transPortatIon224 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Hangar development Responsible department Harnett Regional Jetport (HRJ) Functional Area Transportation Project Status New Project Type Facilities description:Construct three-unit corporate box hangars, located at 615 Airport Road, Erwin, NC, to provide adequate space to store larger aircraft used by many businesses. Project Justification:Currently, HRJ owns one out of the seven enclosed hangars located at the jetport. Annual ground leases for privately owned hangars generate less than $7,500. Additionally, like the other 61 general aviation airports across the state, Harnett Regional Jetport has a serious deficiency in usable hangar space at and on the airfield. Demand far outweighs capacity. Consequently, HRJ staff records indicate there is a waiting list of 44 aircraft owners requesting hangar space and weekly space inquiries are the norm. Phase 1 of hangar development will construct three corporate box-style 65x60 square-foot hangars and the required apron access infrastructure to allow aircraft to gain access to the apron air operations area. Leasing the three hangars at $40 per square-foot could reasonably generate $4,680+ per month or $56,160 per year, dependent upon the negotiated lease price. In addition, property taxes for aircraft stored within each hangar could add $5,000+ per year, dependent upon the aircrafts’ type, age, and condition. Alternatives:• Do nothing. By not constructing hangars, the county will lose revenue generated by lease payments, aeronautical revenue and other related economic activities including the direct, indirect and induced economic impacts associated with additional aircraft at HRJ. • Construct a three-unit hangar to address the increasing demands in storage space while generating revenue for the jetport and county, as well as the positive economic impact on the surrounding community. •Implement Master Plan recommendations. Recommended Solution:Move forward with this project once the Master Plan is complete. Current Stage of Project:The HRJ Hangar Development Project is actively progressing. Land clearing on the property across Airport Road is currently being carried out by Martin Edwards and Associates. As of October 21, 2025, the design phase for the Corporate Area Development is approximately 75% complete. While the project is not currently supported by grant funding, the County has allocated $4.2 million in capital reserve funds to ensure continued progress should external funding not become available. The planned corporate area will accommodate up to eight hangars, which will be available for lease to individuals and companies interested in constructing their own facilities. 010526 a Pg. 275 transPortatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 225 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Design, Engineering & Construction Administration 551,728 - 551,728 - - - - - - - 551,728 Construction 4,598,272 - - 4,598,272 - - - - - - 4,598,272 Contingency 450,000 - - 450,000 - - - - - - 450,000 Total Project Cost 5,600,000 - 551,728 5,048,272 - - - - - - 5,600,000 Funding Source Capital Reserves 4,200,334 - - 4,200,334 - - - - - - 4,200,334 Transfer from Capital Project 847,938 - - 847,938 - - - - - - 847,938 Grants, Gifts, Etc. 551,728 - 551,728 - - - - - - - 551,728 Total Funding Source 5,600,000 - 551,728 5,048,272 - - - - - - 5,600,000 operating effect Increased Revenue - - - 928 956 985 1,014 1,045 1,076 1,108 7,112 Total operating effect - - - 928 956 985 1,014 1,045 1,076 1,108 7,112 010526 a Pg. 276 transPortatIon226 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Harnett Regional Jetport master Plan Update Responsible department Harnett Regional Jetport (HRJ) Functional Area Transportation Project Status Completed – Prior Fiscal Year Project Type Study description:Update the HRJ master plan that gives decision makers a roadmap for future growth and capital improvements planning and maintains the county’s eligibility for grant funds. Project Justification:The last master plan update was in 2005. A master plan update produces a terminal area forecast and an updated ALP. The FAA accepts a master plan update but approves the forecast and ALP. Part of the master plan update is production of an up-to-date Airport Layout Plan (ALP). An FAA-approved ALP is required for receiving Airport Improvement Program grant funds and is necessary to be included in the National Plan of Integrated Airport Systems (NPIAS). The FAA uses NPIAS listing as their mechanism to set priorities throughout the country for general aviation (GA) airports. Harnett Regional Jetport is currently included in the NPIAS and regularly receives grant funding for airport projects. An ALP shows boundaries, proposed additions, existing facilities, and other improvements since the plan was last updated. Funds earmarked for terminal construction are set to expire in the upcoming fiscal years and won’t be able to be spent on terminal construction because NC DOT has delayed funding. These funds are available to fund the master plan update. Several entities have expressed interest in developing outside the existing ALP, and a revised master plan and its updated ALP would guide decisions for future development. Alternatives:Do nothing. If nothing is done, the county will fail to plan for future growth and will lose grant eligibility. Recommended Solution:Update the HRJ master plan using expiring FAA Non-Primary Entitlement funds with a 10% county match requirement. Current Stage of Project:HRJ submitted the updated Airport Layout Plan (ALP) and Master Plan to the FAA, which received approval on December 3, 2024. The project is complete. 010526 a Pg. 277 transPortatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 227 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Other Contracted Services 414,357 413,454 - - - - - - - - 413,454 Total Project Cost 414,357 413,454 - - - - - - - - 413,454 Funding Source Airport Capital Reserves 41,436 41,436 - - - - - - - - 41,436 Grants, Gifts, Etc. 372,921 372,018 - - - - - - - - 372,018 Total Funding Source 414,357 413,454 - - - - - - - - 413,454 010526 a Pg. 278 transPortatIon228 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name new Terminal Construction Responsible department Harnett Regional Jetport (HRJ) Functional Area Transportation Project Status Completed – Prior Fiscal Year Project Type Facilities description:Construct a 6,969-square-foot airport terminal at HRJ, located at 615 Airport Road, Erwin, to create a “Gateway to Harnett,” improve jetport services, and provide office space for Economic Development. Project Justification:Built in 1981, the existing 2,200-square-foot terminal is outdated and its waiting area, meeting facilities and pilot spaces are inadequate. Office space for airport staff is also lacking. The terminal’s antiquated design does not portray the county and its economic development efforts in the best light. A 2018 ITRE research study showed the airport has a $176.5 million annual economic impact. Because of its demonstrated connection and potential impact, co-location of the county’s Economic Development offices is desired. Alternatives:• Do nothing. If nothing is done, the jetport’s terminal will continue to be outdated and undersized. The limited spaces for meetings, waiting, and pilots makes it less desirable for flights and for use as a meeting space. • Construct a new 6,969-square-foot terminal. The lower level would house two conference rooms, additional office space for airport staff, a pilot lounge with shower area, a larger waiting lounge, and office space for Economic Development. The upper floor, accessible without entering the lower level, would house another meeting space and observation platform, which should be an attractive meeting space for economic development and other needs. A temporary terminal will also be needed during construction, so that the old one can be demolished to make way for the new one. The project would consist of these improvements, along with necessary infrastructure and site improvements. No additional land is needed, as everything would be built on property currently owned by Harnett County. Recommended Solution:Using State Capital Infrastructure Funds (SCIF), construct a new airport terminal. operating Impact:There is no impact to the operating budget. Current Stage of Project:Construction of the new HRJ terminal was completed on June 1, 2024. The County is currently coordinating with Parrish and Partners to install updated signage at the intersection of Airport Road and Highway 421. Final project payments will be processed once the signage installation is complete. Due to increased costs associated with the proposed terminal signage, discussions are ongoing to evaluate the feasibility of proceeding with a new sign. This project is complete. 010526 a Pg. 279 transPortatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 229 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Construction 5,498,254 5,392,603 - - - - - - - - 5,392,603 Engineering - 1,500,675 - - - - - - - - 1,500,675 Other Contracted Services 892,896 109,258 - - - - - - - - 109,258 Furnishings & Equipment - 241,885 - - - - - - - - 241,885 Total Project Cost 6,391,150 7,244,421 - - - - - - - - 7,244,421 Funding Source Airport Capital Reserves - 184,525 - - - - - - - - 184,525 Grants, Gifts, Etc. 6,000,000 6,500,069 - - - - - - - - 6,500,069 Interest 391,150 559,827 - - - - - - - - 559,827 Total Funding Source 6,391,150 7,244,421 - - - - - - - - 7,244,421 010526 a Pg. 280 transPortatIon230 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name Runway extension Responsible department Harnett Regional Jetport (HRJ) Functional Area Transportation Project Status Approved-No Contracts Project Type Facilities description:Construct a 500-foot extension of the HRJ runway, located at 615 Airport Road, Erwin, to provide adequate space to meet the demands of the growing aviation industry in our region. Project Justification:Harnett Regional Jetport recognizes the pressing need to enhance its infrastructure to cater to larger aircraft commonly used by numerous businesses. The current runway length of 5,000 feet is insufficient for accommodating the increasing demand for turbine aircraft operations, as identified during the recent Masterplan Update. Without an extension, the jetport would struggle to support the economic growth and safety requirements of our aviation community. Alternatives:• Do Nothing - Maintaining the status quo by not extending the runway does not address the escalating need to accommodate larger corporate jets and the associated increase in jetport traffic. This alternative fails to meet the requirements of the growing aviation sector in our region. • Extend Runway by 500 Feet - This recommended solution, extending the runway by 500 feet, directly addresses the issues at hand. It not only allows HRJ to cater to larger corporate jets but also opens up new avenues for economic development and enhances the overall safety of aircraft operations. This alternative aligns with the vision of making HRJ a vital and thriving aviation hub for years to come. Recommended Solution:The Jetport Advisory Board considers the runway extension project to be the number one priority of the Jetport. The recommended solution is to extend the runway by 500 feet. This extension will not only bring the total runway length to 5,500 feet but also enable HRJ to accommodate larger corporate jets, thereby expanding economic development opportunities in the region. Furthermore, it will contribute to a safer operational environment for aircraft, ensuring that HRJ remains a reliable hub for aviation services. Current Stage of Project:Harnett Regional Jetport (HRJ) has secured a $15.6 million Transportation Reserve Directed Funding Grant to support its planned expansion. Land surveys are complete which will help to identify potential acquisition opportunities southwest of Runway 05. As of October 21, 2025, the County of Harnett is engaged in negotiations with property owner. At this time, the project remains on hold pending successful land acquisition. 010526 a Pg. 281 transPortatIonHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 231 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Design, Engineering & Construction Administration 830,000 239,335 585,665 - - - - - - - 825,000 Construction 13,870,000 - - 13,870,000 - - - - - - 13,870,000 Land 900,000 - 900,000 - - - - - - - 900,000 Other Contracted Services - - 5,000 - - - - - - - 5,000 Total Project Cost 15,600,000 239,335 1,490,665 13,870,000 - - - - - - 15,600,000 Funding Source Grants, Gifts, Etc. 15,600,000 239,335 1,490,665 13,870,000 - - - - - - 15,600,000 Total Funding Source 15,600,000 239,335 1,490,665 13,870,000 - - - - - - 15,600,000 010526 a Pg. 282 transPortatIon232 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 010526 a Pg. 283 Solid Waste 010526 a Pg. 284 solId Waste234 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project name northwest Convenience Center Relocation Responsible department Solid Waste Functional Area Solid Waste Project Status Approved-Contracts Let Project Type Facilities description:Relocate the Northwest Convenience Center to 1971 Oakridge River Road, Fuquay-Varina to provide a larger and safer site to serve the growing population in this area. Project Justification:The existing solid waste convenience center, located at 1260 Cokesbury Road, Fuquay-Varina, is outdated and no longer safely accommodates the needs of residents in this area of the county. The site averages 738 per visitors per week. The county leases the one-acre site for $2,500 per year, but only a small fraction of the property is useable, so expansion is not feasible. The small size and inefficient configuration make it inadequate. Newer convenience centers have a more efficient design that offer more waste disposal options and better traffic flow through the site. The Cokesbury Road site is not large enough to segregate pedestrians from vehicles, and traffic backs up onto Cokesbury Road during peak usage, both of which are safety concerns. The site is also located on a narrow secondary road and the entrance and exit are located in a curve, another concern for traffic safety. Last year the county purchased property on Oakridge River Road, Fuquay-Varina to re-locate this convenience center. This 2.5-acre area reserved for the convenience site provides ample room to provide an expanded center that is safer and configured for better traffic flow within the site. It would also offer additional options for waste disposal, such as used oil, oil filters, scrap tires, white goods, and scrap metal. Last year, the county obtained a conditional use permit to build a convenience center on the Oakridge River Road property. Alternatives:• Do nothing. If nothing is done, the circulation within the site, its small size, and its location on Cokesbury Road will continue to create safety concerns for the center’s users. • Utilizing the property the county purchased last year, construct a new convenience center that allows for better circulation within the site and safer entrance into and exit from the site. This option also results in savings from no longer having to lease the Cokesbury Road site. Recommended Solution:The recommendation is to construct a new site on the county owned property at 1979 Oakridge River Rd, Fuquay-Varina, which is better suited to accept the number of vehicles and citizens that utilize the convenience site in this area. This site will provide an ample amount of space to receive trash and recycling in a more user friendly, more accommodating, and safer manner for the Northwest area. Although the need for relocation is prevalent, we are recommending a phased approach to construction starting in FY2022. Phase 1 of 2 would utilize the upper half of the property and would include installation of road and staging area for receiving trash and recycling. Harnett County Solid Waste Department will utilize staff and equipment to complete the majority of Phase 1. 010526 a Pg. 285 solId WasteHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 235 operating Impact:The largest impact will be to general operations by utilizing current landfill staff. Duties and tasks need to be reviewed to make sure everything is covered for general operations at the landfill while workers and equipment are reassigned to this project. By doing a phased approach, this will not impact our budget with an initial costly effect to expenditures, and expenses can be dispersed over the next two years, while providing a more than adequate space and continued services for waste disposal for our citizens in the area. Current Stage of Project:The Northwest Convenience Center Relocation project is actively underway. All necessary permits have been obtained, and the procurement process has been completed with a contract awarded. Site clearing is in progress, with project completion estimated by May 2026. 010526 a Pg. 286 236 Harnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 Project Cost Budget Prior to FY 2026 Current Year: 2026 Year 1: FY 2027 Year 2: FY 2028 Year 3: FY 2029 Year 4: FY 2030 Year 5: FY 2031 Year 6: FY 2032 Year 7: FY 2033 Total Construction 1,675,000 - 1,675,000 - - - - - - - 1,675,000 Furnishings & Equipment 59,000 - 59,000 - - - - - - - 59,000 Design, Engineering & Construction Administration 194,318 149,844 44,474 - - - - - - - 194,318 Contingency 197,463 - 197,463 - - - - - - - 197,463 Permits & Connection Fees 2,500 1,750 750 - - - - - - - 2,500 Total Project Cost 2,128,281 151,594 1,976,687 - - - - - - - 2,128,281 Funding Source Solid Waste Capital Reserves 1,855,818 151,594 1,704,224 - - - - - - - 1,855,818 Interest 272,463 - 272,463 - - - - - - - 272,463 Total Funding Source 2,128,281 151,594 1,976,687 - - - - - - - 2,128,281 operating effect Decreased Costs - - - (2,500) (2,500) (2,500) (2,500) (2,500) (2,500) 2,500 (12,500) Total operating effect - - - (2,500) (2,500) (2,500) (2,500) (2,500) (2,500) 2,500 (12,500) 010526 a Pg. 287 solId WasteHarnett County, North Carolina | Recommended Capital Improvements Program 2027-2033 237 010526 a Pg. 288 harnett.org 010526 a Pg. 289 \\lecfile\department\Admin\Clerk to the Board docs\AGENDAS\2026\010526\7B.1 agendaform2026_ShinerParkDesignContract_Benesch.docx Page 1 of 1 Board Meeting Agenda Item MEETING DATE: January 5, 2026 TO: HARNETT COUNTY BOARD OF COMMISSIONERS SUBJECT: Cape Fear Shiner Park, Phase 2 Design & Engineering Contract REQUESTED BY: Carl Davis, Parks and Recreation Director REQUEST: Staff requests approval of a contract with Benesch for professional services including design, engineering, and construction drawings for Cape Fear Shiner Park, Phase 2. Benesch was ranked in the top two of six firms and was selected following interviews with the top two firms. Benesch was determined by the selection committee to be the most qualified firm to design and prepare construction documentation for the park project that will include restrooms, playground, picnic shelter, and other amenities requested through public input. Professional Services contract is $175,650. FINANCE OFFICER’S RECOMMENDATION: COUNTY MANAGER’S RECOMMENDATION: Item 7B 010526 a Pg. 290 CONSULTING SERVICES AGREEMENT Client: Harnett County Project Name: (“Project”) Harnett County - Cape Fear Shiner Park Address: 455 McKinney Pkwy P.O. Box 759 Lillington, NC 27546 Project Location: 350 Alexander Dr. Lillington, NC 27546 Telephone: 910-893-7518 Client Contact: Carl Davis Consultant PM: Joe Pung Client Job No.: _________ Consultant Job No.: 1726-500021.00 This agreement (“Agreement”) is made by and between Harnett County (“Client”) and Alfred Benesch & Company (“Consultant”) (singularly, each may be referred to as “Party,” and collectively, as “Parties”) on effective date (“Effective Date”), for certain professional consulting services requested by Client in connection with the Project as specified herein. Consultant agrees to provide Client with the services (“Services”) more specifically described as follows (or shown in Attachment A): Services Description The General Terms and Conditions and the following Attachments are hereby made a part of this Agreement: Attachment A: Scope of Services and Fee Estimate By signing this Agreement, Client acknowledges that it has read and fully understands this Agreement and all Attachments thereto. Client further agrees to pay Consultant for the Services in accordance with the Method of Payment selected below: X By Lump Sum using a percent completed basis: $175,650.00. IN WITNESS WHEREOF, the Parties hereto have made and executed this Agreement as of the Effective Date: Harnett County BY: ________________________________________ AUTHORIZED REPRESENTATIVE PRINT NAME: _________________________________ TITLE: _______________________________________ Alfred Benesch & Company BY: ________________________________________ AUTHORIZED REPRESENTATIVE PRINT NAME: _________________________________ TITLE: _______________________________________ BENESCH OFFICE: Raleigh ADDRESS: 8000 Regency Parkway, Suite 110 Cary, NC 27518 PLEASE SIGN AND RETURN ONE COPY TO ALFRED BENESCH & COMPANY (ADDRESS ABOVE). 010526 a Pg. 291 GENERAL TERMS AND CONDITIONS Std Client Consulting Services Agreement July 2025 SECTION 1 – Services by Consultant 1.1 Scope of Services and Fees The Services to be performed by Consultant and the associated fee are set forth on the signature page or in Attachment A, Scope of Services and Fee Estimate, attached hereto, or, if applicable, by using serially numbered Work Authorizations. The Scope of Services and Fee Estimate is valid for sixty (60) days, after which Consultant reserves the right to revise the Scope of Services and Fee Estimate. It is mutually understood that Consultant’s fee is not a firm contractual amount, except the total fee by Consultant shall not be exceeded unless authorized in writing by Client. The intent of the Scope of Services is to identify the Services to be provided by Consultant; provided, however, it is specifically understood that by written notice to Consultant, Client can decrease or, with concurrence of Consultant, increase the Scope of Services. SECTION 2 – Payments to Consultant 2.1 Method of Payment Payment for the Services and direct expenses shall be based on the Method of Payment identified on the signature page to this Agreement or serially numbered Work Authorizations attached hereto and made a part of this Agreement. 2.2 Payment for Consultant’s Services 2.2.1 Payment Payment for the Services rendered by Consultant shall be based on the hours of chargeable time and in accordance with Consultant's Schedule of Unit Rates, Attachment B, attached hereto. 2.2.2 Chargeable Time Chargeable time for the Services is that portion of time devoted by Consultant’s personnel to provide the Services. Chargeable time for field personnel located away from Consultant's office for more than one week is a minimum of eight (8) hours per day and five (5) days per calendar week, except for Consultant observed legal holidays or during an employee's sick leave or vacation time. Travel time from Consultant's office to an assigned Project site, and return to Consultant's office, is chargeable time; or, if more economical for Client, Consultant shall lodge its personnel overnight near the Project site in lieu of traveling back to Consultant's office at the end of each work day. 2.2.3 Overtime Rates The basis for payment to Consultant for each hour worked in excess of forty (40) hours in any calendar week shall be the applicable hourly rate as specified in the Schedule of Unit Rates. 2.3 Payment for Direct Expenses 2.3.1 Payment For Direct Expenses incurred by Consultant, payment to Consultant by Client shall be in accordance with Consultant's Schedule of Unit Rates. 2.3.2 Direct Expenses For the purposes of this Agreement, Direct Expenses to be contracted and managed by Consultant and payable by Client to Consultant shall include: Outside Services including the services and reimbursable expenses for firms other than Consultant which are necessary for the Services Consultant is to perform; Laboratory Tests and related reports necessary for the Services Consultant is to perform, either by Consultant or by an outside service for Consultant; Special Equipment expenses including the costs of Consultant locating, acquiring, leasing, or renting any equipment or facilities not currently owned, leased, or rented by Consultant at the time of the request for services which are necessary to enable Consultant to provide the Services; vehicles furnished by Consultant for Consultant's authorized travels and for Consultant's field personnel; Per Diem expense or actual costs of maintaining Consultant's field personnel on or near the Project site, for each day of field assignment away from Consultant's office; and Other Direct Expenses associated with all Services provided hereunder and identified in the Schedule of Unit Rates. 2.4 Payment Conditions 2.4.1 Consultant shall submit monthly invoices for all Services rendered and Direct Expenses under this Agreement and a final invoice upon completion of the Services. 2.4.2 Invoices are due and payable upon receipt by Client. Interest at a rate of 1.5% per month, or the maximum allowed by law, will be charged on all past due amounts starting thirty (30) days after the date of invoice. Payments will first be credited to interest and then to principal. 2.4.3 In the event of a disputed or contested invoice, Client must provide written notice to Consultant within ten (10) days of the date of any invoice, otherwise the invoice will be considered to be correct. In the event Client timely submits in writing a dispute on a particular invoice, only that portion so contested will be withheld from payment and Client will pay the undisputed portion. No interest will accrue on any reasonably contested portion of the invoice until mutually resolved. 010526 a Pg. 292 Std Client Consulting Services Agreement July 2025 2.4.4 If Client fails to make payment in full to Consultant of amounts owed pursuant to this Section 2 within forty-five (45) days of the date of the invoice, Consultant may, after giving seven (7) days' written notice to Client, suspend the Services under this Agreement until paid in full, including interest. Consultant shall have no liability to Client for delays or damages caused by such suspension of the Services. Client agrees to pay all costs of collection, including reasonable attorney’s fees, incurred by Consultant as a result of Client’s failure to make payments in accordance with this Agreement. No final plans, documents or reports will be released for any purpose until Consultant has been paid in full. 2.4.5 The hourly rates specified in the Schedule of Unit Rates for subsequent years shall be adjusted annually in accordance with Consultant's costs of doing business, subject to Client's review and concurrence. SECTION 3 - Term of Agreement 3.1 Term The Parties obligations to perform under this Agreement shall extend from the Effective Date set forth on the signature page until terminated by either Party. 3.2 Abandonment of Services Client shall have the absolute right to abandon any Services in Attachment A, or any Work Authorization attached hereto, or to change the general scope of the Services at any time, and such action on its part shall in no event be deemed a breach of contract. 3.3 Termination of Agreement 3.3.1 Termination for Cause Either Party may terminate this Agreement for cause upon written notice to the defaulting Party stating the basis for the termination; provided, however, the defaulting Party shall have seven (7) days to cure the default. The termination will be effective seven (7) days after delivery of the written notice if the basis for the termination has not been cured. In the event of termination by Consultant caused by Client’s default, Client shall pay for all Services performed by Consultant prior to the effective date of the termination, including all Project termination expenses, collection fees, and legal expenses. Consultant shall prepare a progress report, including information as to all the Services performed by Consultant and the status of the Services as of the date of the termination, and provide information and documents developed under the terms of this Agreement to Client upon receipt of final payment. In the event of termination by Client caused by Consultant’s default, Consultant shall prepare a progress report, including information as to all the Services performed by Consultant and the status of the Services as of the date of the termination and provide information and documents developed under the terms of this Agreement to Client. Upon receipt of all other information and documents, Client shall pay Consultant for all Services performed prior to the effective date of the termination. 3.3.2 Termination for Convenience Either Party may, in its sole discretion, terminate this Agreement for convenience at any time. In the event of such termination, the terminating Party will promptly notify and confirm the termination in writing to the other Party. The termination will be effective seven (7) days after delivery of written notice thereof. Upon termination, Consultant shall prepare a progress report, including information as to all the Services performed by Consultant and the status of the Services as of the date of the termination, and provide information and documents developed under the terms of this Agreement to Client upon receipt of final payment from Client. 3.4 Payment for Services Upon Abandonment or Agreement Termination If Client abandons any of the Services in Attachment A or any Work Authorization attached hereto, or terminates this Agreement, Consultant shall be paid on the basis of Services completed to the date of abandonment or effective date of termination. Consultant shall perform no activities other than reasonable wrap-up activities after receipt of notice of abandonment or termination. Payment for the Services completed shall be made in accordance with Section 2. 3.5 Liability for Incomplete Documents Neither Consultant nor its subconsultants shall be responsible for any errors or omissions in documents which are incomplete as the result of an early termination under this Agreement. SECTION 4 - General Considerations 4.1 Assignment and Responsibility for Personnel 4.1.1 The assignment of personnel and all phases of the Services provided by Consultant hereunder shall be subject to the oversight and general guidance of Client. 4.1.2 While upon the premises of Client or property under Client’s control, all employees, agents, and subconsultants of Consultant shall be subject to Client's rules and regulations respecting Client’s property and the conduct of its employees thereon. 4.1.3 Consultant understands and agrees that in the performance of the Services and obligations hereunder, Consultant shall be and remain an independent Consultant and that the employees, agents and subconsultants of Consultant shall not be considered employees of or subject to the direction and control of Client. Consultant shall be responsible 010526 a Pg. 293 Std Client Consulting Services Agreement July 2025 for the supervision and performance of all subconsultants which are to perform hereunder. 4.2 Insurance 4.2.1 Consultant shall furnish Client a certificate of insurance upon request showing amounts and types of insurance carried by Consultant, which certificate shall contain a commitment by Consultant’s insurance provider that during the time any Services are being performed by Consultant under this Agreement it will give Client notice of cancellation or non-renewal of any insurance coverage shown on such certificate in accordance with policy provisions. 4.2.2 Any construction contracts relative to Consultant’s Services shall require Client and Consultant be included as additional insureds on the contractor’s and contractor’s subcontractors’ commercial general liability and commercial automobile liability insurance policies and that the coverage afforded Client and Consultant is primary to any insurance maintained by Client or Consultant and that Client and Consultant’s insurance is non- contributory with any coverage afforded by contractor and subcontractors. Client will also require contractor and all subcontractors to purchase and maintain workers’ compensation and employer’s liability insurance. Consultant will name Client as an additional insured on Consultant’s commercial general liability insurance policy. 4.3 Successors and Assigns 4.3.1 Client and Consultant each binds itself and its partners, successors, executors, administrators, assigns, and legal representatives to the other Party to this Agreement and to the partners, successors, executors, administrators, assigns, and legal representatives of such other Party, in respect to all covenants, agreements, and obligations of this Agreement. 4.3.2 Neither Consultant nor Client shall assign or transfer any rights under or interest in (including, but without limitation, moneys that may become due or moneys that are due) this Agreement without the written consent of the other Party, except as stated in paragraph 4.3.1 and except to the extent that the effect of this limitation may be restricted by law. Unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under this Agreement. Nothing contained in this paragraph shall prevent Consultant from employing such independent consultants, associates, and subconsultants as it may deem appropriate to assist in the performance of the Services hereunder. 4.3.3 Nothing herein shall be construed to give any rights or benefits hereunder to anyone other than Client and Consultant except as otherwise provided herein. 4.4 Compliance with Law 4.4.1 Consultant shall exercise the professional Standard of Care as defined herein to comply with, and shall cause its subconsultants to comply with, applicable and non-conflicting federal, state, and local laws, orders, rules, and regulations in effect at the time the Services are rendered and relating to Consultant’s performance of the Services hereunder. If any discrepancy or inconsistency should be discovered between the specifications established for the Services and any law, order, rule, regulation, ordinance, or decree applicable to the Services, Consultant will immediately report such discrepancy or inconsistency to Client and will conform the Services to any orders or instructions issued by Client. If the Scope of Services requires Consultant to prepare an application for a permit, Consultant does not represent or warrant that said permit or approval will be issued by any governmental body. 4.4.2 Consultant hereby affirms its support of anti-discrimination and that it is an equal opportunity employer and complies with Title VII of the Civil Rights Act of 1964, and the provisions of Section 503 of the Rehabilitation Act of 1973; Section 4212 of the Vietnam Era Veterans Readjustment Act of 1974; 41 CFR Part 60, specifically subparts 60-1.4, 60-250.5, 60-300.5, 60-741.2, and 60-741.5; and other applicable regulations and orders of the Department of Labor relating thereto. All such regulations are incorporated herein by reference and made a part of this Agreement as if set forth in their entirety. Consultant further affirms that it and its subconsultants shall abide by the requirements of 41 CFR 60-1.4(a), 60-300.5(a) and 60-741.5(a). These regulations prohibit discrimination against qualified individuals based on their status as protected veterans or individuals with disabilities and prohibit discrimination against all individuals based on their race, age, height, weight, color, religion, sex, sexual preference/orientation, marital status, citizen status, ancestry, or national origin. Moreover, these regulations require that covered consultants and subconsultants when making decisions regarding employment of qualified individuals and without regard to race, color, religion, sex, national origin, protected veteran status, or disability. Additionally, Consultant affirms it is its policy to treat employees equally with respect to compensation, advancement, promotions, transfers, and all other terms and conditions of employment and that minorities will be afforded full opportunity to submit a proposal and will not be discriminated against on the basis of race, color, or national origin in consideration for an award. Consultant further affirms completion of applicable governmental employer information reports, including 010526 a Pg. 294 Std Client Consulting Services Agreement July 2025 EEO-1 and VETS-100 reports. 4.4.3 Consultant certifies that it agrees to use the E-Verify Program, operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), to verify that all persons it hires during the term of this Agreement are legally present and authorized to work in the United States. Consultant further acknowledges that failure to comply with the laws referenced herein shall constitute a material breach of this Agreement and Client shall have the discretion to unilaterally terminate said Agreement immediately. In the event any Services are sublet, Consultant shall obtain similar certifications from each subconsultant. 4.4.4 Consultant shall maintain a drug-free workplace in accordance with the provisions of the Drug Free Workplace Act of 1988. 4.5 Ownership and Reuse of Documents 4.5.1 All drawings, specifications, test reports, and other materials and work products which have been prepared or furnished by Client prior to this Agreement shall remain Client's property. Consultant shall be permitted to rely on Client furnished documents and Client shall make available to Consultant copies of these materials as necessary for Consultant to perform the Services. 4.5.2 All drawings, specifications, test reports, and other materials and work products, including computer aided drawings, designs, and other data filed on electronic media which will be prepared or furnished by Consultant (and Consultant's independent professional associates and subconsultants) under this Agreement, are instruments of service in respect to the Project. Ownership of the instruments of service shall transfer to Client upon Consultant’s receipt of payment in full for all Services completed under this Agreement. Notwithstanding the foregoing, all Consultant pre- existing materials, including pre-existing details, specifications, software, inventions, copyrights, patents, trade secrets, trademarks and other proprietary rights, including ideas, concepts and knowhow of Consultant that existed before the commencement of the Services and which are included in any instruments of service generated by Consultant under this Agreement (collectively, the “Pre-Existing Materials”), shall remain the property of Consultant. Consultant grants to Client (as an exception to the transfer and assignment provided in this Agreement) a non-exclusive, world-wide, royalty- free right and license to use the Pre-Existing Materials for completion of the Project. 4.5.3 Any instruments of service are not intended or represented to be suitable for reuse by Client or others acting on behalf of Client on extensions of the Project or on any other project. Any reuse without written verification or adaptation by Consultant for the specific purpose intended will be at Client's sole risk and without liability or legal exposure to Consultant or to Consultant's independent professional associates or subconsultants, and Client shall indemnify and hold harmless Consultant and Consultant's independent professional associates and subconsultants from all claims, damages, losses, and expenses, including attorneys' fees, arising out of or resulting therefrom. Any verification or adaptation by Consultant will entitle Consultant to further compensation at rates to be agreed upon by Client and Consultant. 4.5.4 Consultant makes no warranty as to the compatibility of computer data files with computer software and software releases other than that used by Consultant in performing the Services, and to the condition or availability of the computer data after an acceptance period of thirty (30) days from delivery to Client. 4.6 Consultant's Personnel at Project Site 4.6.1 The presence or duties of Consultant personnel at a Project site, whether as onsite representatives or otherwise, do not make Consultant or its personnel in any way responsible for those duties that belong to Client and/or the construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Project documents and any health or safety precautions required by such construction work. Consultant and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the construction contractor or other entity or any other persons at the site except Consultant's own personnel. 4.6.2 To the extent Consultant’s Scope of Services includes construction observation, Consultant shall keep Client reasonably informed about the progress and quality of the portion of the construction work completed, and report to Client (1) known deviations from the Project documents and from the most recent construction schedule submitted by the contractor, and (2) defects and deficiencies observed in the construction work. Consultant neither guarantees the performance of the contractor(s) nor assumes responsibility for contractor(s)' failure to perform their work in accordance with the Project documents. 010526 a Pg. 295 Std Client Consulting Services Agreement July 2025 4.7 Opinions of Costs, Financial Considerations, and Schedules In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the Project, Consultant has no control over the cost of labor, materials, equipment, or services furnished by others, or over the contractor(s)’ methods of determining prices, or over competitive bidding or market conditions. Consultant's opinions of probable Total Project Costs and Construction Costs provided for herein, as appropriate, are made on the basis of Consultant's experience and qualifications and represent Consultant's judgments as an experienced and qualified professional consultant familiar with the construction industry. Consultant makes no warranty, express or implied, that Client's actual Total Project or Construction Costs, financial aspects, economic feasibility, or schedules will not vary from Consultant's opinions, analyses, projections, or estimates. If Client wishes greater assurance as to any element of the Total Project or Construction Costs, feasibility, or schedule, Client will employ an independent cost estimator, contractor, or other appropriate advisor. 4.8 Discovery of Unanticipated Pollutant and Hazardous Substance Risks 4.8.1 If Consultant, while performing the Services, discovers pollutants and/or hazardous substances that pose unanticipated risks, it is hereby agreed that the scope of services, schedule, and the estimated cost of Consultant's Services will be reconsidered and that this Agreement shall immediately become subject to renegotiation or termination. 4.8.2 In the event this Agreement is terminated because of the discovery of pollutants and/or hazardous substances posing unanticipated risks, it is agreed that Consultant shall be paid for its total charges for labor performed and reimbursable charges incurred to the date of termination of this Agreement, including, if necessary, any additional labor or reimbursable charges incurred in demobilizing. 4.8.3 Client also agrees that the discovery of unanticipated pollutants and/or hazardous substances may make it necessary for Consultant to take immediate measures to protect health and safety. Consultant agrees to notify Client as soon as practically possible should unanticipated pollutants and/or hazardous substances be suspected or encountered. Client authorizes Consultant to take measures that, in Consultant's sole judgment, are justified to preserve and protect the health and safety of Consultant's personnel and the public. Client agrees to compensate Consultant for any additional costs for taking such additional precautionary measures to protect employees' and the public's health and safety. This section is not intended to impose upon Consultant any duties or obligations other than those imposed by law. SECTION 5 - Professional Responsibility 5.1 Performance of Services Consultant shall perform the Services consistent with the professional skill and care ordinarily provided by firms practicing in the same or similar locality under the same or similar circumstances (hereinafter the “Standard of Care”). Consultant expressly disclaims all express or implied warranties and guarantees with respect to the performance of the Services, and it is agreed that the quality of the Services shall be judged solely as to whether the Services were performed consistent with the Standard of Care. Consultant owes Client only that level of performance defined in this Section 5.1, and nothing herein shall be construed as creating a fiduciary relationship. If at any time prior to construction Client believes the Services are deficient due to not meeting the Standard of Care, Client must immediately inform Consultant in writing and shall afford Consultant the opportunity to correct such deficiency. If, upon review by Consultant, it is determined there is a deficiency that fails to meet the Standard of Care and it is attributable to Consultant, the deficiency shall be corrected at no additional cost to Client. 5.2 Limitation of Liability Client and Consultant agree to allocate certain of the risks so that, to the fullest extent permitted by law, Consultant's total liability to Client is limited to twice the amount paid under the contract or $350,000, whichever is greater, this being the Client's sole and exclusive remedy for any and all injuries, damages, claims, losses, expenses, or claim expenses (including attorney's fees) arising out of this Agreement from any cause or causes. Such causes include, but are not limited to, Consultant's negligence, errors, omissions, strict liability, breach of contract, or breach of warranty. 5.3 No Special or Consequential Damages Client and Consultant agree that, to the fullest extent permitted by law, neither Party shall be liable to the other Party for any special, indirect, or consequential damages whatsoever, whether caused by either Party’s negligence, errors, omissions, strict liability, breach of contract, breach of warranty, or other cause or causes. 5.4 Indemnification 5.4.1 Professional Liability Consultant shall indemnify and hold harmless Client, its officers, directors, and employees, from and against all judgments, losses, damages, 010526 a Pg. 296 Std Client Consulting Services Agreement July 2025 costs, and expenses (including reasonable attorney’s fees) (hereinafter collectively referred to as “Liabilities”), to the extent caused by any Negligent Acts, Errors, or Omissions by Consultant or any person or organization for whom Consultant is legally liable in the performance of Professional Services under this Agreement. For purposes of this professional liability indemnification obligation, (a) Professional Services in this subsection 5.4.1 shall mean those services performed by a licensed professional employed by Consultant or any person or organization for whom Consultant is legally liable, and (b) Negligent Acts, Errors, or Omissions shall mean any negligent acts, errors, or omissions in the performance of Professional Services by Consultant or any person or organization for whom Consultant is legally liable that causes Liabilities and fails to meet the Standard of Care. 5.4.2 General Liability Consultant shall indemnify, defend, and hold harmless Client, its officers, directors, and employees, from and against all demands, claims, losses, damages, costs, and expenses (including reasonable attorney’s fees), due to bodily injury (including death) or property damage to the extent caused by any negligent acts, errors, or omissions by Consultant or any person or organization for whom Consultant is legally liable. 5.4.3 Limitation of Liability Consultant’s Professional Liability and General Liability indemnification obligations shall be subject to any limitations of liability contained in this Agreement and shall survive any termination of this Agreement. 5.5 No Third Party Beneficiaries Client and Consultant expressly agree that this Agreement does not confer upon any third party any rights as beneficiary to this Agreement. Consultant accepts no responsibility for damages, if any, suffered by any third party as the result of a third party's use of the work product, including reliance, decisions, or any other action taken based upon it. Client agrees that Consultant's Services and work products are for the exclusive present use of Client. Client agrees that Consultant's compliance with any request by Client to address or otherwise release any portion of the work product to a third party shall not modify, rescind, waive, or otherwise alter provisions of this Agreement nor does it create or confer any third party beneficiary rights on any third party. SECTION 6 - Miscellaneous Provisions 6.1 Notices Any notice to either Party herein shall be in writing and shall be served either personally or by registered or certified mail addressed to the signing Party shown on the signature page. 6.2 Joint Preparation For purposes of contract interpretation and for the purpose of resolving any ambiguity in this Agreement, the Parties agree that this Agreement was prepared jointly by them and/or their respective attorneys. 6.3 Headings Headings used in this Agreement are for the convenience of reference only and shall not affect the construction of this Agreement. 6.4 Severability If any of the provisions contained in this Agreement are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this Agreement shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. 6.5 Dispute Resolution If negotiation in good faith fails to resolve a dispute within thirty (30) days of written notice of the dispute by either Party, then the Parties agree that, with the exception of claims that are subject to the applicable venue’s small claims court jurisdiction, each dispute, claim or controversy arising from or related to this Agreement or the relationships which result from this Agreement shall be subject to mediation as a condition precedent to initiating legal or equitable actions by either Party. Unless the Parties agree otherwise, the mediation shall be in accordance with the North Carolina Industrial Commission Mediated Settlement rules then currently in effect. A request for mediation shall be filed in writing with the Commission and the other Party. No legal or equitable action may be instituted for a period of ninety (90) days from the filing of the request for mediation unless a longer period of time is provided by agreement of the Parties. Cost of mediation shall be shared equally between the Parties and shall be held in a location mutually agreed upon by the Parties. The Parties shall memorialize any agreement resulting from the mediation in a mediated settlement agreement, which agreement shall be enforceable as a settlement in any court having jurisdiction thereof. During the pendency of any dispute, the Parties shall continue diligently to fulfill their respective obligations hereunder. Any dispute not resolved through mediation shall be subject to litigation in a court of competent jurisdiction in the state in which the Project is located. 010526 a Pg. 297 Std Client Consulting Services Agreement July 2025 6.6 Governing Law This Agreement is to be governed by the laws of the jurisdiction in which the Project is located. For locations outside of the United States, this Agreement shall be governed by the laws of the State of Illinois. 6.7 Entire Agreement This Agreement, along with those documents specified, attached, or hereby cited together, and serially numbered Work Authorizations if used, constitute the entire Agreement between the Parties and no changes, modifications, extensions, terminations, or waivers of this Agreement, or other documents, or any of the provisions herein, or therein contained, shall be valid unless made in writing and signed by duly authorized representatives of both Parties. 010526 a Pg. 298 Std Client Consulting Services Agreement July 2025 SUPPLEMENTAL CONDITIONS FOR SURVEY, ENVIRONMENTAL OR GEOTECHNICAL SERVICES  Supplemental Condition is incorporated herein when the applicable box is checked. S.1 Location of Underground Utilities It shall be Client's responsibility to locate and physically mark all underground utilities and structures which lie within the work area prior to the start of subsurface investigations. If Client elects not to assume this responsibility, Client shall notify Consultant and shall compensate Consultant for all costs associated with locating and physically marking said underground utilities and structures over and above the estimated project fee. Client shall indemnify and hold Consultant harmless from any damages and delays resulting from unmarked or improperly marked underground utilities and structures. For reasons of safety, Consultant will not begin work until this has been accomplished. S.2 Subsurface Investigations In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics might vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect Project cost and/or execution. These conditions and cost/execution effects are not the responsibility of Consultant. S.3 Disposition of Samples and Equipment S.3.1 Disposition of Samples No samples and/or materials will be kept by Consultant longer than thirty (30) days after submission of the final report unless agreed otherwise. S.3.2 Hazardous or Potentially Hazardous Samples and Materials In the event that samples and/or materials contain or are suspected to contain substances or constituents hazardous or detrimental to health, safety, or the environment as defined by federal, state, or local statutes, regulations, or ordinances, Consultant will, after completion of testing, return such samples and materials to Client, or have the samples and materials disposed of in accordance with Client’s directions and all applicable laws. Client agrees to pay all costs associated with the storage, transportation, and disposal of samples and materials. Client recognizes and agrees that Consultant at no time assumes title to said samples and materials, and shall have no responsibility as a handler, generator, operator, transporter, or disposer of said samples and materials. S.3.3 Contaminated Equipment All laboratory and field equipment contaminated in Consultant's performance of services will be cleaned at Client's expense. Contaminated consumables will be disposed of and replaced at Client's expense. Equipment (including tools) which cannot be reasonably decontaminated shall become the property and responsibility of Client. At Client's expense, such equipment shall be delivered to Client, or disposed of in the same manner specified in S.3.2 above. Client agrees to pay Consultant the fair market value of any such equipment which cannot reasonably be decontaminated and is delivered to Client pursuant to this Agreement. 010526 a Pg. 299 Attachment A: Scope of Services and Fee Estimate 010526 a Pg. 300 8000 Regency Parkway, Suite 110 Cary, NC 27518 www.benesch.com P 984-275-2490 October 8, 2025 November 10, 2025 December 8, 2025 Mr. Carl Davis, CPRE Parks and Recreation Director Harnett County 455 McKinney Parkway Lillington, NC 27546 RE: Cape Fear Shiner Park Phase 2 Professional Services Dear Carl: Thank you for the opportunity to assist Harnett County with developing phase 2 improvements for Cape Fear Shiner Park. Our meeting on September 17th was informative and provided us with a good understanding of the County’s ideas for the park. Improvements for the park will include a restroom building and associated infrastructure improvements, picnic shelter, playground, and connections to phase 1 improvements. Other improvements will be confirmed through public engagement, but may include passive sports courts and a dog park. Thank you for the opportunity to submit this proposal. The following proposal describes our current understanding of services. Project Understanding Cape Fear Shiner Park includes walking trails, (2) ballfields, (2) multipurpose fields, water access point, and sand volleyball court. The site is bounded by the Cape Fear River, agricultural fields, and Harnett County’s government complex. Benesch will provide professional services to improve phase two of Cape Fear Shiner Park. The anticipated project budget is currently not known. Anticipated services include survey, subsurface investigation, detailed design, permitting, bidding, and construction administration. Benesch is the prime consultant. Topographic Survey Design documents will be based on field survey. We will work with Newcomb Land Surveyors to prepare a topographic survey for an approximately 6-acre portion of the site as shown in the attached Survey Extents Exhibit. The survey will include all improvements and easements of record within the survey area, utilities by above-ground visual evidence including the waterline at the north end of the site, and locations and inverts of three (3) existing sewer manholes, all trees within the survey area, and 1-foot contours. The proposal includes fee for this work. (See Exhibit A for details). 010526 a Pg. 301 Mr. Carl Davis Page |2 Subsurface Exploration Benesch will work with Building & Earth to perform a subsurface exploration of the site. Building and Earth will perform a total of six (6) soil test borings. They will advance each boring to a depth of 15 feet. Standard penetration testing in accordance with ASTM D1586 will be performed at a rate of 5 samples in the upper 10 feet, and at 5-foot intervals thereafter. After drilling, they will measure groundwater level and then backfill the borings. Laboratory tests will be performed based on the types of soils encountered. The results will be documented in a written report that will include a summary of existing surface conditions, description of subsurface conditions, study of USGS and USDA literature, boring logs, laboratory test results, recommendations for foundation and floor slab support of new structures, estimated total and differential settlement, site preparation considerations, and plans and maps showing the location of the project and onsite work. (See Exhibit B for details). Task 1: Site Analysis, Project Understanding and Community Engagement Task 1A: Site Analysis and Project Understanding Our first task will be to perform a site analysis and compile existing information about the park. We will assess, document, and analyze the existing conditions of the project area including site access and pedestrian connections, topography, trees, existing and potential utility connections, existing stormwater infrastructure, opportunities and constraints, and other site and environmental features. We will review phase 1 improvements for materials used, aesthetics and other features to inform new design elements. As part of this task, we will facilitate one (1) on-site kick-off meeting to walk the project area with key stakeholders and discuss the project goals, get preliminary feedback on project approach, preferred methods of engagement, stakeholder concerns and needs, and other pertinent information. We understand the list of stake holders will be provided by Harnett County. After the kick-off meeting, we will prepare a memo summarizing the visit. Task 1B: Community Engagement We believe public participation is essential in the development of plans and view the community as a vital partner throughout the planning process. To foster a continuous and open exchange of ideas, we will host one public workshop designed to gather input and ensure that the recreation needs of citizens are reflected in the plan for the park. This meeting will be held at a location to be determined by the County. Regarding the workshop’s advertising, the County may post a press release, advertise by word of mouth, sign, flyer, or other means of distribution. For an additional fee, we will, upon request, be happy to mail invitations to adjacent property owners around the park. The primary objective of the meeting is to listen to the community and understand their needs related to recreation. This input will help us define specific parameters for the project. We propose an open-house drop-in format for this workshop. Attendees will be invited to: 010526 a Pg. 302 Mr. Carl Davis Page |3 • Review display boards presenting findings from our site analysis. • Review the conceptual site plan • Explore recreational activities (character image boards) typically found in a park of this size. • Vote on preferred activities/improvements for the park. • Share comments and suggestions regarding park improvements. All public feedback will be documented in a Meeting Summary Report, which will inform the next steps in the planning process. Task 2: 30% Construction Documents Using the findings from the site analysis, topographic survey, conceptual site plan, stakeholder feedback, and input gathered during the initial public workshop we will prepare 30% Construction Documents for improvements. During this phase we will investigate regulatory requirements for the site, conceptually locate the improvements, and show connectivity to adjacent facilities. We will also provide a preliminary opinion of probable cost. The final schematic site plan and estimate will be delivered to the County for review and we will lead a design review with County Stakeholders. We anticipate the following deliverables and services: • Schematic Site Plan • Cover Sheet/Schedule of Drawings • Preliminary Existing Conditions and Demolition Plan • Preliminary Site Plan • Preliminary Grading and Drainage Plan • Preliminary Utilities Plan • Preliminary Landscape Plan • Preliminary Building Floor Plans (by pre-engineered vendor) • Preliminary Building Elevations (by pre-engineered vendor) • Preliminary Budget Estimate Once completed, the plans will be submitted to County staff with a budget estimate for design review. We will meet with the County Stakeholders to discuss the plans and answer any questions. Assumptions: We assume Duke Power will be responsible for designing site lighting for the park road and parking lot. Our sub consultant, Lighthouse Engineering, will coordinate bringing power to the restroom building with Duke. (See Exhibit C for details). We assume the restroom and picnic shelter are prefabricated structures. Benesch will coordinate and collaborate project details with the Town’s chosen vendor. The work typically involves review of the vendor’s shop drawings, integration of the vendor’s documents in the contract documents, utility 010526 a Pg. 303 Mr. Carl Davis Page |4 coordination, and vendor’s design for the restroom, local permitting assistance, and project administration. We will assist with extending water, sanitary sewer, and power to within 5 feet of the restroom and will design the adjoining slabs for the restroom and shelter. As for retaining wall design, in the event a retaining wall is needed, this proposal assumes a pre- engineered wall type can be specified versus an engineered (structural) wall system. Benesch will provide written specifications, a typical section, plan, profile, and spot elevations showing the proposed wall height. We will specify in the bid documents for the Contractor’s wall designer (vendor/delegated design professional) to provide signed and sealed engineered drawings for any wall. For utilities, we assume that public water and sewer are available to serve the park. This proposal excludes any public offsite water or sanitary sewer extensions. We assume no proposed elements will be located within wetlands. Plans will be revised to include design review comments and alignment with the construction budget. Task 3: 60% Construction Documents We will incorporate comments received from Harnett County and the County Stakeholders after their review of the 30% Construction Document Set. We anticipate the construction document deliverables and services to include the following: • Cover Sheet/Schedule of Drawings • Existing Conditions and Demolition Plan • Site Plan • Grading Plan • Stormwater Plan • Water and Sewer Plan • Landscape Plan • Construction Details • Erosion Control Plans, Pre and Post-Developed • Erosion Control Calculations • Building Floor Plans (by pre-engineered vendor) • Building Elevations (by pre-engineered vendor) • Building Sections and Details (by pre-engineered vendor) • Site Electrical Plans • Site Electrical Notes and Details • Budget Estimate Once completed, the plans will be submitted to County staff with a budget estimate for design review. We will meet with the County Stakeholders to discuss the plans and answer any questions. 010526 a Pg. 304 Mr. Carl Davis Page |5 Task 4: 90% Construction Documents We will incorporate comments received from Harnett County and the County Stakeholders after their review of the 60% Construction Document Set. We anticipate the construction document deliverables and services to include the following: Once completed, the plans will be submitted to County staff with a budget estimate for design review. We will meet with the County Stakeholders to discuss the plans and answer any questions. Task 4A: Permitting Once the plans have been completed to the satisfaction of the County, Benesch will submit plans to Lillington for a Zoning Permit, Harnett County for a Building Permit and Fire Marshal Review, and NCDEQ for an Erosion and Sedimentation Control Permit. We will be responsible to prepare applications, submit, and obtain permits through the permitting process. Benesch will be responsible to address review comments that emerge during the permitting phase. This proposal includes an allowance for a standard (non-express) review for the sedimentation and erosion control submittal to the state and an allowance for stormwater permitting as well. We have assumed the Town will not charge itself any plan review fees for any regulatory plan reviews. Assumptions: Two cycles of review comments are included in this proposal. Task 5: 100% Construction Documents Benesch will prepare final construction documents (plans and specifications) for permitting, competitive bidding, and construction. These final plans will incorporate all revisions requested from the County and regulatory agencies. Plans may include alternates for a portion of the improvements. 010526 a Pg. 305 Mr. Carl Davis Page |6 Task 6 : Bidding and Construction Task 6A: Bidding Following final plan approval, Benesch will assist Town staff with the formal bid process. Benesch will provide these services: • Prepare a single lump sum contract bid package for general construction • Coordinate advertising the project for bids • Contact potential bidders • Distribute bid packages and addenda to bidders • Lead a pre-bid meeting on site • Respond to bidders’ questions and issue addenda as required to clarify bid questions. • Receive and open bids • Assist with evaluating bids • Prepare a bid tab, award letter, and construction contracts if needed This proposal excludes bid advertisements. Task 6B: Construction Administration After the bid award, Benesch will lead the construction administration phase. We assume a single-prime contract type with an overall construction period of six (6) months. Benesch will visit the site when site construction is active. Benesch will provide the following services in the design fee: • Benesch will conduct formal monthly construction progress meetings in person (6 total). • Benesch will visit the site informally six (6) times during construction to review work in progress, provide notes, and photographs for the site visits. • Administrative time is included to review Contractor’s Pay Applications, Contractor’s Request for Information, Shop Drawings, and miscellaneous coordination. Assumptions: This fee includes intermittent site inspections during critical periods of construction rather than full-time inspection. Task 6C: Construction Substantial Completion Once the Contractor believes they have reached Substantial Completion, Benesch will conduct a site visit (in addition to the 6 above) and develop a Punch List for work to be completed, repaired, or redone by the Contractor. Task 6D: Final Completion and Project Close Out Benesch will provide a final site walk (in addition to the 6 above) to review Punch List items and confirm all incomplete, damaged, or deficient work has been corrected and completed in satisfaction with the Contract Documents. Based on a Contractor provided as-built survey or red lined drawings, Benesch will update the original digital copy of the working drawings showing any changes in the work made during construction. These updated drawings form the record drawings. A certified field surveyed record drawing has not been included in this proposal. 010526 a Pg. 306 Mr. Carl Davis Page |7 DESIGN FEES Based on our current knowledge of work, as well as discussions with the Town regarding the project, Benesch will be responsible for the work as described herein and will work on a lump sum fee of $175,650. Fee Breakdown Benesch site/civil professional services fees include: Task 1: Site Analysis & Community Engagement $17,700 Task 2: 30% Construction Documents $20,700 Task 3: 60% Construction Documents $27,300 Task 4: 90% Construction Documents and Permitting $38,700 Task 5: 100% Construction Documents $23,100 Task 6: Bidding and Construction $26,300 Sub-Total: $153,800* *This fee does not include the consultant fees listed below. Other professional services included in the total fee below include: Newcomb Land Surveyors (Field Survey) $ 7,500 Building and Earth (Subsurface Exploration) $10,400 Lighthouse Engineering (Electrical Engineering) $ 3,950 Sub-Total: $21,850 Total fee: $175,650 The above design fees include: • All printing, mailing, and mileage cost 010526 a Pg. 307 Mr. Carl Davis Page |8 Alternate Services (Not included in fee above): Architectural Design Benesch will work with Luttman Architecture to design a new, approximately 660 SF restroom building with attached shelter. Luttman Architecture’s fee includes structural engineering and PME engineering. Their scope of work includes the following: Design (Task 1) • Work through a programming exercise to confirm the exact scope of work and budget allowed. • Initialize the design of the overall floor plans. • Determine shape and size of buildings. • Interface with other disciples on the project. • Submit a final fit design study for approval. • Revise design drawings regarding any comments. • A 3D model is included. Construction Documents Phase (Task 2-5) • Initiate development of the design package with PME and Structural engineers. • Discussion of specific means and methods of construction will be further developed. • The engineers will provide an initial package for review. • The contract documents will enable this project to be submitted for building permit plans review. • Fully manage and coordinate consultants to complete the contract documents. • Submit the final 100% Construction Documents for permit review. • Interface with Harnett County to confirm all necessary permit submittal requirements. • Respond to all permit comments from Harnett County. • 1 set of digital drawings will be provided for printing and distribution. Bidding (Task6A) • Answer questions and write addendum as required during the bid period. • Be present at a single Prebid meeting. Construction Administration Phase (Task 6B,C and D) • Provide limited construction administration services on the project: 50 hours total for 12 months. • Attend all the scheduled construction meetings with the general contractor. Assuming one 3hr. meeting each month for 12 months. Promptly respond to all issues in the minutes as prepared by the general contractor or Benesch. • Review the shop drawing submittals and respond to all RFIs. • Produce Bulletin Drawings as necessary to facilitate the construction schedule. • Provide walk-through inspections at the site. Luttman Architecture (Architectural Design) $37,500 010526 a Pg. 308 Mr. Carl Davis Page |9 PARTF Assistance Benesch is pleased to provide PARTF grant assistance if requested. This work consists of preparing a PARTF only site plan, one public meeting, environmental review, and cost estimate for the PARTF project. PARTF (only) Site Plan Using the schematic site plan for the park as a basis of design, we will prepare a draft site plan for the PARTF grant project. The PARTF site plan will be formatted (specific content, line types, and colors) to meet the requirements specified in the PARTF Grant application. The County will provide specific directions on what new facilities will be included in the grant. The draft site plan will be submitted to the County for review and comment. This proposal includes 4 hours of time to address any design Review comments. PARTF Public Engagement The public workshop in the base fee will be used serve as the public engagement requirement for PARTF. Environmental Review Using the previously prepared written master plan report for the park, we will prepare an environmental review of the PARTF grant project. PARTF (only) Cost Estimate A cost estimate will also be prepared for the PARTF grant project. The estimate will be formatted to meet the requirements specified in the PARTF grant application. Project Description We will prepare a short narrative to explaining why the project is needed and how it benefits the Harnett County community. Vicinity Map We will prepare a vicinity map showing the location of the proposed project. Grant Submission We will complete the digital PARTF scoring worksheet, compile both Benesch and County provided documents (refer to items 1.-9. In the list below for more information) and submitting the PARTF application to RRS. Assumptions: We are assuming the County will provide these additional documents and services below for the PARTF grant application unless noted otherwise. 1. Boundary Survey 2. Legal descriptions 3. Copies of Comprehensive system wide parks and recreation plan. 010526 a Pg. 309 Mr. Carl Davis Page |10 4. Capital improvement plan for parks and recreation. 5. Community Recreational needs survey. 6. Presentation of the PARTF project to civic groups and take notes. 7. Presentation of the PARTF project (Basic Facts and Assurances) to City Council 8. Presentation of the PARTF project to advisory boards and take notes 9. Meeting with RRS on site to review the project (recommended). 10. Post-Grant Administration (financial/accounting documentation) if awarded the project. PARTF Assistance $9,500 ADDITIONAL SERVICES Work not included in Design Fee: • Site Lighting plans • Signage plans • Gas, cable, telephone, data communications • Any unusual site work associated with conditions discovered during construction, including but not limited to, underground storage tanks/hazardous materials, unusually large quantities of rock or unsuitable material, on site disposal area/landfills, or unusually high ground water table requiring permanent site de-watering. • Conditional Use plans • Special inspections for foundations, masonry, etc. • Express plan review • Security systems • IT back bone design. • Construction and Materials Testing • Special Inspections • Advertisements • Irrigation design • Retaining walls/structural engineering • Hydraulic Analysis • No-Rise Study • Wetland delineation and 401/404 permitting. 010526 a Pg. 310 Mr. Carl Davis Page |11 If this proposal meets your understanding and approval, please forward the Town’s standard contract for us to sign. We look forward to working with you and the Town on this important project. Sincerely, Joe Pung, PLA, LEED AP Project Manager Jeff Ashbaugh, PLA Greg Stewart, PE Associate, NC LA Group Manager Vice President, North Carolina Division Manager 010526 a Pg. 311 010526 a Pg. 312 ²Harnett.org/GIS September 25, 2025 Harnett County GIS NOT FOR LEGAL USE 0 360 Feet County Boundary City Limits Address Numbers 1 - 5 2 - 5 6 - 36 Lateral Line Pressurized Main Gravity Main Gravity Railroad Road Centerlines US Parcels Harnett County GIS 010526 a Pg. 313 1027 US-70, Suite 206 Garner, NC 27529 Ph: (919) 776-1888 www.BuildingAndEarth.com Birmingham, AL  Auburn, AL  Huntsville, AL  Montgomery, AL  Mobile, AL Columbus, GA  Louisville, KY  New Orleans, LA  Raleigh, NC  Dunn, NC Jacksonville, NC  Springdale, AR  Little Rock, AR  Tulsa, OK  Oklahoma City, OK  Durant, OK November 4, 2025 Benesch 8000 Regency Parkway Suite 110 Cary, NC 27518 Attention: Mr. Joe Pung, PLA, LEED AP, Project Manager Subject: Proposal for Preliminary Subsurface Exploration & Geotechnical Evaluation Cape Fear Shiner Park 104 Sandhills Farm Park, Lillington, North Carolina 27546 Building & Earth Proposal No.: RD27202 Mr. Pung: Building & Earth Sciences is pleased to submit this proposal to provide a subsurface exploration and geotechnical evaluation for the proposed development, planned at Cape Fear Shiner Park in Lillington, North Carolina. This proposal documents our understanding of the project, outlines our approach to the work, and presents a lump sum fee for our services. PROPOSED CONSTRUCTION DESCRIPTION The proposed construction consists of the second phase of Cape Fear Shiner Park. A new restroom building, two sport courts, a playground area, and a picnic shelter are planned. Harnett County GIS mapping was provided by Mr. Joe Pung with Benesch, outlining the proposed construction area. Upon review of Google Earth aerial imagery, it appears that the area is undeveloped and currently an agricultural field, with a dense forest surrounding the perimeter of the site. The site has remained undeveloped since at least 1993 (earliest available imagery). Past uses appear to have been agricultural. A beach volleyball court is present in the southeast corner of the site. The purpose of this preliminary and limited exploration is to evaluate the existing subsurface conditions and provide preliminary geotechnical recommendations based on our initial findings. Upon completion of design indicating structural footprints, a final geotechnical evaluation should be performed at the site to confirm preliminary conditions and assumptions. 010526 a Pg. 314 Cape Fear Shiner Park, Lillington, NC Building & Earth Proposal: RD27202, November 4, 2025 Page | 2 GEOTECHNICAL SCOPE OF SERVICES Our scope of work is divided into three phases: Phase 1: Coordination & Field Exploration  Coordination and Scheduling: We plan to coordinate our work with you, and we may need to rely on your point-of-contact to grant us access to the site.  Utility Clearances & Site Access: We will call NC811 for utility clearances. Building & Earth will not be held liable for damages to unmarked utility lines or lines marked erroneously by others.  Drilling and Sampling: We will perform a total of six (6) soil test borings. We will advance each boring to a depth of 15 feet. Standard penetration testing (SPT) in accordance with ASTM D1586 will be performed at a rate of 5 samples in the upper 10 feet, and at 5-foot intervals thereafter. Borings will be located in the field using a hand-held GPS.  Groundwater: After drilling the hollow stem auger borings, we will measure the groundwater level at the end of the day. Once groundwater readings are recorded, borings will be backfilled with auger cuttings. We have appended a boring location plan to this proposal. Figure 1 depicts the boring locations that will be performed for the development. Phase 2: Laboratory Testing The quantity and nature of the laboratory tests we perform will vary depending upon the type of soils encountered. Based on the drilling scope and requested geotechnical evaluations, we anticipate performing the following laboratory tests: Laboratory Test ASTM No. of Tests Atterberg Limits D4318 4 Material Finer Than No. 200 Sieve by Washing D1140 4 Natural Moisture Content D2216 21 Phase 3: Engineering Analysis and Reporting The results of the preliminary investigation will be documented in a written report that will address the following items:  Summary of existing surface conditions. 010526 a Pg. 315 Cape Fear Shiner Park, Lillington, NC Building & Earth Proposal: RD27202, November 4, 2025 Page | 3  A description of the subsurface conditions encountered at the boring locations.  Study of USGS and USDA literature for potential geologic conditions, hydrologic conditions, and other attainable information useful for project planning purposes.  Boring logs detailing the materials encountered with soil classifications, penetration values, and groundwater levels (if encountered).  Presentation of laboratory test results.  Recommendations for foundation and floor slab support of new structures.  Presentation of the estimated total and differential settlement.  Preliminary site preparation considerations including material types to be expected during grading as well as recommendations regarding handling and treatment of unsuitable soils, if encountered.  Plans and maps showing the location of the project and our onsite work. EXCLUDED SERVICES The following services are specifically excluded from this proposal:  Environmental sampling and analysis  Private utility locates  Surveying of the boring locations  Construction Materials Testing  Pavement recommendations FEE AGREEMENT Phase I Base Services Fee: Task Fee Phase 1: Coordination and Field Exploration $5,400 Phase 2: Laboratory Testing $1,100 Phase 3: Engineering Analysis and Reporting $3,900 Lump Sum $10,400 The cost of our services will be based on the amount of work necessary to evaluate the geotechnical conditions for planning and design purposes. If conditions are encountered that require additional analysis, we will discuss a modified work scope with your office. We will not exceed the estimated budget without prior authorization. 010526 a Pg. 316 Cape Fear Shiner Park, Lillington, NC Building & Earth Proposal: RD27202, November 4, 2025 Page | 4 After issuance of the FINAL report, any additional revisions, client meetings, and/or consultations will be billed on a unit fee basis for a Geotechnical Professional at a rate of $175/hr. SITE ACCESS AND UTILITIES Based on Google Earth aerial imagery, it appears that the site will be clear and accessible to our off-road drilling equipment. We will notify the NC 811 to locate buried utility lines. Additionally, we request that the owner provide us with documentation regarding buried utilities at the site. Building & Earth will not be held responsible for damage to any unmarked utility lines or buried utility lines marked erroneously by others. Regrading and revegetation of areas disturbed by our drilling equipment is not included. AUTHORIZATION AND SCHEDULE We have attached a copy of a Standard Proposal Acceptance Form, which, when signed and returned to Building & Earth, will serve as authorization to proceed with the proposed scope of work. Changes to the work scope by virtue of design changes or unusual subsurface conditions should also be authorized in writing. Based on our current workload, we anticipate we can perform the fieldwork within 20 working days after utilities have been cleared at the site. Fieldwork is expected to take 1 workday. Once the lab samples have been delivered to our laboratory, soils testing will be complete within 10 days, and we anticipate the written report available approximately 10 working days after completion of laboratory analysis. Weather may extend the time required for the field exploration (and overall schedule) if rainy days occur prior to or after commencement of the exploration. 010526 a Pg. 317 Cape Fear Shiner Park, Lillington, NC Building & Earth Proposal: RD27202, November 4, 2025 Page | 5 CLOSING We appreciate the opportunity to submit this proposal for the subsurface exploration and geotechnical engineering evaluation for the proposed construction and are looking forward to working with you on this project. If you have any questions regarding this proposal, please feel free to contact us. Sincerely, BUILDING & EARTH SCIENCES, LLP North Carolina Firm Engineering License Number F-1081 Matthew Gillaspy, P.E. Kurt Miller, P.E Project Engineer Regional Vice President Attachments: Boring Location Plan & Terms and Conditions 010526 a Pg. 318 Boring Location Plan Proposal #: RD27202 Address: 104 Sandhills Farm Park Drawing Source: Google Earth City: Lillington, NC Client: Benesch Figure 1 Project: Cape Fear Shiner Park N Building Boring Location N 010526 a Pg. 319 Revised 09-07-2021 3 GENERAL TERMS AND CONDITIONS- Geotechnical Consultation and Exploration Services SECTION 1: STANDARD OF CARE 1.1 The standard of care for all services performed or furnished by Building & Earth Sciences, LLP ("Consultant") under this Contract will be that level of care and skill ordinarily exercised by members of Consultant's profession practicing under similar conditions at the same time and in the same geographical region. Consultant makes no warranties, express or implied, under this Contract or otherwise, in connection with the Consultant's services. SECTION 2: CONSULTANT’S SERVICES 2.1 Services. Consultant shall perform the services described in Consultant’s Proposal in accordance with this Contract, which include subsurface exploration and geotechnical consultation services. The information provided and reports prepared by Consultant are intended for the exclusive use of Client for the Project and the scope of services defined herein, 2.2 Subsurface Exploration and Geotechnical Consultation Services. If Consultant’s Proposal includes services for subsurface exploration and geotechnical consultation, then this Section 2.2 shall apply: (a) Subsurface Risks. Client recognizes that special risks occur whenever engineering or related disciplines are applied to identify subsurface conditions. Site exploration may fail to detect unknown or undocumented conditions such as sinkholes, underground mines, caverns, hazardous materials, etc. Subsurface sampling may also result in unavoidable contamination of certain subsurface areas, or bodies of water if unknown contaminated zones exist at the site. The passage of time also must be considered, and Client recognizes that, due to natural occurrence or other direct or indirect human intervention at the site or distance from it, actual conditions may quickly change. Client understands that elimination of these risks is not possible and therefore waives any claim against Consultant, for injury or loss or property liability that may arise from such subsurface conditions. (b) Site Clearing/Erosion Control. When clearing of vegetation or benching into the earth is required to provide access for exploration equipment, rough-cleared access roads and some felled trees may result. Consultant shall not be responsible for restoring the site to its original condition, and Consultant shall not conduct any regrading, revegetation or erosion control. (c) Utilities/Existing Man Made Objects. Prior to Consultant commencing the services, Client shall disclose the presence and accurate location of any utilities and any hidden or obscure man-made objects to Consultant in writing or by providing accurate and current existing conditions documentation. Consultant shall not be responsible for any damages to subterranean structures or objects that were not specifically identified to Consultant in writing prior to Consultant commencing the services and/or which were not correctly shown on the existing conditions documentation furnished to Consultant. The Client agrees to waive any and all claims against the Consultant and to defend, indemnify and hold harmless the Consultant from and against all claims, costs, losses, liabilities, damages, and expenses (including, but not limited to, all attorneys’ fees, expenses and dispute resolution costs) arising out of or relating to damage to subsurface conditions, utilities or structures, whether owned by Client or third parties. (d) Samples. Consultant will retain soil and rock samples subject of its exploration and testing activities for thirty (30) days. Further storage or transfer can be made at the Client's expense upon written request. 010526 a Pg. 320 Revised 9-13-2021 4 (e) Construction Estimates/Bid Documents/Plans and Specifications. (1) Any reports prepared by Consultant in connection with this Contract are for general geotechnical information purposes only. Further design and engineering services are necessary to establish a basis for design, estimating and construction work. Accordingly, Client shall not rely on these reports to prepare accurate bids or estimates for excavation and related works including but not limited to rock quantities, dewatering, removal of unsuitable materials or excavation support. A more fully developed scope of investigation, analysis, and consultation will be required for further design and engineering and quantity estimation purposes. (2) Client agrees to retain Consultant to provide consultation to other design professionals who will utilize or are affected by any report furnished by Consultant in connection with this Contract including review of plans and specifications prepared by such other design professionals. The review of plans and specifications by Consultant is to provide advice with regard to the proper consideration of geotechnical information, issues, findings and recommendations identified in the Consultant’s report(s)as other design professionals and contractors interpret and incorporate such information and recommendations in their design services and construction activities. (3) Client acknowledges that misinterpretation or improper use of Consultant's reports by engineers, contractors or others in preparing design, construction and bid documents and cost and quantity estimates is a frequent cause of construction claims. Client agrees to defend, indemnify and hold harmless Consultant from and against all claims, costs, losses, liabilities, damages, and expenses (including, but not limited to, all attorneys’ fees and dispute resolution costs) arising out of or relating to cost or quantity estimates or bid documents prepared by others without Consultant's written approval. 2.3 Schedule of Performance. Unless specific periods of time or specific dates are specified in this Contract, Consultant’s obligation to render services hereunder will be for a period which may reasonably be required for the completion of said services. If in this Contract specific periods of time for rendering services are set forth or specific dates by which services are to be completed are provided and if such periods of time or dates are changed through no fault of Consultant, the rates and amounts of compensation provided for herein shall be subject to equitable adjustment. 2.4 Changes. If Client requests changes in the scope of Consultant’s services, the schedule of performance of Consultant’s services shall be adjusted equitably and the rates and amounts of compensation provided for herein shall also be subject to equitable adjustment. SECTION 3: CLIENT RESPONSIBILITIES AND INFORMATION 3.1 Designated Client Representative. The Client shall identify a Designated Representative who shall be authorized to act on the Client’s behalf with respect to the Project. The Client’s Designated Representative shall render Project related decisions in a timely manner so as to avoid unreasonable delay in the orderly and sequential progress of Consultant’s services. Consultant shall not be liable for any error or omission made by the Client, or Designated Client Representative or and consultant or contractor retained by Client. 3.2 Client Provided Services and Information. Consultant shall be entitled to rely on the accuracy and completeness of services and information furnished by the Client or its Designated Client Representative or other consultants or contractors retained by Client. Consultant shall provide prompt written notice to the Client if Design Professional becomes aware of any errors, omissions or inconsistencies in such services or information. SECTION 4: OWNERSHIP OF DOCUMENTS 4.1 All reports, boring logs, field notes, laboratory test data, calculations, estimates, proprietary information and other documents or information ("Instruments of Service") prepared, developed, or acquired by Consultant shall be the property of Consultant, and Consultant shall retain an ownership and property interest therein. 4.2 Client agrees that all Instruments of Service or other work furnished to the Client or its agents, which are not paid for in accordance with the Contract, shall be returned to Consultant upon demand and shall not be used by the Client for any purpose whatever. 010526 a Pg. 321 Revised 9-13-2021 5 4.3 Consultant hereby grants to Client a nonexclusive license to use the Instruments of Service furnished by Consultant only for the purpose of further investigation and design of the Project, subject to the limitations stated in Section 2 above, for which the Instruments of Service were provided. Client may make and retain copies of the Instruments of Service only for use on the Project by Client. The Instruments of Service are not suitable for reuse by Client or others on extensions, modifications, or expansions of the Project or any other project. Any such reuse or modification without written verification or adaptation by Consultant, as appropriate for the specific purpose intended, shall be at Client's sole risk and without liability or legal exposure to Consultant, or to Consultant's officers, directors, partners, employees, agents, or representatives (the "Consultant Group"). 4.4 Client agrees to waive any and all claims against the Consultant and to defend, indemnify and hold harmless Consultant and any of its employees and sub-consultants from and against any and all claims, costs, losses, liabilities, damages, and expenses (including, but not limited to, all attorneys’ fees and dispute resolution costs) arising out of or relating to Client's use of the Instruments of Service in violation of the Contract. SECTION 5: PAYMENT TERMS 5.1 Client shall pay Consultant for the services performed or furnished on the basis set forth on the Information Sheet. 5.2 Invoices will be submitted monthly to Client and upon Consultant’s completion of services. Invoices are due and payable within thirty (30) days of receipt. If Client fails to make any payment due Consultant for services or expenses within thirty (30) days after receipt of Consultant's invoice, the amounts due Consultant will be increased at the rate of 1.5% per month (or the maximum rate of interested permitted by law, if less) from said thirtieth day. In addition, Consultant may, after giving seven (7) days written notice to Client, suspend the services until Consultant has been paid in full all amounts due. Payments will be credited first to interest and then to principal. In the event of a suspension of services, Consultant shall have no liability to Client for delay or damage caused Client because of such suspension of services. Before resuming services, Client shall pay Consultant all sums due prior to suspension and any expenses incurred in the interruption and resumption of Consultant’s services. Consultant’s fees for the remaining services and schedule of performance shall be equitably adjusted. 5.3 In the event of a disputed or contested invoice, only that portion so contested may be withheld from payment, and Client shall pay to Consultant the undisputed portion. 5.4 Client agrees to pay all collection costs and expenses, including attorneys' fees, incurred by Consultant in collecting or attempting to collect any past due account. SECTION 6: INSURANCE & LIMITATION OF LIABILITY 6.1 Consultant shall procure and maintain the following insurance coverage: (a) Worker's Compensation Insurance statutory limit (b) Employer's Liability $1,000,000 (c) Comprehensive General Liability Insurance General Aggregate $2,000,000 Bodily injury & property damage $1,000,000 per occurrence (d) Automobile Liability Insurance $1,000,000 per occurrence 6.2 Limitation of Professional Liability. Notwithstanding anything in the Contract to the contrary, and to the fullest extent permitted by law, Client agrees that the total liability of Consultant to Client and anyone claiming by, through, or under Client for any cost, loss, or damages caused by the acts or omissions of Consultant shall not exceed $100,000.00 or Consultant's total fee for the services, whichever is less. 6.3 Waiver of Consequential Damages. Notwithstanding anything herein to the contrary, neither Consultant nor Client shall be liable to the other for any consequential, special, or indirect losses or damages, whether arising in contract, warranty, tort, strict liability or otherwise, including but not limited to losses of use, profits, business, reputation or financing. 010526 a Pg. 322 Revised 9-13-2021 6 SECTION 7: RIGHT OF ENTRY 7.1 Client and/or property owner shall provide access to and make all provisions for right of entry to Consultant and all equipment necessary for Consultant to perform the services. It is understood by Client that in the normal course of services some damage may occur, the correction of which is not part of this Contract. Consultant shall not be responsible whatsoever for any such damage or for the correction of any damage. SECTION 8: SAMPLING OR TEST LOCATION 8.1 Unless otherwise specified in writing, Consultant’s fees set forth on the Information Sheet do not include costs associated with surveying the site for the accurate horizontal and vertical locations of boreholes, test pits or other field tests performed. Client shall be responsible for such additional costs. Field tests or boring locations described in Consultant's report or shown on sketches are based on information furnished by others or estimates made in the field by Consultant's representatives. Client acknowledges and agrees that such dimensions, depths, or elevations are approximations only. Client shall not rely upon such information, and Consultant makes no warranties, express or implied, as to this information. SECTION 9: HAZARDOUS SUBSTANCES 9.1 Client agrees to comply with all applicable laws related to Hazardous Substances. Consultant shall not be responsible in any way for any Hazardous Substances uncovered, revealed, or discovered at the Project site. 9.2 The term "Hazardous Substance" means any substance or material: (i) the presence of which requires management, reporting, investigation or remediation under any federal, state or local law, statute, rule, regulation, ordinance, order, action, policy or common law; (ii) which is or becomes regulated by any federal, state or local governmental authority, including without limitation, any substance or waste material which is defined or listed as a "hazardous waste," "acutely hazardous waste," "extremely hazardous substance," "restricted hazardous waste," "industrial waste," "hazardous substance," "hazardous material," "pollutant" "hazardous air pollutant, "criteria pollutant," "volatile organic compound," "priority pollutant," "special waste," "SARA 313 chemical" or "contaminant" under any law; (iii) which contains gasoline, diesel fuel or other petroleum hydrocarbons or a petroleum derivative; (iv) which contains polychlorinated biphenyls ("PCBs"), asbestos or urea formaldehyde; or (v) which poses an unreasonable risk of injury to human health or the environment. 9.3 If any Hazardous Substance is discovered at the Project site, Client shall be solely responsible for all costs and expenses associated with the discovery of such Hazardous Substance. To the fullest extent permitted by law, Client shall defend, indemnify and hold harmless Consultant and its sub-consultants (if any) from and against any and all claims, costs, losses, liabilities, damages, and expenses (including, but not limited to, all attorneys’ fees and dispute resolution costs) arising out of or related to the presence or discovery of any Hazardous Substance on the Project site. SECTION 10: DISPUTES 10.1 In the event of a dispute arising out of or relating to this Contract or the services to be rendered hereunder, Client and Consultant agree to attempt to resolve such disputes in the following manner: (a) Amicable Resolution. The parties agree to first attempt to resolve such disputes amicably through direct negotiations between appropriate representatives of each party authorized to bind each party. (b) Mediation. If such negotiations are not fully successful, the parties agree to attempt to resolve any remaining disputes by mediation conduced in accordance with the Construction Industry Mediation Rules of the American Arbitration Association currently in effect. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Birmingham, Alabama. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. (c) Binding Dispute Resolution. If the parties do not resolve a dispute through mediation the parties shall proceed to binding dispute resolution either through litigation in a court of competent jurisdiction in Birmingham, Alabama or by arbitration, as determined by the parties at the time of the unresolved dispute. 010526 a Pg. 323 Revised 9-13-2021 7 (i.) Arbitration. The parties acknowledge and agree that the Contract and the subject matter hereof are substantially connected with and involved with interstate commerce. If the parties elect to purse binding dispute resolution through arbitration, the controversy, dispute or claim arising out of or related to the Contract, or the breach thereof, not otherwise resolved in accordance with this Section shall be settled by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association. The arbitration hearing shall be held in Birmingham, Alabama. The provisions of this section to arbitrate and any judgment rendered upon the award by the arbitrator or arbitrators may be enforced in any court having jurisdiction thereof. (ii) In the determination by the court of competent jurisdiction or arbitrator(s), the prevailing party may be entitled to have its reasonable attorneys' fees and related costs and expenses paid by the non- prevailing party. SECTION 11: THIRD PARTY CLAIMS 11.1 To the fullest extent permitted by law, Client agrees to defend, indemnify and hold harmless Consultant from and against any and all third party claims whatsoever (including, but not limited to, all attorneys’ fees, expenses and dispute resolution costs) arising from any act, error, or omission of Client relating to the Project. To the fullest extent permitted by law, Consultant agrees to indemnify and hold harmless the Client, but not defend, from and against damages, losses and judgments arising from claims by third parties (including reasonable attorneys’ fees, expenses and dispute resolution costs) but only to the extent they are caused by the negligent acts or omissions of the Consultant, its employees, and its consultants in the performance of professional services under this Contract. The Consultant has no obligation to pay for any of the indemnitees’ costs prior to a final determination of liability or to pay any amount that exceeds the Consultant’s finally determined percentage of liability based upon the comparative fault of the Consultant, its employees, and its consultants. SECTION 12: TERMINATION 12.1 This Contract may be terminated by either party upon seven (7) days written notice in the event of substantial failure by the other party to perform in accordance with this Contract, and provided that the defaulting party has not cured such failure within five (5) days after receiving such written notice. In the event of termination, Consultant shall be paid for services performed to the termination date plus reasonable termination expenses. 12.2 In the event Client terminates or suspends Consultant's services for three (3) months or more prior to Consultant's completion of all reports contemplated by this Contract, Consultant may complete such analyses and records as are necessary to complete its files and may also complete a report on the services performed to the date of termination or suspension. Client shall be responsible for the expenses of such termination or suspension, which shall include, without limitation, all costs of Consultant to complete such analyses, reports or records. 12.3 Consultant may terminate the Contract by written notice to Client if Client fails to pay Consultant's undisputed invoices in the manner required by this Contract, if such failure continues for a period of ten (10) days after written notice is given to Client. SECTION 13: ASSIGNS 13.1 Neither the Client nor Consultant may delegate, assign, sublet or transfer any obligation or interest in this Contract without the written consent of the other party. SECTION 14: CERTIFICATIONS, GUARANTEES AND WARRANTIES 14.1 Consultant shall not be required to sign any documents, no matter by whom requested, that would result in Consultant having to certify, guarantee or warrant the existence of conditions whose existence Consultant cannot ascertain or are inconsistent with the scope of Consultant’s services on the Project. Client shall not make resolution of any dispute with Consultant or payment of any amount due to Consultant in any way contingent upon signing any such certification, guarantee, or warranty. 010526 a Pg. 324 Revised 9-13-2021 8 SECTION 15: NON-SOLICITATION AGREEMENT 15.1 It is agreed that the Client, shall not solicit for hire or induce any person who is an employee, independent contractor, subcontractor or agent of Consultant to terminate their employment or relationship with Consultant, in order to become an employee, come under the direction of the Client to independently perform services for the Client, during the term of this Agreement and twelve (12) months after its termination without the express written consent of Consultant. If the Client breaches this agreement and employs the above, or causes the termination of employment with Consultant, the Client will immediately pay Consultant an amount equal to two (2) years of revenue typically generated by that employee to compensate for the loss of revenue and training. SECTION 16: MISCELLANEOUS 16.1 Governing Law. This Contract shall be governed by the law of the state in which the Project is located. 16.2 Notices. Any notice required under this Contract shall be in writing, addressed to the appropriate party at its address on the signature page and given personally, by certified mail (return receipt requested), or by Federal Express, UPS, or other nationally recognized overnight carrier. All notices shall be effective upon the date of receipt. 16.3 Waiver. Non-enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Contract. 16.4 Headings. This Contract may be executed in one or more counterparts and by the parties hereto on separate counterparts, each of which when so executed and delivered shall be an original, but all the counterparts shall together constitute one and the same instrument. All signatures need not appear on the same counterpart. 16.5 Severability. The determination of the invalidity of all or any provision in this Contract shall not render the remaining provisions void or unenforceable, and this Contract shall thereafter be construed as though such invalid provision were not a part hereof. 16.6 Expiration. This proposal is valid for a period of 90 days from the date of the proposal. After 90 days, Consultant will consider extending the offer if requested to do so by Client. 010526 a Pg. 325 October 22, 2025 Mr. Joe Pung Benesch 8000 Regency Parkway, Suite 175 Cary, NC 27518 RE: Cape Fear Shiner Park Harnett County, North Carolina Dear Joe, Thank you for the opportunity to offer our engineering services for this project. Please find the following as our proposal for your review and approval. PROPOSAL FOR PROFESSIONAL ENGINEERING SERVICES PROJECT DESCRIPTION: 1. The project scope is limited to the Cape Fear Shiner Park located in Harnett County, North Carolina. 2. Our work includes: a. New electrical service to prefabricated restroom/picnic shelter. b. No mechanical or plumbing designs will be provided. BASIC SERVICES will include: 1. Our work is limited to the Electrical systems for the prefabricated restroom building. 2. We will attend meetings in the Raleigh area, or via teleconference, with your representatives, the Owner and others to discuss project design, coordination and progress. 3. We will provide electrical load data for completion of any necessary utility service application forms. 4. We will provide Design Development Drawings for our work. 5. We will provide Permit Drawings for our work. 6. We will provide specifications for our work via general notes on the drawings. 7. We will respond to, and revise our drawings for, comments regarding our work by jurisdictional authorities. SERVICES DURING CONSTRUCTION will include: 1. We will review shop drawings for our work and respond to “Request for Information” during construction. 2. We will conduct site visits when requested during construction to review our trades work and/or coordinate any field issues that may arise. We shall provide a written field report or updated plans after each visit. Mechanical Electrical Plumbing Lighthouse Engineering 1101 Haynes St. Suite 108 Raleigh, NC 27604 919.835.9781 LIGHTHOUSE Engineering Lighthouse engineering 010526 a Pg. 326 Cape Fear Shiner Park October 22, 2025 Page 2 of 3 ADDITIONAL SERVICES are those not listed in “Basic Services”, and include, but are not limited to the items listed below. Compensation for additional services will be invoiced hourly on a time card basis, unless a specific fee is noted below, or a lump sum fee is agreed upon. 1. Services required because of change in project size, quality, complexity, owner schedules, or method of bidding or negotiating for construction work (including division of the project into multiple permit sets). 2. Services in conjunction with evaluating substitutions, cost reductions, or value engineering items and subsequent revisions to the drawings, specifications or other documentation. 3. Additional review sets beyond those indicated in basic services and subsequent revisions to the drawings, specifications or other documentation, particularly any revisions made once a permit set has been issued. 4. Activities during Bid/Negotiation. 5. Activities during Construction other than shop drawing review, RFI responses, and construction observation visits as/if indicated in “Basic Services”. 6. Post Construction activities. 7. Photometric point analysis associated with site lighting. 8. Demolition Drawings. REQUIRED ITEMS we will need from you to begin our work: 1. One full set of Preliminary site plans, including floor plans, building sections and building elevations, in electronic format compatible with AutoCAD or Revit. 2. Schematic electrical layout for site/building lighting and preferred power devices/locations. 3. Civil site layout and Utility Plan(s). 4. If Site Electrical Plans are requested, Site Plan with parking and planting layout in electronic format compatible with AutoCAD. 5. One full set of the Owner’s guide plans, if any. SCHEDULE we would like to meet with you to discuss Electrical System design expectations and the project schedule. We expect that our work can be completed as follows: 1. Design Development Drawings can be provided fifteen business days after notice to proceed, approval of the Schematic Design and receipt of all “Required Items”. 2. Permit drawings can be provided fifteen business days after receipt of design development drawing review comments. REIMBURSABLE EXPENSES shall be compensated for the following items: 1. One set of electronic files in PDF format, for each item noted in “Basic Services” and/or “Optional Services” above, are included in the base fee. Printing and reproduction expenses, if incurred, will be charged to you with a 1.0 multiplier. We will not charge you for our internal plots and copies done for our own use. 2. Travel expenses will be included in the lump sum proposal for services requiring travel. 3. Mailing, courier, overnight, express, and other delivery service expenses. RISK ALLOCATION In recognition of the relative risks, rewards and benefits to the project to both the Client and Lighthouse Engineering, the risks have been allocated so that the Client agrees that, to the fullest extent permitted by law, Lighthouse Engineering’s total liability to the Client, for any and all injuries, claims, losses, expenses, damages or claim expenses arising out of this agreement, from any cause or causes, shall not exceed the total amount of $50,000.00 or the amount of our fee (whichever is greater). Such causes include, but are not limited to, negligence, errors, omissions, strict liability, breach of contract or breach of warranty. Further the Client agrees to obtain similar limitation of liability for the Client and Lighthouse from project owner. Mechanical Electrical Plumbing Lighthouse Engineering 1101 Haynes St. Suite 108 Raleigh, NC 27604 919.835.9781 LIGHTHOUSE Engineering Lighthouse engineering 010526 a Pg. 327 Cape Fear Shiner Park October 22, 2025 Page 3 of 3 COMPENSATION 1. We will provide the services indicated above for lump sum fees as follows: Basic Services $3,000.00 (DD - $1,800, Permit - $1,200) Services During Construction Shop drawing review and RFI response $950.00 2. We will provide hourly services at the following rates: Principal/Senior Engineer $225.00 Engineer $190.00 Designer $160.00 Administrative $80.00 PAYMENT 1. Services will be invoiced on a monthly basis based on completed work and/or with each submittal, as appropriate. 2. Payment will be considered past due if not paid in full within ten days after you receive payment for these services or sixty days after our invoice, whichever occurs first. Past due accounts are subject to a finance charge of 1.5% per month, 18% annually. Delivery of a subsequent stage of documents may be delayed if the account is past due. Again, I thank you for the opportunity to offer our services. I hope that you find the offer favorable, and we look forward to working with you. Respectfully, Lighthouse Engineering, James Hoffman III, PE ACCEPTANCE: If this proposal is acceptable, please complete the following, return a signed copy to us, and keep the signed original for your records. Signature _____________________________________ Printed Name _____________________________________ Title _____________________________________ Date _____________________________________ Your Project No._____________________________________ Mechanical Electrical Plumbing Lighthouse Engineering 1101 Haynes St. Suite 108 Raleigh, NC 27604 919.835.9781 LIGHTHOUSE Engineering Lighthouse engineering 010526 a Pg. 328 \\lecfile\department\Admin\Clerk to the Board docs\AGENDAS\2026\010526\7C 25.12.22 - 5 January 2026 agendaform2026 2.docx Page 1 of 2 Board Meeting Agenda Item MEETING DATE: January 5, 2026 TO: HARNETT COUNTY BOARD OF COMMISSIONERS SUBJECT: NC Housing Finance Agency (NCHFA) - Urgent Repair Program 2027 (URP27) REQUESTED BY: Barry A. Blevins, General Services - Community Development Director REQUEST: General Services Director requests the Harnett County Board of Commissioners consider and approve a request to apply for NCHFA's URP27 funds. The Urgent Repair Program (URP27) addresses emergency home repair needs or accessibility modifications for very low-income homeowners with special needs (very-low incomes households are those with incomes at or below 50% of the area median income). 50% AMI for Harnett County is generally around $22,295 for 1 person - $32,750 for 4 persons in the Household. These groups include homeowners who are elderly, disabled and veteran households. This program specifically assists homeowners with critical repairs that affect their health and safety or that cause an imminent threat of displacement. Staff plan to apply for $99,000 (minimum) with a $1,000 match. Match is available within current budget. Additionally, there is a $75 application fee for applying. Item 7C 010526 a Pg. 329 \\lecfile\department\Admin\Clerk to the Board docs\AGENDAS\2026\010526\7D.1 25.12.30 GL Agenda Req.docx Page 1 of 2 Board Meeting Agenda Item MEETING DATE: January 5, 2026 TO: HARNETT COUNTY BOARD OF COMMISSIONERS SUBJECT: Letter of Support / Commitment for Harnett Area Rural Transit System's Microtransit Application to Golden Leaf's Community-Based Grants Initiative (CBGI) REQUESTED BY: Barry A. Blevins, Director REQUEST: General Services Director requests the Harnett County Board of Commissioners consider and approve the request to support the application for microtransit services focusing on employment, training and education. If application is successful, Golden Leaf would fund $448,949 for the purchase of five (5) ADA compliant vans ($385,799), software for microtransit services ($58,150) and marketing ($5,000). Golden Leaf has requested a Letter of Support from the Board of Commissioners for the application and review committee's information. There is NO match, however, if the application is approved, county O&M budget would be expected to cover the costs of operating the new service and until the funded project is completed. Staff have analyzed the cost of operating microtransit for the first (1st) year and five additional (5 years beginning in FY27) to be an estimated $452,247 (1st) with revenues from fare collection and leveraging Rural Operating Assistance Program funds, with the majority coming from the Rural General Program (RGP) funds (Dial-A-Ride) allocation. FINANCE OFFICER’S RECOMMENDATION: COUNTY MANAGER’S RECOMMENDATION: Item 7D 010526 a Pg. 330 January 5, 2026 Golden LEAF Foundation Community-Based Grants Initiative (CBGI) 301 N. Winstead Avenue Rocky Mount, NC 27804 Dear Members of the Review Committee: Please accept this letter as an expression of financial support from the Harnett County Board of Commissioners for the grant application being submitted by the Harnett Area Rural Transit System (HARTS). Microtransit services can provide critical transportation opportunities for residents who are unable to schedule rides through HARTS due to current demand-response service capacity limitations. Expanding transportation options through microtransit will help ensure that more residents have reliable access to essential services, employment opportunities, educational institutions, and other important community resources. Recent studies have demonstrated that microtransit is a vital component in meeting the transportation needs of rural communities such as Harnett County. The Harnett County Board of Commissioners recognizes the importance of this service and strongly supports its implementation as a means of enhancing mobility and improving quality of life for our residents. We appreciate your consideration of this application and look forward to the successful implementation of this service and its positive impact on our community. Sincerely, Duncan E. Jaggers Chairman Harnett County Board of Commissioners 010526 a Pg. 331 010526 a Pg. 332 010526 a Pg. 333 \\lecfile\department\Admin\Clerk to the Board docs\AGENDAS\2026\010526\7E.1 Agenda- TECHOPS CONTRACT.docx Page 1 of 1 Board Meeting Agenda Item MEETING DATE: January 5, 2026 TO: HARNETT COUNTY BOARD OF COMMISSIONERS SUBJECT: Harnett County Public Library Request Contract Approval with Techops REQUESTED BY: Kimberly VanBeck REQUEST: Harnett County Public Library respectfully requests approval and signature of the finalized contract between HCPL and Techops for our Mobile Outreach Vehicle- Bookmobile. The board approved the RFP bid award to Techops on November 17, 2025. FINANCE OFFICER’S RECOMMENDATION: COUNTY MANAGER’S RECOMMENDATION: Item 7E 010526 a Pg. 334 1 STATE OF NORTH CAROLINA MASTER SERVICES AGREEMENT COUNTY OF HARNETT THIS MASTER SERVICES AGREEMENT (“Agreement”) is made, and entered into this the ____ day of December 2025, by and between the COUNTY OF HARNETT, a political subdivision of the State of North Carolina, (hereinafter referred to as "COUNTY") and TechOps Specialty Vehicles (hereinafter referred to as "CONTRACTOR"). This Master Agreement shall allow the parties to collaborate, agree upon, and fund, retrofit, provide maintenance and repair for a specialty vehicle provided to County as detailed in this Agreement. 1.SCOPE OF WORK This Master Agreement sets forth the terms and conditions of County’s agreement to (a) purchase and/or lease certain vehicles and equipment (“Equipment”) from Contractor; (b) engage Contractor to manage operations and logistics services; and (c) engage Contractor to perform custom replacement, retrofit, or fabrication services pursuant to any specific purchase/lease and service agreements, this Agreement and any addenda and Exhibits identified below. This Master Agreement shall be deemed to include the terms and conditions set forth in this Agreement; The Federal Funding Contract Addendum; the Preliminary Layout, Conversion Line-Item Specifications; Pricing – Payment Terms, Clarifications and Service Centers; (c) the TOSV Warranty – Winnebago Warranty; and (d) any Agreement Extension identified in this Agreement or otherwise entered into between the Contractor and County from time-to-time, each which are hereby incorporated as part of this Agreement an considered a part hereof. Fig 1 - List of Incorporated Extensions and Extension Exhibits Agreement Extension Exhibit Preliminary Layout, Conversion Line-Item Specifications A Pricing – Payment Terms, Clarifications & Service Centers B TOSV Warranty – Winnebago Warranty C 2.GENERAL TERMS AND CONDITIONS A.INDEPENDENT CONTRACTOR County and Contractor expressly agree and understand that Contractor is an independent contractor and nothing in this Agreement shall be construed in any way or manner, to create between them a relationship of employer and employee, principal and agent, partners or any other relationship other than that of independent parties contracting with each other solely for the purpose of carrying out the provisions of the Agreement. Accordingly, Contractor acknowledges that the Contractor and its employees are not eligible for any County benefits, including, but not limited to health insurance, retirement plans or stock option plans. Contractor is not the agent of the County and is not authorized and shall not have the power or authority to bind County or incur any liability or obligations, or act on behalf of County. At no time shall Contactor represent that 010526 a Pg. 335 2 it is an agent of the County, or that any of the views, advice, statements and/or information that may be provided while performing the services are those of the County. Contractor is solely responsible for directing and controlling the performance of the work, including the time, place and manner in which the Services are performed. Contractor shall use its best efforts in its own time and such manner as it sees fit. B. NONDISCLOSURE Contractor understands that it may receive, produce, or otherwise be exposed to County’s trade secrets, business, proprietary and/or technical information, including, without limitation, information concerning customers, customer support strategies, employees, research and development, financial information (including sales, costs, profits, and pricing methods), manufacturing, marketing, proprietary software, hardware, firmware, and related documentation, inventions (whether patentable or not), know-how, show-how, and other information considered to be confidential by County, and all derivatives, improvements and enhancements to any of the above (individually and collectively “Confidential Information”). Contractor hereby acknowledges that Confidential Information is the County's sole, exclusive and extremely valuable property. Accordingly, Contractor agrees to segregate all Confidential Information from information of other companies and agrees not to reproduce any Confidential Information without County's prior written consent, not to use the Confidential Information except in the performance of this Agreement, and not to divulge any part of the Confidential Information in any form to any third party, either during or after the term of this Agreement, except to County employees and Contractor employees who need to know such Confidential Information in order to perform the scope of work under this Agreement. C. DISPUTE The parties agree that it is in their mutual interest to resolve disputes informally. A claim by the Contractor shall be submitted in writing to the County for decision in accordance with the Notice requirements outlined in Paragraph T. A claim by the County shall be submitted in writing to the Contractor for decision in accordance with the Notice requirements outlines in Paragraph T. The parties shall negotiate in good faith and use all reasonable efforts to resolve such dispute(s). During the time the Parties are attempting to resolve any dispute, each shall proceed diligently to perform their respective duties and responsibilities under these Terms and Conditions. If a dispute cannot be resolved between the Parties within thirty (30) days after delivery of notice, either Party may elect to exercise any other remedies available under this Agreement, or at law. This term shall not constitute an agreement by either party to mediate or arbitrate any dispute. In the event of a dispute or question regarding an invoice submitted by Contractor: (a) all amounts not disputed or in question shall be promptly paid as and when required in Paragraph M, below.; County shall promptly transmit to Contractor an explanation of the dispute or question; (c) Contractor and County shall immediately seek to resolve the dispute or question; and (d) payment of any remaining amount shall be made within thirty (30) days of when the dispute or question is resolved. 010526 a Pg. 336 3 D. Contractor may charge and accrue interest on any past due amounts (other than disputed amounts or amounts in question as described herein) at the lesser of 1% per month or the maximum rate permitted by law. E. OBSERVATION OF LAWS AND REGULATIONS County will take appropriate action to ensure that its users observe all applicable federal and state laws pertaining to the operation of the Equipment. F. OPERATIONS County shall be solely responsible for providing qualified drivers to operate the Equipment in accordance with regulatory requirements. County shall hold Contractor harmless from any activities of County or its employees. G. PRICING and QUOTES Pricing is subject to change. Except as set forth herein, all quotes will be valid for sixty (60) days. Vehicle, chassis, and/or body quotations are subject to availability and are only valid as of the date of the quote. All quotations exclude any applicable sales or use taxes unless specified and included with the price FOB-MD. Pricing to complete the Work (as hereinafter defined) is based on equipment, material, and time/labor applicable on the date the quote is prepared and/or provided to County. Contractor reserves the right to revise and update the quote to meet any variations, whether due to increase in wages, materials, equipment, or increased costs outside Contractor’s reasonable control in relation to conditions discovered during the Work being performed. All pricing changes will be submitted to the County, including changes in chassis and/or body price, via Change Order and Contractor reserves the right to update and/or revise final pricing. Additionally, Contractor reserves the right to select all equivalent parts as long as they meet the specifications provided by the County. H. SERVICES Once a Purchase Order is submitted, Contractor will provide conversion services in accordance with specifications set forth on the final accepted quotation, and any amendments thereto (the “Work”). The Work shall be performed in Stevensville, MD unless otherwise specified by Contractor in Contractor’s sole discretion. Contractor will perform all Work in a good and workmanlike manner. Contractor will work with the County to determine appropriate specifications, materials, and equipment when appropriate. County acknowledges that Contractor is not responsible for the accuracy or appropriateness of any specifications provided to the County. I. VEHICLE/CHASSIS PURCHASE & ARRIVAL Contractor is not a dealer. However, Contractor may assist the County with selecting a vehicle, chassis, and/or body from a dealer that is suitable for the conversion based on the specifications provided by the County and Contractor knowledge and experience. Contractor will endeavor to help the County purchase a safe and reliable vehicle, chassis, and/or body. Contractor may, in its sole discretion, advance payments for the vehicle, chassis, and/or body to such dealers on behalf of County. County acknowledges that the vehicle, chassis, and/or body will be purchased directly from the dealer and that Contractor does not, and will not, take title to the vehicle prior to its sale to the County. If Contractor assists the County with the purchase of the vehicle, chassis, and/or body, Contractor will arrange for delivery of the 010526 a Pg. 337 4 vehicle to Contractor for conversion by the dealer. If the County purchases a vehicle, chassis, and/or body without the assistance of Contractor, County shall arrange for the vehicle, chassis, and/or body to be delivered to Contractor. County shall be responsible for all deliveries. J. PRODUCTION TIME; COMMENCEMENT; AND COMPLETION DATE Production time shall be estimated by the Project Manager when the order is placed taking into consideration the estimated arrival of he vehicle, chassis, and/or body at Contractor, equipment. The production time estimate will be confirmed when all plans are approved by Contractor and accepted by the County. The necessity of special parts or changes in the type of equipment, materials, vehicle, chassis, or body, or a delay in the delivery of the vehicle, chassis, or body may cause a delay to the estimated production time. The Work will commence upon delivery of the vehicle, chassis, body, equipment, or materials, whichever is delivered to Contractor later. All delays will be communicated to the County by Contractor. Any completion date or delivery date indicated by Contractor is subject to change by Contractor its sole discretion. The time for completion of the Work or delivery is not “of the essence.” Contractor will encumber the chassis and/or body upon receipt of the deposit payment from the County and signed specs; however, Contractor has no control over the timing and delivery of chassis and body from dealerships and/or body manufacturers. Contractor will provide estimates and updates on this timing throughout the project. K. CHANGE ORDERS Any modifications to the initial order will result in a Change Order to be signed by the County. Change Order pricing is billed on a tier-basis and dependent on the current status of the project (i.e. pre-engineering, engineering, production) at the time the Change Order is presented. All Change Orders are invoiced separately from the milestone payments on the original order and due in full upon County approval of the Change Order. Modifications in scope and materials will result in a new production time estimate for the overall project, and a new completion date estimate will be provided by the Project Manager once plans are approved by Contractor and accepted by the County. Contractor reserves the right to revise and update pricing at any point during the project if there are material increases in cost and/or labor changes. Contractor reserves the right to hold original milestone payment due dates in the event of a project delay caused by a Change Order. In such instances, County will be invoiced for the milestone as planned with a holdback amount to be due upon completion. L. CANCELLATIONS; NO REFUNDS Upon acceptance by the County of the final quotation, the Work may not be cancelled unless otherwise agreed upon in writing by the Contractor. In the event the County cancels an order, the County shall not be entitled to a refund of any amount paid to Contractor by County. County shall remain responsible for all amounts advanced on County’s behalf pursuant to the approved Work, including, but not limited to, amounts paid to dealers, vendors, or suppliers for equipment, materials, vehicles, chassis, or bodies. Contractor may cancel the Work at any time. If Contractor cancels the Work, Contractor shall refund all payments made to Contractor; provided however, that Contractor shall not be required to refund any amount of advanced payments made on behalf of the County by Contractor to dealers for the vehicle, chassis, and/or body. Contactor shall 010526 a Pg. 338 5 cooperate with the County to assist County with obtaining possession and title of the vehicle, chassis, and/or body. M. PAYMENTS AND DEPOSITS Upon submission of a Purchase Order, County shall pay to Contractor a deposit in the amount equal to 50% of the Total Contract Price (as set forth in the final, accepted quotation). If Contractor assists the County with purchasing a vehicle, chassis, and/or body by advancing payment on behalf of the County to the dealer, the County shall pay to Contractor 25% of the Contract Price (as set forth in the final, accepted quotation, the “Vehicle Price”) upon completion of the vehicle, chassis, and/or body (as identified by Contractor), 15% of the Total Contract Price, including any outstanding balances for Change Orders, shall be paid 30 days prior to completion of the Work. The remaining 10% balance of the Contract Price shall be paid at acceptance of the vehicle. Failure to pay any amount when due shall result in Contractor charging a storage fee of $100.00 per day until past due amounts and the storage fees are paid in full. Contractor will not release the vehicle or MSO until all balances due have been paid in full. As the project completion nears, Contractor will coordinate inspection and acceptance with the County. County is solely responsible for being available to inspect and accept vehicle at the end of the project. Any delays in acceptance due to County scheduling are subject to the storage fee noted above. Regardless of County’s availability to schedule acceptance, payment is due in full within ten (10) days of project completion. All payments shall be made to TechOps Specialty Vehicles, 218-A Log Canoe Circle, Stevensville, MD 21666. Payments shall be made by wire transfer, check, or credit card, unless otherwise agreed by Contractor in writing. A fee of 3.5% will be charged to the County and added to each payment amount for all credit card payments. The wiring information is as follows: Eagle Bank, 7815 Woodmont Ave, Bethesda, MD 20814. ABA: 055003289, Account: 200418283. N. DELIVERY Upon completion of a project, all vehicles are FOB TechOps Specialty Vehicles, 218-A Log Canoe Circle, Stevensville, MD 21666 unless otherwise stated. The County is solely responsible for coordinating and scheduling transportation of the finished vehicle from Contractor facility to its destination. If delivery is requested as part of the quote, Contractor will provide a transportation allowance estimate. This estimate will not be finalized and reconciled until a certified third party provides a quotation at the end of the project. All delivery charges will be separately from all milestones at the time of delivery of the completed project. O. RIGHTS OF CONTRACTOR UPON NONPAYMENT BY CUSTOMER In the event the County fails to pay the remaining balance of the Total Contract Price when due, Contractor reserves the right to suspend the work, withhold delivery of the converted vehicle to the County, and/or may pursue all legal rights and remedies in both law and equity in North Carolina. By accepting the quotation, County acknowledges Contractors’ security interest and right to lien County’s vehicle, chassis, and/or body for installed, yet unpaid equipment, materials, labor, parts, and supplies. 010526 a Pg. 339 6 P. LIMITED WARRANTY; MANUFACTURER WARRANTY Contractor offers a one (1) year warranty for its wiring and cabinetry workmanship beginning on the date the vehicle is delivered to the County. In the event any repairs or replacement of warranted items covered by Contractor’s one (1) year warranty, County is required to contact Contractor’s service department within ten (10) days to obtain approval for any and all repairs or replacements covered under the one (1) year warranty. Once approved, County or its authorized representative shall submit an invoice to Contractor’s accounting department for payment. Approval must be obtained in writing prior to commencing and completing any repairs and replacement. Contractor warranty does not cover damage to the vehicle or its workmanship resulting from negligence, unauthorized modifications, natural disaster, accident, theft, or loss. The chassis, vehicle body, and all equipment, components, materials are warranted by their respective manufacturers. Contractor offers optional extended warranties. Except as otherwise set forth herein or agreed upon in writing signed by the parties, Contractor does not warrant (whether express, implies, or otherwise, without limitation, any implied warranties of merchantability or fitness for a particular purpose) the chassis, vehicle body, or any of the equipment, components, or materials used in performing the work. Q. CUSTOMER SUPPLIED EQUIPMENT Any County supplied equipment must arrive complete and correct for the installation, and in good working condition. Contractor shall not be responsible for any County supplied equipment not 100% functional upon arrival. Any pricing quoted does not include any parts, components, repairs, or modifications to existing equipment. The work cannot commence until all parts are delivered to Contractor. Used equipment may be subject to additional charges and will carry no warranty except for workmanship. If there are any failures during or after the County supplied equipment, the County shall be responsible for the cost of all repairs and related expenses. Contractor reserves the right to reject the use of County supplied equipment in its sole discretion. Contractor reserves the right to hold original milestone payment due dates in the event of a project delay caused by County supplied equipment. In such instances, County will be invoiced for the milestone as planned with a holdback amount to be due upon completion. All County supplied communications equipment must be complete, fully operations, and programmed upon arrival at Contractor. Equipment that des not meet the foregoing requirements will be installed in the designated locations with all wiring in place by not attached to the equipment. Contractor will have no further responsibility and it will be necessary for County’s communications vendor to complete the installation. At the request of the County, Contractor may make arrangements at a qualified local vendor to complete the installation, and the County shall be responsible for any and all expenses and costs incurred by Contractor. County acknowledges that the work will be delayed until the equipment is returned in good, working order. R. INDEMNITY To the extent allowed by law, County agrees to indemnify, hold harmless and defend, at its sole cost, Contractor from and against all claims, loss, expenses, damages and liabilities however caused, resulting directly or indirectly from County’s or the public’s possession, use and/or operation of the Equipment. In the event of litigation regarding the Equipment or operation of the Equipment, Contractor shall be entitled to choose its own attorney to represent it in any proceeding, 010526 a Pg. 340 7 action, and/or lawsuit; however, County shall bear the sole cost of such representation. County agrees to indemnify, hold harmless and defend, at its sole cost, Contractor from and against all claims, loss, expenses, damages and liabilities however caused, resulting directly from County’s negligence or negligence of the public. S. COUNTY’S INSURANCE COVERAGE County is legally obligated to maintain insurance for the protection of the public. County shall also maintain insurance covering the risk of physical loss or damage to the Equipment which does not result from the negligent actions, misuse, abuse, or omissions by County or the Public. County shall assume all risk of loss or damage to the Equipment resulting from the negligent actions, misuse, abuse, or omissions by County or their visitors. T. ESCROW ACCOUNTS Contractor shall not retain any funds belonging to County or establish any escrow or reserve account for County. U. NOTICE Notices required or provided for under this Contract shall be sufficient if sent by certified mail, return receipt requested or via personal delivery to such addresses as the parties may designate from time to time in writing. Notice shall be deemed to be given and received three days after being sent certified mail or upon hand delivery to the address below: To Contractor: TechOps Specialty Vehicles 218-A Log Canoe Circle Stevensville, MD 21666 To County: County of Harnett Post Office Box 759 Lillington, NC 27546 With Copy to: Senior Staff Attorney County of Harnett Post Office Box 238 Lillington, NC 27546 V. GOVERNING LAW, JURISDICTION & LIMITATIONS These terms and conditions and the parties’ actions, rights, and liabilities under these terms and conditions shall be governed by and construed under the laws of the State of North Carolina, without reference to conflict of law principles. The parties hereby expressly consent to the jurisdiction and venue of the federal and state courts within the State of North Carolina. Venue shall be in Harnett County Superior Court located in Lillington, North Carolina or the Federal 010526 a Pg. 341 8 Eastern District, as the case may be. W. ENTIRE AGREEMENT/APPLICABLE LAWS These terms and conditions are the final, accepted quotation referenced herein, constitute the entire agreement between the Parties concerning all work, parts, equipment, materials, labor, vehicles, chassis, and bodies provided by Contractor and supersedes all previous communications, representations, understandings, and agreements, whether verbal or written between the parties or their authorized representatives to these terms and conditions. No representation or statement of any kind made by either party, which is not expressly states in this Agreement, shall be binding on the Parties hereto. X. AMENDMENTS No waiver, amendment, or modification of any provisions of these Terms and Conditions shall be effective unless in writing and with the express approval of the parties. Y. ASSIGNABILITY & BINDING EFFECT Except as expressly set forth within terms and conditions, the County may not transfer or assign, directly or indirectly, these Terms and Conditions or its rights and obligations hereunder without the express written permission of the Contractor. Contractor shall have the right to assign or otherwise transfer these Terms and Conditions prior to such assignment or transfer. These Terms and Conditions shall be binding upon and inure to the benefit of the parties hereto, their successors, and assigns. Z. EXTENSION The Agreement may be extended for additional periods of twelve (12) months in accordance with the provisions of this Agreement upon written agreement and payment of approved invoices. AA. TERMINATION Should County breach the terms of this Agreement, Contractor will provide County written notice of that breach and direction to cure. If County refuses to cure the breach within ten (10) days’ notice, Contractor may provide written notice of termination to the County terminating the Agreement. BB. TERMINATION BY THE COUNTY FOR CONVENIENCE Should County desire to terminate the Agreement for convenience without cause, thirty (30) days’ written notice must be provided to Contractor.. County shall be required to pay Contractor for all work performed and all material and other costs incurred through the date of termination. CC. FORCE MAJEURE In the event either party is rendered unable, wholly or in part, by Force Majeure to carry out its obligations under this Agreement, other than to make payments then or thereafter due hereunder, it is agreed that on such party giving notice and full particulars of such Force Majeure in writing to the other party as soon as possible after the occurrence of the cause relied on, then the obligations of the party giving such notice, so far as they are affected by such Force Majeure, shall be suspended during the continuance of any inability so caused but for no longer period, and such 010526 a Pg. 342 9 cause shall as far as possible be remedied with all reasonable and diligent dispatch by the party claiming such in order to put itself in a position to carry out its obligations under this Agreement. The term “Force Majeure” shall mean any causes, whether of the kind herein enumerated or otherwise, not within the control of the party claiming suspension and which by the exercise of due diligence such party could not have prevented, including any act of God, any act or omission of any government authority, explosions, fire, riot, war. DD. NO DAMAGES FOR DELAY Speed is the essence in this work. However, in no event shall Contractor be liable to County for any damages or increased compensation of any kind for any delay or disruption to County’s operations regardless of whether such delay is caused by Contractor, or other parties under Contractor’s control, or by Force Majeure, or by any other cause. IN WITNESS WHEREOF, the parties have caused this Master Agreement to be executed by their duly authorized representatives to be effective as of the date first above written. COUNTY OF HARNETT Signature: ____________________________ Duncan E. Jaggers Chairman, Harnett County Board of Commissioners TECHOPS SPECIALTY VEHICLES Signature: ___________________________ Jonathan Brianas President This instrument has been pre-audited in the manner required by the Local Government Budget and Fiscal Control Act. By:_________________________________ Name: Kimberly Honeycutt Title: County Finance Officer 010526 a Pg. 343 FEDERAL FUNDING CONTRACT ADDENDUM This FEDERAL FUNDING CONTRACT ADDENDUM (this “Addendum”) is entered into by and between TechOps, Incorporated, a Maryland Corporation (“TechOps”), and County of Harnett, a political subdivision of the State of North Carolina (“Client”), and forms an integral part of the Contract (as defined in Section I hereof). RECITALS WHEREAS, Client has received, either as a Recipient or Subrecipient (as each such term is defined in Section I hereof) a grant from the 2025-2026 Library Services and Technology Act (LTSA); and WHEREAS, Client intends to pay, in part or in whole, for the cost of the Contract (as defined in Section I hereof) using monies received from LTSA grant; and WHEREAS, pursuant to the Regulatory Requirements, Client must comply with the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, 2 C.F.R. Part 200; and WHEREAS, pursuant to 2 C.F.R. § 200.327, Client must include within the Contract applicable provisions described in Appendix II to 2 C.F.R. Part 200, each of which is contained in this Addendum; and WHEREAS, Client shall not enter into the Contract or make any distributions of funds to TechOps using monies from the Fiscal Recovery Funds absent TechOps’s agreement and adherence to each term and condition contained herein. NOW THEREFORE, TechOps and Client do mutually agree as follows: AGREEMENTS I. Definitions A. Unless otherwise defined in this Addendum, capitalized terms used in this Addendum shall have the meanings ascribed thereto in this Section I. 1. “Administering Agency” shall have the meaning specified in 41 C.F.R. § 60-1.3. 2. “Applicant” shall have the meaning specified in 41 C.F.R. § 60-1.3, which is provided here for ease of reference: (“An applicant for Federal assistance involving a construction contract, or other participant in a program involving a construction contract as determined by regulation of an administering agency. The term also includes such persons after they become recipients of such Federal assistance.”). 3. “Construction Work” shall have the meaning specified in 41 C.F.R. § 60-1.3, which is provided here for ease of reference: (“[T]he construction, rehabilitation, alteration, conversion, extension, demolition or repair of buildings, highways, or other changes or improvements to real property, including facilities providing utility services. The term also includes the supervision, inspection, and other onsite functions incidental to the actual construction.”). 010526 a Pg. 344 4. “Contract” shall mean the legal instrument by which Client, as a Recipient or Subrecipient, shall purchase from TechOps property or services needed to carry out a project or program under a federal award, and of which this Addendum shall constitute an integral part. 5. “TechOps” shall mean the entity named as “TechOps Specialty Vehicles” in this Addendum that has received a Contract from Client. 6. “Federally Assisted Construction Contract” shall have the meaning specified in 41 C.F.R. § 60-1.3, which is provided here for ease of reference: (“[A]ny agreement or modification thereof between any applicant and a person for construction work which is paid for in whole or in part with funds obtained from the Government or borrowed on the credit of the Government pursuant to any federal program involving a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any federal program involving such grant, contract, loan, insurance, or guarantee, or any application or modification thereof approved by the government of the United States of America for a grant, contract, loan, insurance, or guarantee under which the applicant itself participates in the construction work.”). 7. “Government” shall have the meaning specified in 41 C.F.R. § 60-1.3, which is provided here for ease of reference: (“[T]he government of the United States of America.”). 8. “Laborer” or “Mechanic” shall have the meaning specified in 29 C.F.R. § 5.2(m), which is provided here for ease of reference: (“The term laborer or mechanic includes at least those workers whose duties are manual or physical in nature (including those workers who use tools or who are performing the work of a trade), as distinguished from mental or managerial. The term laborer or mechanic includes apprentices, trainees, helpers, and, in the case of contracts subject to the Contract Work Hours and Safety Standards Act, watchmen or guards. The term does not apply to workers whose duties are primarily administrative, executive, or clerical, rather than manual. Persons employed in a bona fide executive, administrative, or professional capacity as defined in part 541 of [Title 40 of the United States Code] are not deemed to be laborers or mechanics. Working foremen who devote more than 20 percent of their time during a workweek to mechanic or laborer duties, and who do not meet the criteria of [Title 40 of the United States Code], are laborers and mechanics for the time so spent.”). 9. “Recipient” shall mean an entity that receives a federal award directly from a federal awarding agency. The term does not include subrecipients or individuals that are beneficiaries of an award. 10. “Subcontract” shall mean any agreement entered into by a TechOps subcontractor to furnish supplies or services for the performance of this Contract or a Subcontract. It includes, but is not limited to, purchase orders and changes and modifications to purchase orders. 11. “Subcontractor” shall mean an entity that receives a Subcontract. 12. “Subrecipient” shall mean an entity that receives a subaward from a pass-through entity to carry out part of a federal award; but it does not include an individual that is a beneficiary of such award. A subrecipient may also be a recipient of other federal awards directly from a federal awarding agency. 010526 a Pg. 345 13. “Tier” shall have the meaning indicated in 2 C.F.R. Part 180 and illustrated in 2 C.F.R. Part 180, Appendix II. 14. “Client” shall have the meaning indicated in the preamble to this Addendum. II. Contract Work Hours and Safety Standards Act A. Overtime Requirements. No TechOps or TechOps Subcontractor contracting for any part of the Contract work which may require or involve the employment of Laborers or Mechanics shall require or permit any such Laborer or Mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such Laborer or Mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. B. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in Section II.A. (Overtime Requirements), above, TechOps and any TechOps Subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such TechOps or TechOps Subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual Laborer or Mechanic, including watchmen and guards, employed in violation of the clause set forth in Section II.A. (Overtime Requirements), above, in the sum of $33 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in Section II.A. (Overtime Requirements), above. C. Withholding for Unpaid Wages and Liquidated Damages. Client shall, upon its own action or upon written request of an authorized representative of the Department of Labor, withhold, or cause to be withheld, from any moneys payable on account of work performed by TechOps or SubTechOps under any such contract or any other federal contract with the same prime TechOps, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime TechOps, such sums as may be determined to be necessary to satisfy any liabilities of TechOps or TechOps Subcontractor for unpaid wages and liquidated damages as provided in Section II.B. (Violation; Liability for Unpaid Wages; Liquidated Damages) of this section. D. Subcontracts. TechOps or TechOps Subcontractors shall insert in any Subcontract the clauses set forth in Sections II.A. through II.D. and also a clause requiring TechOps Subcontractors to include these clauses in any lower-Tier Subcontracts. TechOps shall be responsible for compliance by any first-Tier TechOps Subccontractors or lower-Tier TechOps Subcontractors with the clauses set forth in Sections II.A. through II.D. E. Payroll and Records. TechOps or TechOps Subcontractors shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the Contract for all Laborers and Mechanics, including guards and watchmen, working on the Contract. Such records shall contain the name and address of each such employee, Social Security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Records to be maintained under 010526 a Pg. 346 this provision shall be made available by TechOps or TechOps Subcontractors for inspection, copying, or transcription by authorized representatives of the Department of the Treasury and the Department of Labor, and TechOps or TechOps Subcontractors will permit such representatives to interview employees during working hours on the job. F. Exceptions. None of the requirements of Section II of this Addendum shall apply if this Contract is a Contract (1) for transportation by land, air, or water; (2) for the transmission of intelligence; (3) for the purchase of supplies, materials, or articles ordinarily available in the open market; or (4) in an amount that is equal to or less than $100,000. III. Clean Air Act and Federal Water Pollution Control Act A. Clean Air Act. TechOps agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq. TechOps agrees to report each violation to Client and understands and agrees that Client will, in turn, report each violation as required to Treasury and the appropriate Environmental Protection Agency Regional Office. TechOps agrees to include these requirements in each Subcontract exceeding $150,000 financed, in whole or in part, with federal assistance provided by Treasury. B. Federal Water Pollution Control Act. TechOps agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. §§ 1251 et seq. TechOps agrees to report each violation to Client and understands and agrees that Client will, in turn, report each violation as required to assure notification to Treasury and the appropriate Environmental Protection Agency Regional Office. TechOps agrees to include these requirements in each Subcontract exceeding $150,000 financed, in whole or in part, with federal assistance provided by Treasury. IV. Debarment and Suspension A. Due to its receipt of Fiscal Recovery Funds, Client is a participant in a nonprocurement transaction (defined at 2 C.F.R. § 180.970) that is a covered transaction pursuant to 2 C.F.R. § 180.210 and 31 C.F.R. § 19.210. Therefore, this Contract is a lower-Tier covered transaction for purposes of 2 C.F.R. Part 180 and 31 C.F.R. Part 19 if (1) the amount of this Contract is greater than or equal to $25,000 (2 C.F.R. § 180.220(b)(1); 31 C.F.R. § 19.220(b)(1)); (2) the Contract requires the consent of an official of the Department of the Treasury (2 C.F.R. § 180.220(b)(2); 31 C.F.R. § 19.220(b)(2)); or (3) this Contract is for federally required audit services (2 C.F.R. § 180.220(b)(3); 31 C.F.R. § 19.220(b)(3)). B. If this Contract is a covered transaction as set forth in Section IV.A., above, TechOps hereby certifies as of the date hereof that TechOps, TechOps’s principals (defined at 2 C.F.R. § 180.995), and the affiliates (defined at 2 C.F.R. § 180.905) of both TechOps and TechOps’s principals are not excluded (defined at 2 C.F.R. § 180.935) and are not disqualified (defined at 2 C.F.R. § 180.935). If any of the foregoing persons are excluded or disqualified and the Secretary of the Treasury has not granted an exception pursuant to 31 C.F.R. § 19.120(a), (1) this Contract shall be 010526 a Pg. 347 void, (2) Client shall not make any payments of federal financial assistance to TechOps, and (3) Client shall have no obligations to TechOps under this Contract. C. TechOps must comply with 2 C.F.R. Part 180, Subpart C and 31 C.F.R. Part 19 and must include a requirement to comply with these regulations in any lower-Tier covered transaction into which it enters. This certification is a material representation of fact relied upon by Client, and all liability arising from an erroneous representation shall be borne solely by TechOps. D. If it is later determined that TechOps did not comply with 2 C.F.R. Part 180, Subpart C and 31 C.F.R. Part 19, in addition to remedies available to Client, the Government may pursue available remedies, including but not limited to suspension and/or debarment. V. Byrd Anti-Lobbying Amendment A. TechOps certifies to Client, and TechOps shall cause each Tier below it to certify to the Tier directly above such Tier, that it has not used and will not use federally 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 U.S.C. § 1352. TechOps shall, and shall cause each Tier below it, to disclose any lobbying with non– federally appropriated funds that takes place in connection with obtaining any federal award. Such disclosures (to be set forth on Standard Form-LLL, contained in 31 C.F.R. Part 21, Appendix B) shall be forwarded from Tier to Tier up to the Client, which will, in turn, forward the certification(s) to Treasury. TechOps shall cause the language of this Section V.A. to be included in all Subcontracts. This certification is a material representation of fact upon which Client has relied when entering into this Contract, and all liability arising from an erroneous representation shall be borne solely by TechOps. B. If TechOps bids or applies for a contract exceeding $100,000 (including this Contract, if applicable), TechOps also must file with Client the certification in Attachment 1 to this Addendum, which is attached hereto and incorporated herein. C. TechOps also shall cause any TechOps Subcontractor with a Subcontract (at any Tier) exceeding $100,000 to file with the Tier above it the certification in Attachment 1 to this Addendum, which is attached hereto and incorporated herein. VI. Procurement of Recovered Materials A. Section VI.B. shall apply if (1) this Contract involves the purchase of an item designated by the Environmental Protection Agency (“EPA”) in 40 C.F.R. Part 247 that exceeds $10,000 or (2) the total value of such designated items acquired during Client’s preceding fiscal year exceeded $10,000. B. In the performance of the Contract, TechOps shall make maximum use of products containing recovered materials that are EPA-designated items, unless the product cannot (1) be acquired competitively within a timeframe providing for compliance with the Contract performance schedule, (2) meet Contract performance requirements, or (3) be acquired at a reasonable price. Information about this requirement, along with the list of EPA-designated items, is available on 010526 a Pg. 348 EPA’s website. TechOps also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. VII. Domestic Preferences for Procurements A. For purposes of this Section VII, the terms below are defined as follows: 1. “Produced in the United States” means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coating, occurred in the United States. 2. “Manufactured Products” means items and construction materials composed, in whole or in part, of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. B. As applicable, and to the extent consistent with law, TechOps should, to the greatest extent practicable, provide a preference for the purchase, acquisition, or use of goods, products or materials Produced in the United States. This includes, but is not limited to, iron, aluminum, steel, cement, and other Manufactured Products. TechOps shall cause any TechOps Subcontractor to include the requirements of this Section VII in any Subcontracts. VIII. Breach of Contract A. Remedies Substantial failure of TechOps to complete the Project in accordance with the terms of this Agreement will be a default of this Agreement. In the event of a default, the Client will have all remedies in law and equity, including the right to specific performance, without further assistance, and the rights to termination or suspension as provided herein. TechOps recognizes that in the event of a breach of this Agreement by the TechOps before the Client takes action contemplated herein, the Client will provide the TechOps with fourteen (14) days written notice that the CLIENT considers that such a breach has occurred and will provide TechOps a reasonable period of time to respond and to take necessary corrective action. B. Disputes The Client and TechOps intend to resolve all disputes under this Agreement to the best of their abilities in an informal manner. To accomplish this end, the parties will use an Alternative Dispute Resolution process to resolve disputes in a manner designed to avoid litigation. In general, the parties contemplate that the Alternative Dispute Resolution process will include, at a minimum, an attempt to resolve disputes through communications between their staffs, and, if resolution is not reached at that level, a review and action on such disputes by appropriate management level officials within the Client and the TechOps’s organization. In the event that a resolution of the dispute is not mutually agreed upon, the parties can agree to mediate the dispute or proceed with litigation. Unless otherwise directed by Client, TechOps shall continue performance under this Contract while matters in dispute are being resolved. Notwithstanding any provision of this section, or any other provision of this Contract, it is expressly agreed and understood that any court proceeding arising out of a dispute under the 010526 a Pg. 349 Contract shall be heard by a Court de novo and the court shall not be limited in such proceeding to the issue of whether the Authority acted in an arbitrary, capricious or grossly erroneous manner. Pending final settlement of any dispute, the parties shall proceed diligently with the performance of the Contract, and in accordance with the CLIENT’s direction or decisions made thereof. C. Waiver The duties and obligations imposed by the Contract documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the Client or TechOps shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. IX. Access to Records A. TechOps agrees to provide Client, the Department of the Treasury, the Treasury Office of Inspector General, the Government Accountability Office, and the Comptroller General of the United States, or any authorized representatives of these entities, access to any records (electronic and otherwise) of TechOps which are directly pertinent to this Contract to conduct audits or any other investigations. TechOps agrees to permit any of the foregoing parties to reproduce such records by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. B. TechOps agrees to retain all records covered by this Section IX through December 31, 2031, or such longer period as is necessary for the resolution of any litigation, claim, negotiation, audit, or other inquiry involving the Contract. X. Conflicts of Interest; Gifts and Favors A. TechOps understands that (1) Client will use Fiscal Recovery Funds to pay for the cost of this Contract and (2) the expenditure of Fiscal Recovery Funds is governed by the [Conflict of Interest Policy] of the Client, the Regulatory Requirements (including, without limitation, 2 C.F.R. § 200.318(c)(1)), and North Carolina law (including, without limitation, G.S. 14-234(a)(1) and - 234.3(a)). B. TechOps certifies to Client that as of the date hereof, to the best of its knowledge after reasonable inquiry, no employee, officer, or agent of Client involved in the selection, award, or administration of this Contract (each a “Covered Individual”); no member of a Covered Individual’s immediate family; no partner of a Covered Individual; and no organization (including TechOps) which employs or is about to employ a Covered Individual has a financial or other interest in, or has received a tangible personal benefit from, TechOps. Should TechOps obtain knowledge of any such 010526 a Pg. 350 interest or any tangible personal benefit described in the preceding sentence after the date hereof, TechOps shall promptly disclose the same to Client in writing. C. TechOps certifies to Client that it has not provided, nor offered to provide, any gratuities, favors, or anything of value to an officer, employee, or agent of Client. Should TechOps obtain knowledge of the provision, or offer of any provision, of any gratuity, favor, or anything of value to an officer, employee, or agent described in the preceding sentence after the date hereof, TechOps shall promptly disclose the same to Client in writing. XI. Assurances of Compliance with Title VI of the Civil Rights Act of 1964 A. TechOps and any TechOps Subcontractors, or the successor, transferee, or assignee of TechOps or any TechOps Subcontractor, shall comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients of federal financial assistance from excluding from a program or activity, denying benefits of, or otherwise discriminating against a person on the basis of race, color, or national origin (42 U.S.C. §§ 2000d et seq.), as implemented by the Department of the Treasury’s Title VI regulations, 31 C.F.R. Part 22, which are herein incorporated by reference and made a part of this Contract. Title VI also provides protection to persons with “Limited English Proficiency” in any program or activity receiving federal financial assistance, 42 U.S.C. §§ 2000d et seq., as implemented by Treasury’s Title VI regulations, 31 C.F.R. Part 22, and herein incorporated by reference and made a part of this Contract. XII. Other Non-Discrimination Statutes A. TechOps acknowledges that Client is bound by and agrees, to the extent applicable to TechOps, to abide by the provisions contained in the federal statutes enumerated below and any other federal statutes and regulations that may be applicable to the expenditure of Fiscal Recovery Funds: 1. The Fair Housing Act, Title VIII of the Civil Rights Act of 1968 (42 U.S.C. §§ 3601 et seq.), which prohibits discrimination in housing on the basis of race, color, religion, national origin, sex, familial status, or disability; 2. Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. § 794), which prohibits discrimination on the basis of disability under any program or activity receiving federal financial assistance; 3. The Age Discrimination Act of 1975, as amended (42 U.S.C. §§ 6101 et seq.), and Treasury’s implementing regulations at 31 C.F.R. Part 23, which prohibit discrimination on the basis of age in programs or activities receiving federal financial assistance; and 4. Title II of the Americans with Disabilities Act of 1990, as amended (42 U.S.C. §§ 12101 et seq.), which prohibits discrimination on the basis of disability in programs, activities, and services provided or made available by state and local governments or instrumentalities or agencies thereto. 010526 a Pg. 351 XIII. Miscellaneous A. Increasing Seat Belt Use in the United States. Pursuant to Executive Order 13043, 62 Fed. Reg. 19,216 (Apr. 18, 1997), Client encourages TechOps to adopt and enforce on-the-job seat belt policies and programs for its employees when operating company-owned, rented, or personally owned vehicles. B. Reducing Text Messaging While Driving. Pursuant to Executive Order 13513, 74 Fed. Reg. 51,225 (Oct. 6, 2009), Client encourages TechOps to adopt and enforce policies that ban text messaging while driving. XIV. Conflicts and Interpretation A. To the extent that any portion of this Addendum conflicts with any term or condition of this Contract expressed outside of this Addendum, the terms of this Addendum shall govern. TECHOPS: By: _________________________________________ Name: _______________________________________ Title: _______________________________________ CLIENT: By: _________________________________________ Name: _______________________________________ Title: _______________________________________ 010526 a Pg. 352 ATTACHMENT 1 TO FEDERAL FUNDING CONTRACT ADDENDUM – CERTIFICATION REGARDING LOBBYING The undersigned certifies, to the best of the undersigned’s knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, or the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. 4. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31 of the U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. TechOps, ______________________, certifies and affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the TechOps understands and agrees that the provisions of 31 U.S.C. Chapter 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. __________________________________________ Signature of TechOps’s Authorized Official __________________________________________ Name and Title of TechOps’s Authorized Official __________________________________________ Date 010526 a Pg. 353 \\lecfile\department\Admin\Clerk to the Board docs\AGENDAS\2026\010526\7F.1 Agenda Memo_McIver Street Temporary Easement.docx Page 1 of 1 Board Meeting Agenda Item MEETING DATE: January 5, 2026 TO: HARNETT COUNTY BOARD OF COMMISSIONERS SUBJECT: Temporary Easement for Sidewalk Construction REQUESTED BY: Christopher Appel, Senior Staff Attorney REQUEST: Legal requests the approval of a Temporary Easement for sidewalk construction along McIver Street from 280' East of Poplar Street to Wilma Street and along Wilma Street from McIver Street to 170' North of Horseshoe Place. FINANCE OFFICER’S RECOMMENDATION: COUNTY MANAGER’S RECOMMENDATION: Item 7F 010526 a Pg. 354 Revenue Stamps $ TEMPORARY EASEMENT THIS INSTRUMENT DRAWN BY Brian Blick CHECKED BY Sarah Mills RETURN TO: TELICS Right of Way Services 2540 Mill Street Winterville, NC 28590 NORTH CAROLINA TIP/PARCEL NUMBER: BL-0090 COUNTY OF Harnett WBS ELEMENT: 50784.1.3 TAX PARCEL 0673-88-4237.000 ROUTE: Sidewalk Construction Along McIver Street (SR 1500) from 280’ East of Poplar Street to Wilma Street and along Wilma Street from McIver Street (SR 1500) to 170’ North of Horseshoe Place THIS EASEMENT, made and entered into this the day of 20 25 by and between County of Harnett, North Carolina PO Box 759 Lillington, NC 27546 hereinafter referred to as GRANTORS, and the Town of Angier, P.O. Box 278, Angier, NC 27501, hereinafter referred to as the TOWN; WITNESSETH THAT the GRANTORS, for themselves, their heirs, successors, executors, and assigns, for and in consideration of the sum of $ agreed to be paid by the TOWN to the GRANTORS, Do hereby give, grant and convey unto the TOWN, its successors, and assigns, a temporary easement for Sidewalk purposes, subject to the terms and provisions hereinafter set forth, over a portion of real property Described in deed(s) recorded in Book 2508 , Page 346 in the office of the Register of Deeds of Harnett County, said easement being described as Exhibit A, attached hereto and made part of, and described below: 010526 a Pg. 355 COUNTY: Harnett WBS ELEMENT: 50784.1.3 TIP/PARCEL NO.: BL-0090 on that set of plans for State Highway 50784.1.3 on file in the office of the Town of Angier in Angier, North Carolina, and also on a copy of said project plans which will be recorded, pursuant to N.C.G.S. 136-19.4, in the Office of the Register of Deeds of Harnett County, to which plans reference is hereby made for greater certainty of description of the easement areas herein conveyed and for no other purpose. The EASEMENT is subject to the following terms and provisions only: The EASEMENT shall automatically terminate upon completion of Project # 50784.1.3 There are no conditions to this EASEMENT not expressed herein. TO HAVE AND TO HOLD said temporary easement for highway purposes, subject to the terms and provisions hereinabove set forth, unto the TOWN, its successors and assigns, and the GRANTORS, for themselves, their heirs, successors, executors and assigns, hereby warrant and covenant that they are the sole owners of the property; that they solely have the right to graft the said temporary easement; and that they will warrant and defend title to the same against the lawful claims of all persons whomsoever; The GRANTORS acknowledge that the project plans for Project # 50784.1.3 have been made available to them. The GRANTORS further acknowledge that the consideration stated herein is full and just compensation pursuant to Article 9, Chapter 136 of the North Carolina General Statutes for the acquisition of the said interests and areas by the Town of Angier and for any and all damages to the value of their remaining property; for any and all claims for interest and costs; for any and all damages caused by the acquisition for the construction of Town of Angier Project # 50784.1.3 , Harnett County, and for the past future use of said areas by the Town of Angier, its successors and assigns for all purposes for which that said TOWN is authorized by law to subject the same. Point of beginning being N 86°27'42" W, 1,092.50 feet from monument "GPS-2" having North Carolina State Plane coordinates (NAD83) of Northing 638,466.29, Easting 2,079,875.31; thence from the Point of beginning to a point on a bearing of S 69°14'10" W 30.46 feet; thence to a point on a bearing of N 66°24'15" W 33.24 feet; thence to a point on a bearing of S 87°33'56" E 59.00 feet; returning to the point and place of beginning. Having an area of approximately 354 sq. ft. (0.008 acres). Said easement widths, station numbers, survey lines and additional easement areas being delineated 010526 a Pg. 356 COUNTY: Harnett WBS ELEMENT: 50784.1.3 TIP/PARCEL NO.: BL-0090 COUNTY OF HARNETT BY: (SEAL) __________________, Chairman of Harnett County Board of Commissioners ATTEST: ___________________, Clerk of Harnett County Board of Commissioners IN WITNESS WHEREOF, the GRANTORS have hereunto set their hands and seals (or if corporate, has caused this instrument to be signed in its corporate name by its duly authorized officers and its seal to be hereunto affixed by authority of its Board of Directors) the day and year first above written. 010526 a Pg. 357 JANUARY 5, 2026 APPOINTMENTS NEEDED BOARD OF HEALTH We have received a recommendation from the Health Director requesting Dr. Amanda Langdon be considered for reappointment as the Veterinarian representative on the Board of Health. If appointed, this would be her third term. We have received a recommendation from the Health Director requesting Stacie Hogan, RPH be considered for reappointment as the Pharmacist representative on the Board of Health. If appointed, this would be her third term. We have received a recommendation from the Health Director requesting Dr. Kim Fowler, PhD, be considered for reappointment as the Professional Engineer representative on the Board of Health. If appointed, this would be her third term. FIRST RESPONDERS ADVISORY COMMITTEE We have received an application from Christina Williams. She would like to be considered for appointment as the Emergency Services representative vacancy. MID-CAROLINA AGING ADVISORY COMMITTEE We have received an application from Debra Vaughn. She would like to be considered for the consumer vacancy. LIBRARY BOARD OF TRUSTEES The Town of Angier Board of Commissioners has approved Elaine Blackman as the Town of Angier ETJ representative. We have received an application from Ms. Blackman. She would like to be considered for the Town of Angier ETJ representative. Item 7G 010526 a Pg. 358 010526 a Pg. 359 010526 a Pg. 360 010526 a Pg. 361 010526 a Pg. 362 010526 a Pg. 363 010526 a Pg. 364 010526 a Pg. 365 010526 a Pg. 366 010526 a Pg. 367 010526 a Pg. 368 010526 a Pg. 369 010526 a Pg. 370 010526 a Pg. 371 010526 a Pg. 372 010526 a Pg. 373 010526 a Pg. 374 010526 a Pg. 375 010526 a Pg. 376 010526 a Pg. 377 010526 a Pg. 378 010526 a Pg. 379 010526 a Pg. 380 010526 a Pg. 381 Item 8A 010526 a Pg. 382 010526 a Pg. 383 010526 a Pg. 384 010526 a Pg. 385 Item 8B 010526 a Pg. 386 010526 a Pg. 387 010526 a Pg. 388 010526 a Pg. 389 010526 a Pg. 390 Item 8C 010526 a Pg. 391 010526 a Pg. 392 010526 a Pg. 393 010526 a Pg. 394 010526 a Pg. 395 010526 a Pg. 396 Item 8D 010526 a Pg. 397 010526 a Pg. 398 010526 a Pg. 399 010526 a Pg. 400 010526 a Pg. 401 010526 a Pg. 402 010526 a Pg. 403 010526 a Pg. 404 010526 a Pg. 405 010526 a Pg. 406 DOA FORM REVISED 11/2023 Page 1 of 12 GRANT AGREEMENT STATE AID TO AIRPORTS BLOCK GRANT AIRPORT: HARNETT REGIONAL JETPORT BETWEEN THE N. C. DEPARTMENT OF TRANSPORTATION, AN AGENCY OF THE STATE OF NORTH CAROLINA UEI: JBDCD9V41BX7 AND PROJECT NO: 36237.25.22.1 HARNETT COUNTY This Agreement is hereby made and entered into by and between the NORTH CAROLINA DEPARTMENT OF TRANSPORTATION (hereinafter referred to as “Department”) and HARNETT COUNTY, the public agency owning the HARNETT REGIONAL JETPORT (hereinafter referred to as “Sponsor”). This agreement shall be effective on ______________________ and shall terminate on MAY 1, 2029, with the option to extend, if mutually agreed upon, through a written modification. Pre-award costs included on the Code and Category of Expenditure Section of the project’s Request for Aid (RFA) Application are authorized. W I T N E S S E T H WHEREAS, the Department has received the approval of the Federal Aviation Administration to administer certain Airport Improvement Program Funds in North Carolina under the provisions of the FAA Reauthorization Act of 2024; WHEREAS, the Department has approved a grant award to the Sponsor under the State Block Grant Program for Airport Infrastructure Grant funds. WHEREAS, the Sponsor has made a formal application dated DECEMBER 4, 2025, to the Department for Airport Infrastructure Grant funds for the HARNETT REGIONAL JETPORT; and WHEREAS, a grant in the amount of $1,162,869 not to exceed 95 percent of the federal share of the final, eligible project costs of $1,224,073 has been approved subject to the conditions and limitations herein; and WHEREAS, the Airport Infrastructure Grant funds will be used for the following approved project: CONSTRUCT NEW FUEL FARM (CON) Item 8Ei 010526 a Pg. 407 DOA FORM REVISED 11/2024 Page 2 of 15 NOW THEREFORE, the Sponsor and the Division of Aviation (“Division”) do mutually hereby agree as follows: 1) Work performed under this Agreement shall conform to the approved project description. Any amendments to or modification of the scope and terms of this Agreement shall be in the form of a modified grant mutually executed by the Sponsor and the Division, except that an extension of time and/or a reallocation of funds within the approved budget may be granted by the Division by written notice to the Sponsor. Any changes to the scope, amount, or fees with this grant agreement without first consulting your Airport Project Manager could be found ineligible. 2) The Sponsor certifies that it has adhered to all applicable laws, regulations, and procedures in the application for and Sponsor's approval of the Agreement. 3) The Sponsor agrees to comply with the "Sponsor's Assurances" contained as a part of this Agreement. The Sponsor shall be liable to the Department for the return of all grant funds received in the event of a material breach of the Sponsor’s Assurances or this Agreement. 4) The Sponsor agrees to adhere to the standards and procedures contained in the North Carolina Airports Program Guidance Handbook, the Federal Assurances and Certifications, and Federal Special Conditions, if applicable. 010526 a Pg. 408 DOA FORM REVISED 11/2024 Page 3 of 15 APPENDIX A6.4.1 TITLE VI LIST OF PERTINENT NONDISCRIMINATION ACTS AND AUTHORITIES During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor") agrees to comply with the following nondiscrimination statutes and authorities; including but not limited to: Pertinent Nondiscrimination Authorities: • Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination in Federally-Assisted programs of the Department of Transportation— Effectuation of Title VI of the Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC § 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); • Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended (prohibits discrimination on the basis of disability); and 49 CFR part 27 (Nondiscrimination on the Basis of Disability in Programs or Activities Receiving Federal Financial Assistance); • The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.) (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982 (49 USC § 47123), as amended (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987 (PL 100-259) (broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act of 1990 (42 USC § 12101, et seq) (prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities) as implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration’s Nondiscrimination statute (49 USC § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low- Income Populations (ensures nondiscrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low- income populations); • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs [70 Fed. Reg. 74087 (2005)]; • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 USC § 1681, et seq). 010526 a Pg. 409 DOA FORM REVISED 11/2024 Page 4 of 15 APPENDIX A6.4.2 TITLE VI CLAUSES FOR COMPLIANCE WITH NONDISCRIMINATION REQUIREMENTS During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the contractor under the contract until the contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the Recipient or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the Recipient to enter into any litigation to protect the interests of the Recipient. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States. 010526 a Pg. 410 DOA FORM REVISED 11/2024 Page 5 of 15 APPENDIX A6.4.3 TITLE VI CLAUSES FOR DEEDS TRANSFERRING UNITED STATES PROPERTY The following clauses will be included in deeds effecting or recording the transfer of real property, structures, or improvements thereon, or granting interest therein from the United States pursuant to the provisions of the Airport Improvement Program grant assurances. NOW, THEREFORE, the Federal Aviation Administration as authorized by law and upon the condition that the North Carolina Department of Transportation (NCDOT) will accept title to the lands and maintain the project constructed thereon in accordance with the North Carolina General Assembly, for the (Airport Improvement Program or other program for which land is transferred), and the policies and procedures prescribed by the Federal Aviation Administration of the U.S. Department of Transportation in accordance and in compliance with all requirements imposed by Title 49, Code of Federal Regulations, U.S. Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the U.S Department of Transportation pertaining to and effectuating the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252; 42 U.S.C. § 2000d to 2000d-4), does hereby remise, release, quitclaim and convey unto the NCDOT all the right, title and interest of the U.S. Department of Transportation/Federal Aviation Administration in and to said lands described in (Exhibit A attached hereto or other exhibit describing the transferred property) and made a part hereof. (HABENDUM CLAUSE) TO HAVE AND TO HOLD said lands and interests therein unto the North Carolina Department of Transportation (NCDOT) and its successors forever, subject, however, to the covenants, conditions, restrictions and reservations herein contained as follows, which will remain in effect for the period during which the real property or structures are used for a purpose for which Federal financial assistance is extended or for another purpose involving the provision of similar services or benefits and will be binding on the NCDOT, its successors and assigns. The NCDOT, in consideration of the conveyance of said lands and interests in lands, does hereby covenant and agree as a covenant running with the land for itself, its successors and assigns, that (1) no person will on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination with regard to any facility located wholly or in part on, over, or under such lands hereby conveyed [,] [and]* (2) that the NCDOT will use the lands and interests in lands and interests in lands so conveyed, in compliance with all requirements imposed by or pursuant to Title 49, Code of Federal Regulations, U.S. Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the U.S. Department of Transportation, Effectuation of Title VI of the Civil Rights Act of 1964, and as said Regulations and Acts may be amended [, and (3) that in the event of breach of any of the above-mentioned nondiscrimination conditions, the Department will have a right to enter or re-enter said lands and facilities on said land, and that above described land and facilities will thereon revert to and vest in and become the absolute property of the U.S. De partment of Transportation and its assigns as such interest existed prior to this instruction].* (*Reverter clause and related language to be used only when it is determined that such a clause is necessary in order to make clear the purpose of Title VI.) 010526 a Pg. 411 DOA FORM REVISED 11/2024 Page 6 of 15 APPENDIX A6.4.4 TITLE VI CLAUSES FOR TRANSFER OF REAL PROPERTY ACQUIRED OR IMPROVED UNDER THE ACTIVITY, FACILITY, OR PROGRAM The following clauses will be included in deeds, licenses, leases, permits, or similar instruments entered into by the North Carolina Department of Transportation (NCDOT) pursuant to the provisions of the Airport Improvement Program grant assurances: A. The (grantee, lessee, permittee, etc. as appropriate) for himself/herself, his/her heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree [in the case of deeds and leases add "as a covenant running with the land"] that: In the event facilities are constructed, maintained, or otherwise operated on the property described in this (deed, license, lease, permit, etc.) for a purpose for which a Federal Aviation Administration activity, facility, or program is extended or for another purpose involving the provision of similar services or benefits, the (grantee, licensee, lessee, permittee, etc.) will maintain and operate such facilities and services in compliance with all requirements imposed by the Nondiscrimination Acts and Regulations listed in the Pertinent List of Nondiscrimination Authorities (as may be amended) such that no person on the grounds of race, color, or national origin, will be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities. B. With respect to licenses, leases, permits, etc., in the event of breach of any of the above Nondiscrimination covenants, the NCDOT will have the right to terminate the (lease, license, permit, etc.) and to enter, re-enter, and repossess said lands and facilities thereon, and hold the same as if the (lease, license, permit, etc.) had never been made or issued.* C. With respect to a deed, in the event of breach of any of the above Nondiscrimination covenants, the NCDOT will have the right to enter or re-enter the lands and facilities thereon, and the above described lands and facilities will there upon revert to and vest in and become the absolute property of the NCDOT and its assigns.* (*Reverter clause and related language to be used only when it is determined that such a clause is necessary to make clear the purpose of Title VI.) 010526 a Pg. 412 DOA FORM REVISED 11/2024 Page 7 of 15 APPENDIX A6.4.5 TITLE VI CLAUSES FOR CONSTRUCTION/USE/ACCESS TO REAL PROPERTY ACQUIRED UNDER THE ACTIVITY, FACILITY OR PROGRAM The following clauses will be included in deeds, licenses, permits, or similar instruments/agreements entered into by the North Carolina Department of Transportation (NCDOT) pursuant to the provisions of the Airport Improvement Program grant assurances. A. The (grantee, licensee, permittee, etc., as appropriate) for himself/herself, his/her heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add, "as a covenant running with the land") that (1) no person on the ground of race, color, or national origin, will be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities, (2) that in the construction of any improvements on, over, or under such land, and the furnishing of services thereon, no person on the ground of race, color, or national origin, will be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the (grantee, licensee, lessee, permittee, etc.) will use the premises in compliance with all other requirements imposed by or pursuant to the List of Discrimination Acts and Authorities. B. With respect to (licenses, leases, permits, etc.), in the event of breach of any of the above nondiscrimination covenants, the NCDOT will have the right to terminate the (license, permit, etc., as appropriate) and to enter or re-enter and repossess said land and the facilities thereon, and hold the same as if said (license, permit, etc., as appropriate) had never been made or issued.* C. With respect to deeds, in the event of breach of any of the above nondiscrimination covenants, the NCDOT will there upon revert to and vest in and become the absolute property of the NCDOT and its assigns. * (*Reverter clause and related language to be used only when it is determined that such a clause is necessary to make clear the purpose of Title VI.) 010526 a Pg. 413 DOA FORM REVISED 11/2024 Page 8 of 15 THE PARTIES BY LEGALLY BINDING SIGNATURE BELOW HEREBY EXECUTE THIS GRANT AGREEMENT THE DAY AND YEAR FIRST WRITTEN BELOW: NORTH CAROLINA DEPARTMENT OF TRANSPORTATION: BY: ____________________________________________________ Deputy Secretary for Multi-Modal Transportation or Designee DATE: _________________________________________________ AUTHORIZED SIGNATURE FOR SPONSOR (Approving Authority Board Member or Local Governing Official): SIGNED: _______________________________________________ TITLE: ________________________________________________ DATE: __________________________________________________ AUTHORIZED SIGNATURE FOR CO-SPONSOR (if required) (Approving Authority Board Member or Local Governing Official): SIGNED: _______________________________________________ TITLE: ________________________________________________ DATE: __________________________________________________ 010526 a Pg. 414 DOA FORM REVISED 11/2024 Page 9 of 15 SECTION A: SPONSOR'S ASSURANCES: GENERAL CONDITIONS A-1. The Sponsor certifies that it holds fee simple title to the property on which this project is to be constructed. In the event any work is proposed on property which has an easement or lease in the Sponsor's name, the Sponsor agrees that it will comply with the Department's conditions and receive written approval from the Department prior to any construction on such lease or easements. This condition does not apply to planning projects. A-2. The Sponsor agrees to operate the Airport for the use and benefit of the general public and shall not deny reasonable access to public facilities by the general public. A-3. The Sponsor agrees to operate, maintain, and control the Airport in a safe and serviceable condition for a minimum of twenty (20) years following the date of this Agreement and shall immediately undertake, or cause to be undertaken, such action to correct safety deficiencies as may be brought to its attention by the Department. A-4. The Sponsor agrees that any land purchased, facilities constructed, or equipment acquired under this Agreement shall not be sold, swapped, leased, or otherwise transferred from the control of the Sponsor without written approval of the Department. A-5. The Sponsor agrees that the state share of any land purchased, facilities constructed, or equipment acquired under this Agreement shall be credited to the Department in a manner acceptable to the Department in the event such land, facilities, or equipment are subsequently disposed of through sale or lease. A-6. Insofar as it is within its power and reasonable, the Sponsor shall, either by the acquisition and retention of property interest, in fee or easement, or by appropriate local zoning action, prevent the construction of any object which may constitute an obstruction to air navigation under the appropriate category of Federal Air Regulation Part 77, 14 CFR 77. A-7. Insofar as it is within its power and reasonable, the Sponsor shall restrict the use of land adjacent to or in the immediate vicinity of the airport to activities and purposes compatible with normal airport operations, including landing and taking off of aircraft, and the noise produced by such operations by adoption of zoning laws, by acquisition and the retention of property interest, in fee or easement. A-8. Terminal building spaces constructed under this Agreement shall be for the use of the general public. The Sponsor agrees that it will not use any space so constructed for private use, or charge fees for the use of such space, without the written approval of the Department. A-9. The Sponsor is responsible for maintaining an active System for Award Management (SAM) Registration and Unique Entity Identifier (UEI) Number and ensuring that all SAM/UEI information is current throughout the lifecycle of this Agreement, in accordance with 2 CFR 25.200(a)(2). If SAM/UEI information becomes inactive, expired, or incorrect, the Sponsor shall not be able to do any grant related business with the FAA, including the obligation and/or payment of Federal grant funds, and FAA may take appropriate action to terminate this Agreement, in accordance with the terms of this Agreement. 010526 a Pg. 415 DOA FORM REVISED 11/2024 Page 10 of 15 A-10. The Sponsor is encouraged to adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies that bar text messaging while driving company-owned or company-rented vehicles, or government owned, leased, or rented vehicles, or privately-owned vehicles when on official government business or when performing any work for or on behalf of the Government. See Executive Order 13513 “Federal Leadership on Reducing Text Messaging While Driving,” October 1, 2009, as implemented by Financial Assistance Policy Letter (No. FAP-2010-01, February 2, 2010). This includes, but is not limited to, the Sponsor: (1) considering new rules and programs or re-evaluating existing programs to prohibit text messaging while driving; (2) conducting education, awareness, and other outreach for employees about the safety risks associated with texting while driving; and (3) encouraging voluntary compliance with the agency’s text messaging policy while off duty. The Sponsor is encouraged to insert the substance of this clause in all contracts. A-11. Trafficking in Persons. a. Posting of contact information. 1. The Sponsor must post the contact information of the national human trafficking hotline (including options to reach out to the hotline such as through phone, text, or TTY) in all public airport restrooms. b. Provision applicable to a recipient other than a private entity. We as the awarding agency may unilaterally terminate this Agreement, without penalty, if a subrecipient that is a private entity – 1. Is determined to have violated an applicable prohibition in paragraph (a) of this assurance; or 2. Has an employee who is determined by the agency official authorized to terminate the Agreement to have violated an applicable prohibition in paragraph (a) of this assurance through conduct that is either – i. Associated with performance under this Agreement; or ii. Imputed to the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR Part 180, “OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement),” as implemented by our agency at 2 CFR Part 1200. c. Provisions applicable to any recipient. 1. You must inform us immediately of any information you receive from any source alleging a violation of a prohibition in paragraph (a) of this assurance. 2. Our right to terminate unilaterally that is described in paragraph (a) or (b) of this assurance: i. Implements section 106(g) of the Trafficking Victims Protection Act of 2000 (TVPA), as amended [22 U.S.C. § 7104(g)], and ii. Is in addition to all other remedies for noncompliance that are available to us under this Agreement. 3. You must include the requirements of paragraph (a) of this assurance in any subgrant you make to a private entity. d. Definitions. For purposes of this assurance: 1. “Employee” means either: i. An individual employed by you or a subrecipient who is engaged in the performance of the project or program under this Agreement; or 010526 a Pg. 416 DOA FORM REVISED 11/2024 Page 11 of 15 ii. Another person engaged in the performance of the project or program under this Agreement and not compensated by you including, but not limited to, a volunteer or individual whose services are contributed by a third party as an in-kind contribution toward cost sharing or matching requirements. 2. “Force labor” means labor obtained by any of the following methods: the recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery. 3. “Private entity”: i. Means any entity other than a State, local government, Indian tribe, or foreign public entity, as those terms are defined in 2 CFR § 175.25. ii. Includes: 1. A nonprofit organization, including any nonprofit institute of higher education, hospital, or tribal organization other than one included in the definition of Indian tribe at 2 CFR § 175.25(b). 2. A for-profit organization. 4. “Severe forms of trafficking in persons,” “commercial sex act,” and “coercion” have the meanings given at section 103 of the TVPA, as amended (22 U.S.C. § 7102). A-12. Employee Protection from Reprisals. a. Prohibition of Reprisals. 1. In accordance with 41 U.S.C. § 4712, an employee of a State, Sponsor, grantee, subgrantee, contractor, or subcontractor may not be discharged, demoted, or otherwise discriminated against as a reprisal for disclosing to a person or body described in sub-paragraph (a)(2), information that the employee reasonably believes is evidence of: i. Gross mismanagement of a Federal grant; ii. Gross waste of Federal funds; iii. An abuse of authority relating to implementation or use of Federal funds; iv. A substantial and specific danger to public health or safety; or v. A violation of law, rule, or regulation related to a Federal grant. 2. Persons and bodies covered. The persons and bodies to which a disclosure by an employee is covered are as follows: i. A member of Congress or a representative of a committee of Congress; ii. An Inspector General; iii. The Government Accountability Office; iv. A Federal employee responsible for contract or grant oversight or management at the relevant agency; v. A court or grand jury; vi. A management official or other employee of the Sponsor, contractor, or subcontractor who has the responsibility to investigate, discover, or address misconduct; or vii. An authorized official of the Department of Justice or other law enforcement agency. b. Investigation of Complaints. 010526 a Pg. 417 DOA FORM REVISED 11/2024 Page 12 of 15 1. Submission of Complaint. A person who believes that they have been subjected to a reprisal prohibited by paragraph (a) of this Condition may submit a complaint regarding the reprisal to the Office of Inspector General (OIG) for the U.S. Department of Transportation. 2. Time Limitation for Submittal of a Complaint. A complaint may not be brought under this subsection more than three years after the date on which the alleged reprisal took place. 3. Required Actions of the Inspector General. Actions, limitations, and exceptions of the Inspector General’s office are established under 41 U.S.C. § 4712(b). c. Remedy and Enforcement Authority. 1. Assumption of Rights to Civil Remedy. Upon receipt of an explanation of a decision not to conduct or continue an investigation by the Office of Inspector General, the person submitting a complaint assumes the right to a civil remedy under 41 U.S.C. § 4712(c)(2). 010526 a Pg. 418 DOA FORM REVISED 11/2024 Page 13 of 15 SECTION B: SPONSOR'S ASSURANCES: PROJECT ADMINISTRATION B-1. The Sponsor shall submit draft plans and specifications, or approved alternate, for the project for review by the Division prior to advertising for bids on the Project. Should bids not be required on the project, the Sponsor shall submit a detailed scope of work and estimated costs prior to requesting “Grant Execution and Notice to Proceed” for undertaking the project. All plans (and alternate) shall be supported by the engineer's report. A list of deliverables from the Sponsor to the Division will be communicated with the Airport Project Manager. B-2. Bids will be taken in accordance with G.S. § 143-129 and all applicable NCDOT policies. The Department will approve or reject the Sponsor’s request to employ a specific contractor. Sponsor will be directly notified of approval. All contractor(s) who bid or submit proposals for contracts in connection with this project must submit a statement of non-collusion to the Sponsor. B-3. Unless otherwise approved by the Division, the Sponsor shall not commence construction or award construction contracts on the project until a “Grant Execution and Notice to Proceed” is provided by the Division. B-4. The Sponsor shall submit to the Division quarterly status reports (AV-502) according to the following schedule for periods ending: March 31, June 30, September 30, and December 31. B-5. The Sponsor shall notify the Division of any significant issues, meetings, audits, or inspections concerning this project involving the Sponsor, contractor(s), consultant(s), and/or any interested parties. B-6. Completing the Project without Delay and in Conformance with Requirements. The Sponsor must assure that projects are carried out and completed without undue delays and in accordance with this grant agreement, 49 U.S.C. Chapters 471 and 475, the regulations, and the Secretary’s policies and procedures. Per 2 CFR § 200.308, the Sponsor agrees to report and request prior approval from the State or FAA any disengagement from funding eligible expenses under the grant that exceed three months or a 25 percent reduction in time devoted to the project. The report must include a reason for the stoppage. The Sponsor agrees to comply with the attached grant assurances, which are part of this Agreement. These assurances, conditions, and any addendums apply to subgrants issued under this Agreement. B-7. United States Not Liable for Damage or Injury. The United States is not responsible or liable for damage to property or injury to persons that may arise from, or be incident to, compliance with this Agreement or subgrants, including, but not limited to, any action taken by a State and Sponsor related to or arising from, directly or indirectly, this Agreement. B-8. Buy American. Unless otherwise approved in advance by the FAA, in accordance with 49 U.S.C. § 50101, the State and Sponsor will not acquire or permit any contractor or subcontractor to acquire any steel or manufactured goods produced outside the United States to be used for any project for which funds are provided under this Agreement. B-9. Suspension and Debarment. Sponsors entering into “covered transactions,” as defined by 2 CFR § 180.200, must: 010526 a Pg. 419 DOA FORM REVISED 11/2024 Page 14 of 15 1. Verify the non-Federal entity is eligible to participate in this Federal program by: i. Checking the excluded parties list system (EPLS) as maintained within the System for Award Management (SAM) to determine if the non-Federal entity is excluded or disqualified; or ii. Collecting a certification statement from the non-Federal entity attesting they are not excluded or disqualified from participating; or iii. Adding a clause or condition to covered transactions attesting the individual or firm are not excluded or disqualified from participating. 2. Require prime contractors to comply with 2 CFR § 180.330 when entering into lower-tier transactions (e.g., subcontracts). 010526 a Pg. 420 DOA FORM REVISED 11/2024 Page 15 of 15 SECTION C: SPONSOR'S ASSURANCES: PROJECT ACCOUNTING AND PAYMENT C-1. The Sponsor shall record all funds received under this Agreement and shall keep the same in an identifiable project account. The Sponsor, and his contractor(s) and/or consultant(s), shall maintain adequate records and documentation to support all project costs incurred under this Agreement. All records and documentation in support of the project costs must be identifiable as relating to the project and must be allowable costs only. Allowable costs are defined as those costs which are allowable under "Federal Acquisition Regulations 1-31.6, 48 CFR, 2 CFR 200.333, and OMB Circular A-87 and also referenced in the North Carolina Airports - Program Guidance Handbook and the Airport Improvement Program Handbook. C-2. In accordance with the Compliance Supplement based on the requirements of the Single Audit Act Amendments of 1996 and 2 CFR Part 200, Subpart F, which provide for the issuance of a compliance supplement to assist auditors in performing the required audits, the Sponsor shall arrange for an independent financial and compliance audit of its fiscal operations. The Sponsor shall furnish the Department with a copy of the independent audit report within thirty (30) days of completion, but not later than nine (9) months after the Sponsor’s fiscal year ends. C-3. Payment of the funds obligated under this Agreement shall be made in accordance with the following schedule, unless otherwise authorized by the Department: A. Payments from the Department to the Sponsor are made on an advance or a reimbursement basis. B. If an advance payment is received, the Sponsor must pay all contractors/vendors prior to or within 3 business days of receipt of the Department’s advance payment and provide proof of payment (payment verification). 010526 a Pg. 421 Airport Sponsor Assurances (4/2025) Page 1 of 19 ASSURANCES AIRPORT SPONSORS A.General. 1.These assurances shall be complied with in the performance of grant agreements for airport development, airport planning, and noise compatibility program grants for airport sponsors. 2.These assurances are required to be submitted as part of the project application by sponsors requesting funds under the provisions of Title 49, U.S.C., subtitle VII, as amended. As used herein, the term "public agency sponsor" means a public agency with control of a public-use airport; the term "private sponsor" means a private owner of a public-use airport; and the term "sponsor" includes both public agency sponsors and private sponsors. 3.Upon acceptance of this grant offer by the sponsor, these assurances are incorporated in and become part of this Grant Agreement. B.Duration and Applicability. 1.Airport Development or Noise Compatibility Program Projects Undertaken by a Public Agency Sponsor. The terms, conditions, and assurances of this Grant Agreement shall remain in full force and effect throughout the useful life of the facilities developed or equipment acquired for an airport development or noise compatibility program project, or throughout the useful life of the project items installed within a facility under a noise compatibility program project, but in any event not to exceed twenty (20) years from the date of acceptance of a grant offer of Federal funds for the project. However, there shall be no limit on the duration of the assurances regarding Exclusive Rights and Airport Revenue so long as the airport is used as an airport. There shall be no limit on the duration of the terms, conditions, and assurances with respect to real property acquired with federal funds. Furthermore, the duration of the Civil Rights assurance shall be specified in the assurances. 2.Airport Development or Noise Compatibility Projects Undertaken by a Private Sponsor. The preceding paragraph (1) also applies to a private sponsor except that the useful life of project items installed within a facility or the useful life of the facilities developed or equipment acquired under an airport development or noise compatibility program project shall be no less than ten (10) years from the date of acceptance of Federal aid for the project. 3.Airport Planning Undertaken by a Sponsor. Unless otherwise specified in this Grant Agreement, only Assurances 1, 2, 3, 5, 6, 13, 18, 23, 25, 30, 32, 33, 34, 37, and 40 in Section C apply to planning projects. The terms, conditions, and assurances of this Grant Agreement shall remain in full force and effect during the life of the project; there shall be no limit on the duration of the assurances regarding Exclusive Rights and Airport Revenue so long as the airport is used as an airport. 010526 a Pg. 422 Airport Sponsor Assurances (4/2025) Page 2 of 19 C.Sponsor Certification. The sponsor hereby assures and certifies, with respect to this grant that: 1.General Federal Requirements The Sponsor will comply with all applicable Federal laws, regulations, executive orders, policies, guidelines, and requirements as they relate to the application, acceptance, and use of Federal funds for this Grant. Performance under this agreement shall be governed by and in compliance with the following requirements, as applicable, to the type of organization of the Sponsor and any applicable sub-recipients. The applicable provisions to this agreement include, but are not limited to, the following: FEDERAL LEGISLATION a.49 U.S.C. subtitle VII, as amended. b.Davis-Bacon Act, as amended — 40 U.S.C. §§ 3141-3144, 3146, and 3147, et seq.1 c.Federal Fair Labor Standards Act – 29 U.S.C. § 201, et seq. d.Hatch Act – 5 U.S.C. § 1501, et seq.2 e.Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, 42 U.S.C. 4601, et seq.1, 2 f.National Historic Preservation Act of 1966 – Section 106 – 54 U.S.C. § 306108.1 g.Archeological and Historic Preservation Act of 1974 – 54 U.S.C. § 312501, et seq.1 h.Native Americans Grave Repatriation Act – 25 U.S.C. § 3001, et seq. i.Clean Air Act, P.L. 90-148, as amended – 42 U.S.C. § 7401, et seq. j.Coastal Zone Management Act, P.L. 92-583, as amended – 16 U.S.C. § 1451, et seq. k.Flood Disaster Protection Act of 1973 – Section 102(a) - 42 U.S.C. § 4012a.1 l.49 U.S.C. § 303, (formerly known as Section 4(f)). m.Rehabilitation Act of 1973 – 29 U.S.C. § 794. n.Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq.) (prohibits discrimination on the basis of race, color, national origin). o.Americans with Disabilities Act of 1990, as amended, (42 U.S.C. § 12101 et seq.) (prohibits discrimination on the basis of disability). p.Age Discrimination Act of 1975 – 42 U.S.C. § 6101, et seq. q.American Indian Religious Freedom Act, P.L. 95-341, as amended. r.Architectural Barriers Act of 1968, as amended – 42 U.S.C. § 4151, et seq.1 s.Powerplant and Industrial Fuel Use Act of 1978 – Section 403 – 42 U.S.C. § 8373.1 t.Contract Work Hours and Safety Standards Act – 40 U.S.C. § 3701, et seq.1 u.Copeland Anti-kickback Act – 18 U.S.C. § 874.1 v.National Environmental Policy Act of 1969 – 42 U.S.C. § 4321, et seq.1 010526 a Pg. 423 Airport Sponsor Assurances (4/2025) Page 3 of 19 w.Wild and Scenic Rivers Act, P.L. 90-542, as amended – 16 U.S.C. § 1271, et seq. x.Single Audit Act of 1984 – 31 U.S.C. § 7501, et seq.2 y.Drug-Free Workplace Act of 1988 – 41 U.S.C. §§ 8101 through 8105. z.The Federal Funding Accountability and Transparency Act of 2006, as amended (P.L. 109-282, as amended by section 6202 of P.L. 110-252). aa. Civil Rights Restoration Act of 1987, P.L. 100-259. bb. Infrastructure Investment and Jobs Act, P.L. 117-58, Title VIII. cc.Build America, Buy America Act, P.L. 117-58, Title IX. dd.Endangered Species Act – 16 U.S.C. 1531, et seq. ee. Title IX of the Education Amendments of 1972, as amended – 20 U.S.C. 1681–1683 and 1685– 1687. ff. Drug Abuse Office and Treatment Act of 1972, as amended – 21 U.S.C. 1101, et seq. gg. Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970, P.L. 91- 616, as amended – 42 U.S.C. § 4541, et seq. hh. Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970, P.L. 91- 616, as amended – 42 U.S.C. § 4541, et seq. ii.Appropriated Funds to Influence Certain Federal Contracting and Financial Transactions – 31 U.S.C. § 1352. EXECUTIVE ORDERS a.Executive Order 11990 – Protection of Wetlands b.Executive Order 11988 – Floodplain Management c.Executive Order 12372 – Intergovernmental Review of Federal Programs d.Executive Order 12699 – Seismic Safety of Federal and Federally Assisted New Building Construction1 e.Executive Order 14005 – Ensuring the Future is Made in all of America by All of America’s Workers f.Executive Order 14149 – Restoring Freedom of Speech and Ending Federal Censorship g.Executive Order 14151 – Ending Radical and Wasteful Government DEI Programs and Preferencing h.Executive Order 14154 – Unleashing American Energy i.Executive Order 14168 – Defending Women from Gender Ideology Extremism and Restoring Biological Truth to the Federal Government j.Executive Order 14173 – Ending Illegal Discrimination and Restoring Merit-Based Opportunity FEDERAL REGULATIONS 010526 a Pg. 424 Airport Sponsor Assurances (4/2025) Page 4 of 19 a.2 CFR Part 180 – OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement). b.2 CFR Part 200 and 1201 – Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. 3, 4, 5 c.2 CFR Part 1200 – Nonprocurement Suspension and Debarment. d.14 CFR Part 13 – Investigative and Enforcement Procedures. e.14 CFR Part 16 – Rules of Practice for Federally-Assisted Airport Enforcement Proceedings. f.14 CFR Part 150 – Airport Noise Compatibility Planning. g.28 CFR Part 35 – Nondiscrimination on the Basis of Disability in State and Local Government Services. h.28 CFR § 50.3 – U.S. Department of Justice Guidelines for the Enforcement of Title VI of the Civil Rights Act of 1964. i.29 CFR Part 1 – Procedures for Predetermination of Wage Rates.1 j.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.1 k.29 CFR Part 5 – Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction (Also Labor Standards Provisions Applicable to Nonconstruction Contracts Subject to the Contract Work Hours and Safety Standards Act).1 l.41 CFR Part 60 – Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor (Federal and Federally-assisted contracting requirements).1 m.49 CFR Part 20 – New Restrictions on Lobbying. n.49 CFR Part 21 – Nondiscrimination in Federally-Assisted Programs of the Department of Transportation - Effectuation of Title VI of the Civil Rights Act of 1964. o.49 CFR Part 23 – Participation by Disadvantage Business Enterprise in Airport Concessions. p.49 CFR Part 24 – Uniform Relocation Assistance and Real Property Acquisition for Federal and Federally-Assisted Programs.1, 2 q.49 CFR Part 26 – Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. r.49 CFR Part 27 – Nondiscrimination on the Basis of Disability in Programs or Activities Receiving Federal Financial Assistance.1 s.49 CFR Part 28 – Enforcement of Nondiscrimination on the Basis of Handicap in Programs or Activities Conducted by the Department of Transportation. t.49 CFR Part 30 – Denial of Public Works Contracts to Suppliers of Goods and Services of Countries That Deny Procurement Market Access to U.S. Contractors. u.49 CFR Part 32 – Governmentwide Requirements for Drug-Free Workplace (Financial Assistance). v.49 CFR Part 37 – Transportation Services for Individuals with Disabilities (ADA). 010526 a Pg. 425 Airport Sponsor Assurances (4/2025) Page 5 of 19 w.49 CFR Part 38 – Americans with Disabilities Act (ADA) Accessibility Specifications for Transportation Vehicles. x.49 CFR Part 41 – Seismic Safety. FOOTNOTES TO ASSURANCE (C)(1) 1 These laws do not apply to airport planning sponsors. 2 These laws do not apply to private sponsors. 3 2 CFR Part 200 contains requirements for State and Local Governments receiving Federal assistance. Any requirement levied upon State and Local Governments by this regulation shall apply where applicable to private sponsors receiving Federal assistance under Title 49, United States Code. 4 Cost principles established in 2 CFR Part 200 subpart E must be used as guidelines for determining the eligibility of specific types of expenses. 5 Audit requirements established in 2 CFR Part 200 subpart F are the guidelines for audits. SPECIFIC ASSURANCES Specific assurances required to be included in grant agreements by any of the above laws, regulations or circulars are incorporated by reference in this Grant Agreement. 2.Responsibility and Authority of the Sponsor. a.Public Agency Sponsor: It has legal authority to apply for this Grant, and to finance and carry out the proposed project; that a resolution, motion or similar action has been duly adopted or passed as an official act of the applicant's governing body authorizing the filing of the application, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the applicant to act in connection with the application and to provide such additional information as may be required. b.Private Sponsor: It has legal authority to apply for this Grant and to finance and carry out the proposed project and comply with all terms, conditions, and assurances of this Grant Agreement. It shall designate an official representative and shall in writing direct and authorize that person to file this application, including all understandings and assurances contained therein; to act in connection with this application; and to provide such additional information as may be required. 3.Sponsor Fund Availability. It has sufficient funds available for that portion of the project costs which are not to be paid by the United States. It has sufficient funds available to assure operation and maintenance of items funded under this Grant Agreement which it will own or control. 4.Good Title. a.It, a public agency or the Federal government, holds good title, satisfactory to the Secretary, to the landing area of the airport or site thereof, or will give assurance satisfactory to the Secretary that good title will be acquired. 010526 a Pg. 426 Airport Sponsor Assurances (4/2025) Page 6 of 19 b.For noise compatibility program projects to be carried out on the property of the sponsor, it holds good title satisfactory to the Secretary to that portion of the property upon which Federal funds will be expended or will give assurance to the Secretary that good title will be obtained. 5.Preserving Rights and Powers. a.It will not take or permit any action which would operate to deprive it of any of the rights and powers necessary to perform any or all of the terms, conditions, and assurances in this Grant Agreement without the written approval of the Secretary, and will act promptly to acquire, extinguish or modify any outstanding rights or claims of right of others which would interfere with such performance by the sponsor. This shall be done in a manner acceptable to the Secretary. b.Subject to 49 U.S.C. 47107(a)(16) and (x), it will not sell, lease, encumber, or otherwise transfer or dispose of any part of its title or other interests in the property shown on Exhibit A to this application or, for a noise compatibility program project, that portion of the property upon which Federal funds have been expended, for the duration of the terms, conditions, and assurances in this Grant Agreement without approval by the Secretary. If the transferee is found by the Secretary to be eligible under Title 49, United States Code, to assume the obligations of this Grant Agreement and to have the power, authority, and financial resources to carry out all such obligations, the sponsor shall insert in the contract or document transferring or disposing of the sponsor's interest, and make binding upon the transferee all of the terms, conditions, and assurances contained in this Grant Agreement. c.For all noise compatibility program projects which are to be carried out by another unit of local government or are on property owned by a unit of local government other than the sponsor, it will enter into an agreement with that government. Except as otherwise specified by the Secretary, that agreement shall obligate that government to the same terms, conditions, and assurances that would be applicable to it if it applied directly to the FAA for a grant to undertake the noise compatibility program project. That agreement and changes thereto must be satisfactory to the Secretary. It will take steps to enforce this agreement against the local government if there is substantial non-compliance with the terms of the agreement. d.For noise compatibility program projects to be carried out on privately owned property, it will enter into an agreement with the owner of that property which includes provisions specified by the Secretary. It will take steps to enforce this agreement against the property owner whenever there is substantial non-compliance with the terms of the agreement. e.If the sponsor is a private sponsor, it will take steps satisfactory to the Secretary to ensure that the airport will continue to function as a public-use airport in accordance with these assurances for the duration of these assurances. f.If an arrangement is made for management and operation of the airport by any agency or person other than the sponsor or an employee of the sponsor, the sponsor will reserve sufficient rights and authority to ensure that the airport will be operated and maintained in accordance with Title 49, United States Code, the regulations and the terms, conditions and assurances in this Grant Agreement and shall ensure that such arrangement also requires compliance therewith. g.Sponsors of commercial service airports will not permit or enter into any arrangement that results in permission for the owner or tenant of a property used as a residence, or zoned for 010526 a Pg. 427 Airport Sponsor Assurances (4/2025) Page 7 of 19 residential use, to taxi an aircraft between that property and any location on airport. Sponsors of general aviation airports entering into any arrangement that results in permission for the owner of residential real property adjacent to or near the airport must comply with the requirements of Sec. 136 of Public Law 112-95 and the sponsor assurances. 6.Consistency with Local Plans. The project is reasonably consistent with plans (existing at the time of submission of this application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport. 7.Consideration of Local Interest. It has given fair consideration to the interest of communities in or near where the project may be located. 8.Consultation with Users. In making a decision to undertake any airport development project under Title 49, United States Code, it has undertaken reasonable consultations with affected parties using the airport at which project is proposed. 9.Public Hearings. In projects involving the location of an airport, an airport runway, or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of the airport or runway location and its consistency with goals and objectives of such planning as has been carried out by the community and it shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. Further, for such projects, it has on its management board either voting representation from the communities where the project is located or has advised the communities that they have the right to petition the Secretary concerning a proposed project. 10.Metropolitan Planning Organization. In projects involving the location of an airport, an airport runway, or a major runway extension at a medium or large hub airport, the sponsor has made available to and has provided upon request to the metropolitan planning organization in the area in which the airport is located, if any, a copy of the proposed amendment to the airport layout plan to depict the project and a copy of any airport master plan in which the project is described or depicted. 11.Pavement Preventive Maintenance-Management. With respect to a project approved after January 1, 1995, for the replacement or reconstruction of pavement at the airport, it assures or certifies that it has implemented an effective airport pavement maintenance-management program, and it assures that it will use such program for the useful life of any pavement constructed, reconstructed, or repaired with Federal financial assistance at the airport. It will provide such reports on pavement condition and pavement management programs as the Secretary determines may be useful. 12.Terminal Development Prerequisites. For projects which include terminal development at a public use airport, as defined in Title 49, it has, on the date of submittal of the project grant application, all the safety equipment required for 010526 a Pg. 428 Airport Sponsor Assurances (4/2025) Page 8 of 19 certification of such airport under 49 U.S.C. 44706, and all the security equipment required by rule or regulation, and has provided for access to the passenger enplaning and deplaning area of such airport to passengers enplaning and deplaning from aircraft other than air carrier aircraft. 13.Accounting System, Audit, and Record Keeping Requirements. a.It shall keep all project accounts and records which fully disclose the amount and disposition by the recipient of the proceeds of this Grant, the total cost of the project in connection with which this Grant is given or used, and the amount or nature of that portion of the cost of the project supplied by other sources, and such other financial records pertinent to the project. The accounts and records shall be kept in accordance with an accounting system that will facilitate an effective audit in accordance with the Single Audit Act of 1984. b.It shall make available to the Secretary and the Comptroller General of the United States, or any of their duly authorized representatives, for the purpose of audit and examination, any books, documents, papers, and records of the recipient that are pertinent to this Grant. The Secretary may require that an appropriate audit be conducted by a recipient. In any case in which an independent audit is made of the accounts of a sponsor relating to the disposition of the proceeds of a grant or relating to the project in connection with which this Grant was given or used, it shall file a certified copy of such audit with the Comptroller General of the United States not later than six (6) months following the close of the fiscal year for which the audit was made. 14.Minimum Wage Rates. It shall include, in all contracts in excess of $2,000 for work on any projects funded under this Grant Agreement which involve labor, provisions establishing minimum rates of wages, to be predetermined by the Secretary of Labor under 40 U.S.C. 3141-3144, 3146, and 3147, Public Building, Property, and Works), which contractors shall pay to skilled and unskilled labor, and such minimum rates shall be stated in the invitation for bids and shall be included in proposals or bids for the work. 15.Veteran's Preference. It shall include in all contracts for work on any project funded under this Grant Agreement which involve labor, such provisions as are necessary to insure that, in the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to Vietnam era veterans, Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in 49 U.S.C. 47112. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 16.Conformity to Plans and Specifications. It will execute the project subject to plans, specifications, and schedules approved by the Secretary. Such plans, specifications, and schedules shall be submitted to the Secretary prior to commencement of site preparation, construction, or other performance under this Grant Agreement, and, upon approval of the Secretary, shall be incorporated into this Grant Agreement. Any modification to the approved plans, specifications, and schedules shall also be subject to approval of the Secretary and incorporated into this Grant Agreement. 010526 a Pg. 429 Airport Sponsor Assurances (4/2025) Page 9 of 19 17.Construction Inspection and Approval. It will provide and maintain competent technical supervision at the construction site throughout the project to assure that the work conforms to the plans, specifications, and schedules approved by the Secretary for the project. It shall subject the construction work on any project contained in an approved project application to inspection and approval by the Secretary and such work shall be in accordance with regulations and procedures prescribed by the Secretary. Such regulations and procedures shall require such cost and progress reporting by the sponsor or sponsors of such project as the Secretary shall deem necessary. 18.Planning Projects. In carrying out planning projects: a.It will execute the project in accordance with the approved program narrative contained in the project application or with the modifications similarly approved. b.It will furnish the Secretary with such periodic reports as required pertaining to the planning project and planning work activities. c.It will include in all published material prepared in connection with the planning project a notice that the material was prepared under a grant provided by the United States. d.It will make such material available for examination by the public and agrees that no material prepared with funds under this project shall be subject to copyright in the United States or any other country. e.It will give the Secretary unrestricted authority to publish, disclose, distribute, and otherwise use any of the material prepared in connection with this grant. f.It will grant the Secretary the right to disapprove the sponsor's employment of specific consultants and their subcontractors to do all or any part of this project as well as the right to disapprove the proposed scope and cost of professional services. g.It will grant the Secretary the right to disapprove the use of the sponsor's employees to do all or any part of the project. h.It understands and agrees that the Secretary's approval of this project grant or the Secretary's approval of any planning material developed as part of this grant does not constitute or imply any assurance or commitment on the part of the Secretary to approve any pending or future application for a Federal airport grant. 19.Operation and Maintenance. a.The airport and all facilities which are necessary to serve the aeronautical users of the airport, other than facilities owned or controlled by the United States, shall be operated at all times in a safe and serviceable condition and in accordance with the minimum standards as may be required or prescribed by applicable Federal, state, and local agencies for maintenance and operation. It will not cause or permit any activity or action thereon which would interfere with its use for airport purposes. It will suitably operate and maintain the airport and all facilities thereon or connected therewith, with due regard to climatic and flood conditions. Any proposal to temporarily close the airport for non-aeronautical purposes must first be approved by the Secretary. In furtherance of this assurance, the sponsor will have in effect arrangements for: 010526 a Pg. 430 Airport Sponsor Assurances (4/2025) Page 10 of 19 1.Operating the airport's aeronautical facilities whenever required; 2.Promptly marking and lighting hazards resulting from airport conditions, including temporary conditions; and 3.Promptly notifying pilots of any condition affecting aeronautical use of the airport. Nothing contained herein shall be construed to require that the airport be operated for aeronautical use during temporary periods when snow, flood, or other climatic conditions interfere with such operation and maintenance. Further, nothing herein shall be construed as requiring the maintenance, repair, restoration, or replacement of any structure or facility which is substantially damaged or destroyed due to an act of God or other condition or circumstance beyond the control of the sponsor. b.It will suitably operate and maintain noise compatibility program items that it owns or controls upon which Federal funds have been expended. 20.Hazard Removal and Mitigation. It will take appropriate action to assure that such terminal airspace as is required to protect instrument and visual operations to the airport (including established minimum flight altitudes) will be adequately cleared and protected by removing, lowering, relocating, marking, or lighting or otherwise mitigating existing airport hazards and by preventing the establishment or creation of future airport hazards. 21.Compatible Land Use. It will take appropriate action, to the extent reasonable, including the adoption of zoning laws, to restrict the use of land adjacent to or in the immediate vicinity of the airport to activities and purposes compatible with normal airport operations, including landing and takeoff of aircraft. In addition, if the project is for noise compatibility program implementation, it will not cause or permit any change in land use, within its jurisdiction, that will reduce its compatibility, with respect to the airport, of the noise compatibility program measures upon which Federal funds have been expended. 22.Economic Nondiscrimination. a.It will make the airport available as an airport for public use on reasonable terms and without unjust discrimination to all types, kinds and classes of aeronautical activities, including commercial aeronautical activities offering services to the public at the airport. b.In any agreement, contract, lease, or other arrangement under which a right or privilege at the airport is granted to any person, firm, or corporation to conduct or to engage in any aeronautical activity for furnishing services to the public at the airport, the sponsor will insert and enforce provisions requiring the contractor to: 1.Furnish said services on a reasonable, and not unjustly discriminatory, basis to all users thereof, and 2.Charge reasonable, and not unjustly discriminatory, prices for each unit or service, provided that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates, or other similar types of price reductions to volume purchasers. 010526 a Pg. 431 Airport Sponsor Assurances (4/2025) Page 11 of 19 c.Each fixed-based operator at the airport shall be subject to the same rates, fees, rentals, and other charges as are uniformly applicable to all other fixed-based operators making the same or similar uses of such airport and utilizing the same or similar facilities. d.Each air carrier using such airport shall have the right to service itself or to use any fixed-based operator that is authorized or permitted by the airport to serve any air carrier at such airport. e.Each air carrier using such airport (whether as a tenant, non-tenant, or subtenant of another air carrier tenant) shall be subject to such nondiscriminatory and substantially comparable rules, regulations, conditions, rates, fees, rentals, and other charges with respect to facilities directly and substantially related to providing air transportation as are applicable to all such air carriers which make similar use of such airport and utilize similar facilities, subject to reasonable classifications such as tenants or non-tenants and signatory carriers and non-signatory carriers. Classification or status as tenant or signatory shall not be unreasonably withheld by any airport provided an air carrier assumes obligations substantially similar to those already imposed on air carriers in such classification or status. f.It will not exercise or grant any right or privilege which operates to prevent any person, firm, or corporation operating aircraft on the airport from performing any services on its own aircraft with its own employees (including, but not limited to maintenance, repair, and fueling) that it may choose to perform. g.In the event the sponsor itself exercises any of the rights and privileges referred to in this assurance, the services involved will be provided on the same conditions as would apply to the furnishing of such services by commercial aeronautical service providers authorized by the sponsor under these provisions. h.The sponsor may establish such reasonable, and not unjustly discriminatory, conditions to be met by all users of the airport as may be necessary for the safe and efficient operation of the airport. i.The sponsor may prohibit or limit any given type, kind or class of aeronautical use of the airport if such action is necessary for the safe operation of the airport or necessary to serve the civil aviation needs of the public. 23.Exclusive Rights. It will permit no exclusive right for the use of the airport by any person providing, or intending to provide, aeronautical services to the public. For purposes of this paragraph, the providing of the services at an airport by a single fixed-based operator shall not be construed as an exclusive right if both of the following apply: a.It would be unreasonably costly, burdensome, or impractical for more than one fixed-based operator to provide such services, and b.If allowing more than one fixed-based operator to provide such services would require the reduction of space leased pursuant to an existing agreement between such single fixed-based operator and such airport. It further agrees that it will not, either directly or indirectly, grant or permit any person, firm, or corporation, the exclusive right at the airport to conduct any aeronautical activities, including, but not limited to charter flights, pilot training, aircraft rental and sightseeing, aerial photography, crop dusting, aerial advertising and surveying, air carrier operations, aircraft sales and services, sale of aviation petroleum products whether or not 010526 a Pg. 432 Airport Sponsor Assurances (4/2025) Page 12 of 19 conducted in conjunction with other aeronautical activity, repair and maintenance of aircraft, sale of aircraft parts, and any other activities which because of their direct relationship to the operation of aircraft can be regarded as an aeronautical activity, and that it will terminate any exclusive right to conduct an aeronautical activity now existing at such an airport before the grant of any assistance under Title 49, United States Code. 24.Fee and Rental Structure. It will maintain a fee and rental structure for the facilities and services at the airport which will make the airport as self-sustaining as possible under the circumstances existing at the particular airport, taking into account such factors as the volume of traffic and economy of collection. No part of the Federal share of an airport development, airport planning or noise compatibility project for which a Grant is made under Title 49, United States Code, the Airport and Airway Improvement Act of 1982, the Federal Airport Act or the Airport and Airway Development Act of 1970 shall be included in the rate basis in establishing fees, rates, and charges for users of that airport. 25.Airport Revenues. a.All revenues generated by the airport and any local taxes on aviation fuel established after December 30, 1987, will be expended by it for the capital or operating costs of the airport; the local airport system; or other local facilities which are owned or operated by the owner or operator of the airport and which are directly and substantially related to the actual air transportation of passengers or property; or for noise mitigation purposes on or off the airport. The following exceptions apply to this paragraph: 1.If covenants or assurances in debt obligations issued before September 3, 1982, by the owner or operator of the airport, or provisions enacted before September 3, 1982, in governing statutes controlling the owner or operator's financing, provide for the use of the revenues from any of the airport owner or operator's facilities, including the airport, to support not only the airport but also the airport owner or operator's general debt obligations or other facilities, then this limitation on the use of all revenues generated by the airport (and, in the case of a public airport, local taxes on aviation fuel) shall not apply. 2.If the Secretary approves the sale of a privately owned airport to a public sponsor and provides funding for any portion of the public sponsor’s acquisition of land, this limitation on the use of all revenues generated by the sale shall not apply to certain proceeds from the sale. This is conditioned on repayment to the Secretary by the private owner of an amount equal to the remaining unamortized portion (amortized over a 20-year period) of any airport improvement grant made to the private owner for any purpose other than land acquisition on or after October 1, 1996, plus an amount equal to the federal share of the current fair market value of any land acquired with an airport improvement grant made to that airport on or after October 1, 1996. 3.Certain revenue derived from or generated by mineral extraction, production, lease, or other means at a general aviation airport (as defined at 49 U.S.C. 47102), if the FAA determines the airport sponsor meets the requirements set forth in Section 813 of Public Law 112-95. b.As part of the annual audit required under the Single Audit Act of 1984, the sponsor will direct that the audit will review, and the resulting audit report will provide an opinion concerning, the use of airport revenue and taxes in paragraph (a), and indicating whether funds paid or 010526 a Pg. 433 Airport Sponsor Assurances (4/2025) Page 13 of 19 transferred to the owner or operator are paid or transferred in a manner consistent with Title 49, United States Code and any other applicable provision of law, including any regulation promulgated by the Secretary or Administrator. c.Any civil penalties or other sanctions will be imposed for violation of this assurance in accordance with the provisions of 49 U.S.C. 47107. 26.Reports and Inspections. It will: a.submit to the Secretary such annual or special financial and operations reports as the Secretary may reasonably request and make such reports available to the public; make available to the public at reasonable times and places a report of the airport budget in a format prescribed by the Secretary; b.for airport development projects, make the airport and all airport records and documents affecting the airport, including deeds, leases, operation and use agreements, regulations and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request; c.for noise compatibility program projects, make records and documents relating to the project and continued compliance with the terms, conditions, and assurances of this Grant Agreement including deeds, leases, agreements, regulations, and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request; and d.in a format and time prescribed by the Secretary, provide to the Secretary and make available to the public following each of its fiscal years, an annual report listing in detail: 1.all amounts paid by the airport to any other unit of government and the purposes for which each such payment was made; and 2.all services and property provided by the airport to other units of government and the amount of compensation received for provision of each such service and property. 27.Use by Government Aircraft. It will make available all of the facilities of the airport developed with Federal financial assistance and all those usable for landing and takeoff of aircraft to the United States for use by Government aircraft in common with other aircraft at all times without charge, except, if the use by Government aircraft is substantial, charge may be made for a reasonable share, proportional to such use, for the cost of operating and maintaining the facilities used. Unless otherwise determined by the Secretary, or otherwise agreed to by the sponsor and the using agency, substantial use of an airport by Government aircraft will be considered to exist when operations of such aircraft are in excess of those which, in the opinion of the Secretary, would unduly interfere with use of the landing areas by other authorized aircraft, or during any calendar month that: a.Five (5) or more Government aircraft are regularly based at the airport or on land adjacent thereto; or b.The total number of movements (counting each landing as a movement) of Government aircraft is 300 or more, or the gross accumulative weight of Government aircraft using the airport (the total movement of Government aircraft multiplied by gross weights of such aircraft) is in excess of five million pounds. 010526 a Pg. 434 Airport Sponsor Assurances (4/2025) Page 14 of 19 28.Land for Federal Facilities. It will furnish without cost to the Federal Government for use in connection with any air traffic control or air navigation activities, or weather-reporting and communication activities related to air traffic control, any areas of land or water, or estate therein as the Secretary considers necessary or desirable for construction, operation, and maintenance at Federal expense of space or facilities for such purposes. Such areas or any portion thereof will be made available as provided herein within four months after receipt of a written request from the Secretary. 29.Airport Layout Plan. a.The airport owner or operator will maintain a current airport layout plan of the airport showing: 1.boundaries of the airport and all proposed additions thereto, together with the boundaries of all offsite areas owned or controlled by the sponsor for airport purposes and proposed additions thereto; 2.the location and nature of all existing and proposed airport facilities and structures (such as runways, taxiways, aprons, terminal buildings, hangars and roads), including all proposed extensions and reductions of existing airport facilities; 3.the location of all existing and proposed non-aviation areas and of all existing improvements thereon; and 4.all proposed and existing access points used to taxi aircraft across the airport’s property boundary. b.Subject to subsection 49 U.S.C. 47107(x), the Secretary will review and approve or disapprove the plan and any revision or modification of the plan before the plan, revision, or modification takes effect. c.The owner or operator will not make or allow any alteration in the airport or any of its facilities unless the alteration— 1.is outside the scope of the Secretary’s review and approval authority as set forth in subsection (x); or 2.complies with the portions of the plan approved by the Secretary. d.When the airport owner or operator makes a change or alteration in the airport or the facilities which the Secretary determines adversely affects the safety, utility, or efficiency of any federally owned, leased, or funded property on or off the airport and which is not in conformity with the airport layout plan as approved by the Secretary, the owner or operator will, if requested, by the Secretary: 1.eliminate such adverse effect in a manner approved by the Secretary; or 2.bear all costs of relocating such property or its replacement to a site acceptable to the Secretary and of restoring the property or its replacement to the level of safety, utility, efficiency, and cost of operation that existed before the alteration was made, except in the case of a relocation or replacement of an existing airport facility due to a change in the Secretary’s design standards beyond the control of the airport sponsor. 010526 a Pg. 435 Airport Sponsor Assurances (4/2025) Page 15 of 19 30.Civil Rights. It will promptly take any measures necessary to ensure that no person in the United States shall, on the grounds of race, color, and national origin (including limited English proficiency) in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d to 2000d-4); creed and sex per 49 U.S.C. 47123 and related requirements; age per the Age Discrimination Act of 1975 and related requirements; or disability per the Americans with Disabilities Act of 1990 and related requirements, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination in any program and activity conducted with, or benefiting from, funds received from this Grant. a.Using the definitions of activity, facility, and program as found and defined in 49 CFR 21.23(b) and 21.23(e), the sponsor will facilitate all programs, operate all facilities, or conduct all programs in compliance with all non-discrimination requirements imposed by or pursuant to these assurances. b.Applicability 1.Programs and Activities. If the sponsor has received a grant (or other federal assistance) for any of the sponsor’s program or activities, these requirements extend to all of the sponsor’s programs and activities. 2.Facilities. Where it receives a grant or other federal financial assistance to construct, expand, renovate, remodel, alter, or acquire a facility, or part of a facility, the assurance extends to the entire facility and facilities operated in connection therewith. 3.Real Property. Where the sponsor receives a grant or other Federal financial assistance in the form of, or for the acquisition of real property or an interest in real property, the assurance will extend to rights to space on, over, or under such property. c.Duration. The sponsor agrees that it is obligated to this assurance for the period during which Federal financial assistance is extended to the program, except where the Federal financial assistance is to provide, or is in the form of, personal property, or real property, or interest therein, or structures or improvements thereon, in which case the assurance obligates the sponsor, or any transferee for the longer of the following periods: 1.So long as the airport is used as an airport, or for another purpose involving the provision of similar services or benefits; or 2.So long as the sponsor retains ownership or possession of the property. d.Required Solicitation Language. It will include the following notification in all solicitations for bids, Requests For Proposals for work, or material under this Grant Agreement and in all proposals for agreements, including airport concessions, regardless of funding source: “The ([Selection Criteria: Sponsor Name]), in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, all businesses will be afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the grounds of 010526 a Pg. 436 Airport Sponsor Assurances (4/2025) Page 16 of 19 race, color, national origin (including limited English proficiency), creed, sex , age, or disability in consideration for an award.” e.Required Contract Provisions. 1.It will insert the non-discrimination contract clauses requiring compliance with the acts and regulations relative to non-discrimination in Federally-assisted programs of the Department of Transportation (DOT), and incorporating the acts and regulations into the contracts by reference in every contract or agreement subject to the non-discrimination in Federally-assisted programs of the DOT acts and regulations. 2.It will include a list of the pertinent non-discrimination authorities in every contract that is subject to the non-discrimination acts and regulations. 3.It will insert non-discrimination contract clauses as a covenant running with the land, in any deed from the United States effecting or recording a transfer of real property, structures, use, or improvements thereon or interest therein to a sponsor. 4.It will insert non-discrimination contract clauses prohibiting discrimination on the basis of race, color, national origin (including limited English proficiency), creed, sex, age, or disability as a covenant running with the land, in any future deeds, leases, license, permits, or similar instruments entered into by the sponsor with other parties: a.For the subsequent transfer of real property acquired or improved under the applicable activity, project, or program; and b.For the construction or use of, or access to, space on, over, or under real property acquired or improved under the applicable activity, project, or program. f.It will provide for such methods of administration for the program as are found by the Secretary to give reasonable guarantee that it, other recipients, sub-recipients, sub-grantees, contractors, subcontractors, consultants, transferees, successors in interest, and other participants of Federal financial assistance under such program will comply with all requirements imposed or pursuant to the acts, the regulations, and this assurance. g.It agrees that the United States has a right to seek judicial enforcement with regard to any matter arising under the acts, the regulations, and this assurance. 31.Disposal of Land. a.For land purchased under a grant for airport noise compatibility purposes, including land serving as a noise buffer, it will dispose of the land, when the land is no longer needed for such purposes, at fair market value, at the earliest practicable time. That portion of the proceeds of such disposition which is proportionate to the United States' share of acquisition of such land will be, at the discretion of the Secretary, (1) reinvested in another project at the airport, or (2) transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending order: 1.Reinvestment in an approved noise compatibility project; 2.Reinvestment in an approved project that is eligible for grant funding under 49 U.S.C. 47117(e); 010526 a Pg. 437 Airport Sponsor Assurances (4/2025) Page 17 of 19 3.Reinvestment in an approved airport development project that is eligible for grant funding under 49 U.S.C. 47114, 47115, or 47117; 4.Transfer to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport; or 5.Payment to the Secretary for deposit in the Airport and Airway Trust Fund. If land acquired under a grant for noise compatibility purposes is leased at fair market value and consistent with noise buffering purposes, the lease will not be considered a disposal of the land. Revenues derived from such a lease may be used for an approved airport development project that would otherwise be eligible for grant funding or any permitted use of airport revenue. b.For land purchased under a grant for airport development purposes (other than noise compatibility), it will, when the land is no longer needed for airport purposes, dispose of such land at fair market value or make available to the Secretary an amount equal to the United States' proportionate share of the fair market value of the land. That portion of the proceeds of such disposition which is proportionate to the United States' share of the cost of acquisition of such land will, upon application to the Secretary, be reinvested or transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending order: 1.Reinvestment in an approved noise compatibility project; 2.Reinvestment in an approved project that is eligible for grant funding under 49 U.S.C. 47117(e); 3.Reinvestment in an approved airport development project that is eligible for grant funding under 49 U.S.C. 47114, 47115, or 47117; 4.Transfer to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport; or 5.Payment to the Secretary for deposit in the Airport and Airway Trust Fund. c.Land shall be considered to be needed for airport purposes under this assurance if (1) it may be needed for aeronautical purposes (including runway protection zones) or serve as noise buffer land, and (2) the revenue from interim uses of such land contributes to the financial self-sufficiency of the airport. Further, land purchased with a grant received by an airport operator or owner before December 31, 1987, will be considered to be needed for airport purposes if the Secretary or Federal agency making such grant before December 31, 1987, was notified by the operator or owner of the uses of such land, did not object to such use, and the land continues to be used for that purpose, such use having commenced no later than December 15, 1989. d.Disposition of such land under (a), (b), or (c) will be subject to the retention or reservation of any interest or right therein necessary to ensure that such land will only be used for purposes which are compatible with noise levels associated with operation of the airport. 32.Engineering and Design Services. If any phase of such project has received Federal funds under Chapter 471 subchapter 1 of Title 49 U.S.C., it will award each contract, or sub-contract for program management, construction 010526 a Pg. 438 Airport Sponsor Assurances (4/2025) Page 18 of 19 management, planning studies, feasibility studies, architectural services, preliminary engineering, design, engineering, surveying, mapping or related services in the same manner as a contract for architectural and engineering services is negotiated under Chapter 11 of Title 40 U S.C., or an equivalent qualifications-based requirement prescribed for or by the sponsor of the airport. 33.Foreign Market Restrictions. It will not allow funds provided under this Grant to be used to fund any project which uses any product or service of a foreign country during the period in which such foreign country is listed by the United States Trade Representative as denying fair and equitable market opportunities for products and suppliers of the United States in procurement and construction. 34.Policies, Standards, and Specifications. It will carry out any project funded under an Airport Improvement Program Grant in accordance with policies, standards, and specifications approved by the Secretary including, but not limited to, current FAA Advisory Circulars for AIP projects as of [Selection Criteria: Project Application Date]. 35.Relocation and Real Property Acquisition. a.It will be guided in acquiring real property, to the greatest extent practicable under State law, by the land acquisition policies in Subpart B of 49 CFR Part 24 and will pay or reimburse property owners for necessary expenses as specified in Subpart B. b.It will provide a relocation assistance program offering the services described in Subpart C of 49 CFR Part 24 and fair and reasonable relocation payments and assistance to displaced persons as required in Subpart D and E of 49 CFR Part 24. c.It will make available within a reasonable period of time prior to displacement, comparable replacement dwellings to displaced persons in accordance with Subpart E of 49 CFR Part 24. 36.Access By Intercity Buses. The airport owner or operator will permit, to the maximum extent practicable, intercity buses or other modes of transportation to have access to the airport; however, it has no obligation to fund special facilities for intercity buses or for other modes of transportation. 37.Disadvantaged Business Enterprises. The sponsor shall not discriminate on the basis of race, color, national origin, or sex, in the award and performance of any DOT-assisted contract covered by 49 CFR Part 26, or in the award and performance of any concession activity contract covered by 49 CFR Part 23. In addition, the sponsor shall not discriminate on the basis of race, color, national origin or sex in the administration of its Disadvantaged Business Enterprise (DBE) and Airport Concessions Disadvantaged Business Enterprise (ACDBE) programs or the requirements of 49 CFR Parts 23 and 26. The sponsor shall take all necessary and reasonable steps under 49 CFR Parts 23 and 26 to ensure nondiscrimination in the award and administration of DOT-assisted contracts, and/or concession contracts. The sponsor’s DBE and ACDBE programs, as required by 49 CFR Parts 26 and 23, and as approved by DOT, are incorporated by reference in this agreement. Implementation of these programs is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the sponsor of its failure to carry out its approved program, the Department may impose sanctions as provided for under Parts 26 and 23 and may, in appropriate cases, refer the matter for 010526 a Pg. 439 Airport Sponsor Assurances (4/2025) Page 19 of 19 enforcement under 18 U.S.C. § 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. §§ 3801-3809, 3812). 38.Hangar Construction. If the airport owner or operator and a person who owns an aircraft agree that a hangar is to be constructed at the airport for the aircraft at the aircraft owner’s expense, the airport owner or operator will grant to the aircraft owner for the hangar a long term lease that is subject to such terms and conditions on the hangar as the airport owner or operator may impose. 39.Competitive Access. a.If the airport owner or operator of a medium or large hub airport (as defined in 49 U.S.C. §47102) has been unable to accommodate one or more requests by an air carrier for access to gates or other facilities at that airport in order to allow the air carrier to provide service to the airport or to expand service at the airport, the airport owner or operator shall transmit a report to the Secretary that: 1.Describes the requests; 2.Provides an explanation as to why the requests could not be accommodated; and 3.Provides a time frame within which, if any, the airport will be able to accommodate the requests. b.Such report shall be due on either February 1 or August 1 of each year if the airport has been unable to accommodate the request(s) in the six-month period prior to the applicable due date. 40.Access to Leaded Aviation Gasoline a.If 100-octane low lead aviation gasoline (100LL) was made available at an airport, at any time during calendar year 2022, an airport owner or operator may not restrict or prohibit the sale of, or self-fueling with 100-octane low lead aviation gasoline. b.This requirement remains until the earlier of December 31, 2030, or the date on which the airport or any retail fuel seller at the airport makes available an unleaded aviation gasoline that has been authorized for use by the FAA as a replacement for 100-octane low lead aviation gasoline for use in nearly all piston-engine aircraft and engine models; and meets either an industry consensus standard or other standard that facilitates the safe use, production, and distribution of such unleaded aviation gasoline, as determined appropriate by the FAA. c.An airport owner or operator understands and agrees, that any violation of this grant assurance is subject to civil penalties as provided for in 49 U.S.C. § 46301(a)(8). 010526 a Pg. 440 FAA Form 5100-128 U.S. Department of Transportation Federal Aviation Administration FAA Form 5100-128, Agreement on State Sponsorship and Airport Sponsor Obligations – Airport Improvement Program Paperwork Reduction Act Burden Statement A federal agency may not conduct or sponsor, and a person is not required to respond to, nor shall a person be subject to a penalty for failure to comply with a collection of information subject to the requirements of the Paperwork Reduction Act unless that collection of information displays a currently valid OMB Control Number. The OMB Control Number for this information collection is 2120-0569. Public reporting for this collection of information is estimated to be approximately 8 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, completing and reviewing the collection of information. All responses to this collection of information are required under 49 U.S.C. Section 47105 to retain a benefit and to meet the reporting requirements of 2 CFR 200. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden to: Information Collection Clearance Officer, Federal Aviation Administration, 10101 Hillwood Parkway, Fort Worth, TX 76177-1524. 010526 a Pg. 441 FAA Form 5100-128 (2/24) SUPERSEDES PREVIOUS EDITION DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 12/31/2026 Agreement on State Sponsorship and Airport Sponsor Obligations Airport Improvement Program Sponsor’s Certification I assure and certify, for the project identified herein, the Airport Sponsor will comply with terms, conditions, and assurances contained in the Project Application submitted to the Federal Aviation Administration by the state and to Grant Agreement Conditions required by the Federal Aviation Administration. A copy of the Project Application Assurances and Grant Agreement Conditions is attached and made part of this Agreement on State Sponsorship and Airport Sponsor Obligations. Executed on this day of , Name of Sponsor: Name of Sponsor’s Authorized Official: Title of Sponsor’s Authorized Official: Signature of Sponsor’s Authorized Official: I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. Airport: Sponsor: hereinafter called the “Airport Sponsor” Associated City: hereinafter called the “Associated City” Project Description: hereinafter called the “Project” State: hereinafter called the “State” In accordance with 49 USC § 47105 the Airport Sponsor hereby consents to the Project sponsorship by the State for the Project at the above airport and associated city. 010526 a Pg. 442 FAA Form 5100-12 U.S. Department of Transportation Federal Aviation Administration FAA Form 5100-129, Construction Project Final Acceptance – Airport Improvement Program Sponsor Certification Paperwork Reduction Act Burden Statement A federal agency may not conduct or sponsor, and a person is not required to respond to, nor shall a person be subject to a penalty for failure to comply with a collection of information subject to the requirements of the Paperwork Reduction Act unless that collection of information displays a currently valid OMB Control Number. The OMB Control Number for this information collection is 2120-0569. Public reporting for this collection of information is estimated to be approximately 8 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, completing and reviewing the collection of information. All responses to this collection of information are required under 49 U.S.C. Section 47105 to retain a benefit and to meet the reporting requirements of 2 CFR 200. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden WR,QIRUPDWLRQ&ROOHFWLRQ &OHDUDQFH2IILFHU)HGHUDO$YLDWLRQ$GPLQLVWUDWLRQ+LOOZRRG3DUNZD\)RUW:RUWK7; . 010526 a Pg. 443 FAA Form 5100-129 () SUPERSEDES PREVIOUS EDITION page 1 of 3 U.S. Department of Transportation Federal Aviation Administration OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: /3/20 Construction Project Final Acceptance Airport Improvement Program Sponsor Certification Sponsor: Airport: Project Number: Description of Work: Application 49 USC § 47105(d), authorizes the Secretary to require me certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program. General standards for final acceptance and close out of federally funded construction projects are in 2 CFR § 200.343 – Closeout and supplemented by FAA Order 5100.38. The sponsor must determine that project costs are accurate and proper in accordance with specific requirements of the grant agreement and contract documents. Certification Statements Except for certification statements below marked not applicable (N/A), this list includes major requirements of the construction project. Selecting “<es” represents sponsor DFNQRZOHGJPHQW and confirmation of the certification statement. The term “will” means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement is referenced within parenthesis. 1.The personnel engaged in project administration, engineering supervision, project inspection, and acceptance testing were or will be determined to be qualified and competent to perform the work (Grant Assurance). Yes No N/A 2. Construction records, including daily logs, were or will be kept by the resident engineer/construction inspector that fully document contractor’s performance in complying with: a. Technical standards (Advisory Circular (AC) 150/5370-12); b.Contract requirements (2 CFR part 200 and FAA Order 5100.38); and c. Construction safety and phasing plan measures (AC 150/5370-2). Yes No N/A 3. All acceptance tests specified in the project specifications were or will be performed and documented. (AC 150/5370-12). Yes No N/A County of Harnett Harnett Regional Jetport (HRJ) 36237.25.22.1 Construct New Fuel Farm 010526 a Pg. 444 FAA Form 5100-129 () SUPERSEDES PREVIOUS EDITION page 2 of 3 4. Sponsor has taken or will take appropriate corrective action for any test result outside of allowable tolerances (AC 150/5370-12). Yes No N/A 5. Pay reduction factors required by the specifications were applied or will be applied in computing final payments with a summary made available to the FAA (AC 150/5370-10). Yes No N/A 6. Sponsor has notified, or will promptly notify the Federal Aviation Administration (FAA) of the following occurrences: a. Violations of any federal requirements set forth or included by reference in the contract documents (2 CFR part 200); b. Disputes or complaints concerning federal labor standards (29 CFR part 5); and c.Violations of or complaints addressing conformance with Equal Employment Opportunity or Disadvantaged Business Enterprise requirements (41 CFR Chapter 60 and 49 CFR part 26). Yes No N/A 7. Weekly payroll records and statements of compliance were or will be submitted by the prime contractor and reviewed by the sponsor for conformance with federal labor and civil rights requirements as required by FAA and U.S. Department of Labor (29 CFR Part 5). Yes No N/A 8. Payments to the contractor were or will be made in conformance with federal requirements and contract provisions using sponsor internal controls that include: a. Retaining source documentation of payments and verifying contractor billing statements against actual performance (2 CFR § 200.302 and FAA Order 5100.38); b. Prompt payment of subcontractors for satisfactory performance of work (49 CFR § 26.29); c. Release of applicable retainage upon satisfactory performance of work (49 CFR § 26.29); and d. Verification that payments to DBEs represent work the DBE performed by carrying out a commercially useful function (49 CFR §26.55). Yes No N/A 9. A final project inspection was or will be conducted with representatives of the sponsor and the contractor present that ensure: a. Physical completion of project work in conformance with approved plans and specifications (Order 5100.38); b. Necessary actions to correct punch list items identified during final inspection are complete (Order 5100.38); and c. Preparation of a record of final inspection and distribution to parties to the contract (Order 5100.38); Yes No N/A 10. The project was or will be accomplished without material deviations, changes, or modifications from approved plans and specifications, except as approved by the FAA (Order 5100.38). Yes No N/A 010526 a Pg. 445 FAA Form 5100-129 () SUPERSEDES PREVIOUS EDITION page 3 of 3 Yes No N/A 12. For development projects, sponsor has taken or will take the following close-out actions: a. Submit to the FAA a final test and quality assurance report summarizing acceptance test results, as applicable (Grant Condition); b. Complete all environmental requirements as established within the project environmental determination (Oder 5100.38); and c. Prepare and retain as-built plans (Order 5100.38). Yes No N/A 13. Sponsor has revised or will revise their airport layout plan (ALP) that reflects improvements made and has submitted or will submit an updated ALP to the FAA no later than 90 days from the period of performance end date. (49 USC § 47107 and Order 5100.38). Yes No N/A Attach documentation clarifying any above item marked with “No” response. Sponsor’s Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and additional documentation for any item marked “no” is correct and complete. Executed on this day of , . Name of Sponsor: Name of Sponsor’s Authorized Official: Title of Sponsor’s Authorized Official: Signature of Sponsor’s Authorized Official: I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. 11. The construction of all buildings have complied or will comply with the seismic construction requirements of 49 CFR § 41.120. December 2025 County of Harnett Bradley Abate Airport Director 4th 010526 a Pg. 446 FAA Form 5100-130 U.S. Department of Transportation Federal Aviation Administration FAA Form 5100-130, Drug-Free Workplace – Airport Improvement Program Sponsor Certification Paperwork Reduction Act Burden Statement A federal agency may not conduct or sponsor, and a person is not required to respond to, nor shall a person be subject to a penalty for failure to comply with a collection of information subject to the requirements of the Paperwork Reduction Act unless that collection of information displays a currently valid OMB Control Number. The OMB Control Number for this information collection is 2120-0569. Public reporting for this collection of information is estimated to be approximately 8 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, completing and reviewing the collection of information. All responses to this collection of information are required under 49 U.S.C. Section 47105 to retain a benefit and to meet the reporting requirements of 2 CFR 200. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden WR,QIRUPDWLRQ&ROOHFWLRQ &OHDUDQFH2IILFHU)HGHUDO$YLDWLRQ$GPLQLVWUDWLRQ+LOOZRRG3DUNZD\)RUW:RUWK7; . 010526 a Pg. 447 FAA Form 5100-130 () SUPERSEDES PREVIOUS EDITION Page 1 of 3 U.S. Department of Transportation Federal Aviation Administration OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: /3/20 Drug-Free Workplace Airport Improvement Program Sponsor Certification Sponsor: Airport: Project Number: Description of Work: Application 49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General requirements on the drug-free workplace within federal grant programs are described in 2 CFR part 182. Sponsors are required to certify they will be, or will continue to provide, a drug-free workplace in accordance with the regulation. The AIP project grant agreement contains specific assurances on the Drug-Free Workplace Act of 1988. Certification Statements Except for certification statements below marked as not applicable (N/A), this list includes major requirements of the construction project. Selecting “Yes” represents sponsor acknowledgement and confirmation of the certification statement. The term “will” means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement is referenced within parenthesis. 1. A statement has been or will be published prior to commencement of project notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the sponsor's workplace, and specifying the actions to be taken against employees for violation of such prohibition (2 CFR § 182.205). Yes No N/A 2. An ongoing drug-free awareness program (2 CFR § 182.215) has been or will be established prior to commencement of project to inform employees about: a. The dangers of drug abuse in the workplace; b. The sponsor's policy of maintaining a drug-free workplace; c.Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. Yes No N/A County of Harnett Harnett Regional Jetport (HRJ) 36237.25.22.1 Construct New Fuel Farm Type text here 010526 a Pg. 448 FAA Form 5100-130 () SUPERSEDES PREVIOUS EDITION Page 2 of 3 3. Each employee to be engaged in the performance of the work has been or will be given a copy of the statement required within item 1 above prior to commencement of project (2 CFR § 182.210). Yes No N/A 4. Employees have been or will be notified in the statement required by item 1 above that, as a condition employment under the grant (2 CFR § 182.205(c)), the employee will: a. Abide by the terms of the statement; and b. Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction. Yes No N/A 5. The Federal Aviation Administration (FAA) will be notified in writing within 10 calendar days after receiving notice under item 4b above from an employee or otherwise receiving actual notice of such conviction (2 CFR § 182.225). Employers of convicted employees must provide notice, including position title of the employee, to the FAA (2 CFR § 182.300). Yes No N/A 6. One of the following actions (2 CFR § 182.225(b)) will be taken within 30 calendar days of receiving a notice under item 4b above with respect to any employee who is so convicted: a. Take appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; and b. Require such employee to participate satisfactorily in drug abuse assistance or rehabilitation programs approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency. Yes No N/A 7. A good faith effort will be made, on a continuous basis, to maintain a drug-free workplace through implementation of items 1 through 6 above (2 CFR § 182.200). Yes No N/A Site(s) of performance of work (2 CFR § 182.230): Location 1 Name of Location: Address: Location 2 (if applicable) Name of Location: Address: Location 3 (if applicable) Name of Location: Address: Harnett Regional Jetport 615 Airport Road, Erwin, NC 28339 010526 a Pg. 449 FAA Form 5100-130 () SUPERSEDES PREVIOUS EDITION Page 3 of 3 Attach documentation clarifying any above item marked with a “No” response. Sponsor’s Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and additional documentation for any item marked “no” is correct and complete. Executed on this day of , . Name of Sponsor: Name of Sponsor’s Authorized Official: Title of Sponsor’s Authorized Official: Signature of Sponsor’s Authorized Official: I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. December 2025 County of Harnett Bradley Abate Airport Director 4th 010526 a Pg. 450 FAA Form 5100-131 U.S. Department of Transportation Federal Aviation Administration FAA Form 5100-131, Equipment and Construction Contracts – Airport Improvement Sponsor Certification Paperwork Reduction Act Burden Statement A federal agency may not conduct or sponsor, and a person is not required to respond to, nor shall a person be subject to a penalty for failure to comply with a collection of information subject to the requirements of the Paperwork Reduction Act unless that collection of information displays a currently valid OMB Control Number. The OMB Control Number for this information collection is 2120-0569. Public reporting for this collection of information is estimated to be approximately 8 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, completing and reviewing the collection of information. All responses to this collection of information are required under 49 U.S.C. Section 47105 to retain a benefit and to meet the reporting requirements of 2 CFR 200. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden WR,QIRUPDWLRQ&ROOHFWLRQ &OHDUDQFH2IILFHU)HGHUDO$YLDWLRQ$GPLQLVWUDWLRQ+LOOZRRG3DUNZD\)RUW:RUWK7; . 010526 a Pg. 451 FAA Form 5100-131 () SUPERSEDES PREVIOUS EDITION Page 1of 4 U.S. Department of Transportation Federal Aviation Administration OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE:  Equipment and Construction Contracts Airport Improvement Sponsor Certification Sponsor: Airport: Project Number: Description of Work: Application 49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General procurement standards for equipment and construction contracts within Federal grant programs are described in 2 CFR §§ 200.317-200.326. Labor and Civil Rights Standards applicable to the AIP are established by the Department of Labor (www.dol.gov) AIP Grant Assurance C.1—General Federal Requirements identifies all applicable Federal Laws, regulations, executive orders, policies, guidelines and requirements for assistance under the AIP. Sponsors may use state and local procedures provided the procurement conforms to these federal standards. This certification applies to all equipment and construction projects. Equipment projects may or may not employ laborers and mechanics that qualify the project as a “covered contract” under requirements established by the Department of Labor requirements. Sponsor shall provide appropriate responses to the certification statements that reflect the character of the project regardless of whether the contract is for a construction project or an equipment project. Certification Statements Except for certification statements below marked as not applicable (N/A), this list includes major requirements of the construction project. Selecting “Yes” represents sponsor acknowledgement and confirmation of the certification statement. The term “will” means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement is referenced within parenthesis. 1. A written code or standard of conduct is or will be in effect prior to commencement of the project that governs the performance of the sponsor’s officers, employees, or agents in soliciting, awarding and administering procurement contracts (2 CFR § 200.318). Yes No N/A County of Harnett Harnett Regional Jetport (HRJ) 36237.25.22.1 Construct New Fuel Farm 010526 a Pg. 452 FAA Form 5100-131 () SUPERSEDES PREVIOUS EDITION Page 2 of 4 2. For all contracts, qualified and competent personnel are or will be engaged to perform contract administration, engineering supervision, construction inspection, and testing (Grant Assurance C.17). Yes No N/A 3. Sponsors that are required to have a Disadvantage Business Enterprise (DBE) program on file with the FAA have included or will include clauses required by Title VI of the Civil Rights Act and 49 CFR Part 26 for Disadvantaged Business Enterprises in all contracts and subcontracts. Yes No N/A 4. Sponsors required to have a DBE program on file with the FAA have implemented or will implement monitoring and enforcement measures that: a. Ensure work committed to Disadvantaged Business Enterprises at contract award is actually performed by the named DBEs (49 CFR § 26.37(b)); b.Include written certification that the sponsor has reviewed contract records and has monitored work sites for performance by DBE firms (49 CFR § 26.37(b)); and c. Provides for a running tally of payments made to DBE firms and a means for comparing actual attainments (i.e. payments) to original commitments (49 CFR § 26.37(c)). Yes No N/A 5. Sponsor procurement actions using the competitive sealed bid method (2 CFR § 200.320(c)). was or will be: a. Publicly advertised, allowing a sufficient response time to solicit an adequate number of interested contractors or vendors; b. Prepared to include a complete, adequate and realistic specification that defines the items or services in sufficient detail to allow prospective bidders to respond; c.Publicly opened at a time and place prescribed in the invitation for bids; and d. Prepared in a manner that result in a firm fixed price contract award to the lowest responsive and responsible bidder. Yes No N/A 6. For projects the Sponsor proposes to use the competitive proposal procurement method (2 CFR § 200.320(d)), Sponsor has requested or will request FAA approval prior to proceeding with a competitive proposal procurement by submitting to the FAA the following: a. Written justification that supports use of competitive proposal method in lieu of the preferred sealed bid procurement method; b. Plan for publicizing and soliciting an adequate number of qualified sources; and c. Listing of evaluation factors along with relative importance of the factors. Yes No N/A 7. For construction and equipment installation projects, the bid solicitation includes or will include the current federal wage rate schedule(s) for the appropriate type of work classifications (2 CFR Part 200, Appendix II). Yes No N/A 010526 a Pg. 453 FAA Form 5100-131 () SUPERSEDES PREVIOUS EDITION Page 3 of 4 8. Concurrence was or will be obtained from the Federal Aviation Administration (FAA) prior to contract award under any of the following circumstances (Order 5100.38D): a. Only one qualified person/firm submits a responsive bid; b. Award is to be made to other than the lowest responsible bidder; and c. Life cycle costing is a factor in selecting the lowest responsive bidder. Yes No N/A 9.All construction and equipment installation contracts contain or will contain provisions for: a. Access to Records (§ 200.336) b.Buy American Preferences (Title 49 U.S.C. § 50101) c. Civil Rights - General Provisions and Title VI Assurances( 41 CFR part 60) d. Federal Fair Labor Standards (29 U.S.C. § 201, et seq) e. Occupational Safety and Health Act requirements (20 CFR part 1920) f. Seismic Safety – building construction (49 CFR part 41) g.State Energy Conservation Requirements - as applicable(2 CFR part 200, Appendix II) h. U.S. Trade Restriction (49 CFR part 30) i.Veterans Preference (49 USC § 47112(c)) Yes No N/A 10. All construction and equipment installation contracts exceeding $2,000 contain or will contain the provisions established by: a. Davis-Bacon and Related Acts (29 CFR part 5) b. Copeland “Anti-Kickback” Act (29 CFR parts 3 and 5) Yes No N/A 11.All construction and equipment installation contracts exceeding $3,000 contain or will contain a contract provision that discourages distracted driving (E.O. 13513). Yes No N/A 12. All contracts exceeding $10,000 contain or will contain the following provisions as applicable: a. Construction and equipment installation projects - Applicable clauses from 41 CFR Part 60 for compliance with Executive Orders 11246 and 11375 on Equal Employment Opportunity; b. Construction and equipment installation - Contract Clause prohibiting segregated facilities in accordance with 41 CFR part 60-1.8; c. Requirement to maximize use of products containing recovered materials in accordance with 2 CFR § 200.322 and 40 CFR part 247; and d. Provisions that address termination for cause and termination for convenience (2 CFR Part 200, Appendix II). Yes No N/A 010526 a Pg. 454 FAA Form 5100-131 () SUPERSEDES PREVIOUS EDITION Page 4 of 4 13. All contracts and subcontracts exceeding $25,000: Measures are in place or will be in place (e.g. checking the System for Award Management) that ensure contracts and subcontracts are not awarded to individuals or firms suspended, debarred, or excluded from participating in federally assisted projects (2 CFR parts 180 and 1200). Yes No N/A Contracts exceeding the simplified acquisition threshold (currently $50,000) include or will include provisions, as applicable, that address the following: DConstruction and equipment installation contracts - a bid guarantee of 5%, a performance bond of 100%, and a payment bond of 100% (2 CFR § 200.325); EConstruction and equipment installation contracts - requirements of the Contract Work Hours and Safety Standards Act (40 USC 3701-3708, Sections 103 and 107); FRestrictions on Lobbying and Influencing (2 CFR part 200, Appendix II); GConditions specifying administrative, contractual and legal remedies for instances where contractor of vendor violate or breach the terms and conditions of the contract (2 CFR §200, Appendix II); and HAll Contracts - Applicable standards and requirements issued under Section 306 of the Clean Air Act (42 USC 7401-7671q), Section 508 of the Clean Water Act (33 USC 1251-1387, and Executive Order 11738. Yes No N/A Attach documentation clarifying any above item marked with “No” response. Sponsor’s Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and additional documentation for any item marked “no” is correct and complete. Executed on this day of , . Name of Sponsor: Name of Sponsor’s Authorized Official: Title of Sponsor’s Authorized Official: Signature of Sponsor’s Authorized Official: I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. December 2025 County of Harnett Bradley Abate Airport Director 4th 010526 a Pg. 455 FAA Form 5100-132 U.S. Department of Transportation Federal Aviation Administration FAA Form 5100-132, Project Plans and Specifications – Airport Improvement Program Sponsor Certification Paperwork Reduction Act Statement A federal agency may not conduct or sponsor, and a person is not required to respond to, nor shall a person be subject to a penalty for failure to comply with a collection of information subject to the requirements of the Paperwork Reduction Act unless that collection of information displays a currently valid OMB Control Number. The OMB Control Number for this information collection is 2120-0569. Public reporting for this collection of information is estimated to be approximately 8 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, completing and reviewing the collection of information. All responses to this collection of information are required under 49 U.S.C. Section 47105 to retain a benefit and to meet the reporting requirements of 2 CFR 200. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden WR,QIRUPDWLRQ&ROOHFWLRQ &OHDUDQFH2IILFHU)HGHUDO$YLDWLRQ$GPLQLVWUDWLRQ+LOOZRRG3DUNZD\)RUW:RUWK7; . 010526 a Pg. 456 FAA Form 5100-132 () SUPERSEDES PREVIOUS EDITION Page 1 of 3 U.S. Department of Transportation Federal Aviation Administration OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: /3/20 Project Plans and Specifications Airport Improvement Program Sponsor Certification Sponsor: Airport: Project Number: Description of Work: Application 49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). Labor and civil rights standards applicable to AIP are established by the Department of Labor (www.dol.gov/). AIP Grant Assurance C.1—General Federal Requirements identifies applicable federal laws, regulations, executive orders, policies, guidelines and requirements for assistance under AIP. A list of current advisory circulars with specific standards for procurement, design or construction of airports, and installation of equipment and facilities is referenced in standard airport sponsor Grant Assurance 34 contained in the grant agreement. Certification Statements Except for certification statements below marked as not applicable (N/A), this list includes major requirements of the construction project. Selecting “Yes” represents sponsor acknowledgement and confirmation of the certification statement. The term “will” means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement is referenced within parenthesis. 1. The plans and specifications were or will be prepared in accordance with applicable federal standards and requirements, so that no deviation or modification to standards set forth in the advisory circulars, or FAA-accepted state standard, is necessary other than those explicitly approved by the Federal Aviation Administration (FAA) (14 USC § 47105). Yes No N/A 2. Specifications incorporate or will incorporate a clear and accurate description of the technical requirement for the material or product that does not contain limiting or proprietary features that unduly restrict competition (2 CFR §200.319). Yes No N/A County of Harnett Harnett Regional Jetport (HRJ) 36237.25.22.1 Construct New Fuel Farm 010526 a Pg. 457 FAA Form 5100-132 () SUPERSEDES PREVIOUS EDITION Page 2 of 3 3. The development that is included or will be included in the plans is depicted on the current airport layout plan as approved by the FAA (14 USC § 47107). Yes No N/A 4. Development and features that are ineligible or unallowable for AIP funding have been or will be omitted from the plans and specifications (FAA Order 5100.38, par. 3-43). Yes No N/A 5. The specification does not use or will not use “brand name” or equal to convey requirements unless sponsor requests and receives approval from the FAA to use brand name (FAA Order 5100.38, Table U-5). Yes No N/A 6. The specification does not impose or will not impose geographical preference in their procurement requirements (2 CFR §200.319(b) and FAA Order 5100.38, Table U-5). Yes No N/A 7. The use of prequalified lists of individuals, firms or products include or will include sufficient qualified sources that ensure open and free competition and that does not preclude potential entities from qualifying during the solicitation period (2 CFR §319(d)). Yes No N/A 8. Solicitations with bid alternates include or will include explicit information that establish a basis for award of contract that is free of arbitrary decisions by the sponsor (2 CFR § 200.319(a)(7)). Yes No N/A 9. Concurrence was or will be obtained from the FAA if Sponsor incorporates a value engineering clause into the contract (FAA Order 5100.38, par. 3-57). Yes No N/A 10. The plans and specifications incorporate or will incorporate applicable requirements and recommendations set forth in the federally approved environmental finding (49 USC §47106(c)). Yes No N/A 11. The design of all buildings comply or will comply with the seismic design requirements of 49 CFR § 41.120. (FAA Order 5100.38d, par. 3-92) Yes No N/A 12. The project specification include or will include process control and acceptance tests required for the project by as per the applicable standard: a. Construction and installation as contained in Advisory Circular (AC) 150/5370-10. Yes No N/A 010526 a Pg. 458 FAA Form 5100-132 () SUPERSEDES PREVIOUS EDITION Page 3 of 3 b. Snow Removal Equipment as contained in AC 150/5220-20. Yes No N/A c. Aircraft Rescue and Fire Fighting (ARFF) vehicles as contained in AC 150/5220-10. Yes No N/A For construction activities within or near aircraft operational areas(AOA): DThe Sponsor has or will prepare a construction safety and phasing plan (CSPP) conforming to Advisory Circular 150/5370-2. ECompliance with CSPP safety provisions has been or will be incorporated into the plans and specifications as a contractor requirement. FSponsor will not initiate work until receiving FAA’s concurrence with the CSPP (FAA Order 5100.38, Par. 5-29). Yes No N/A 14. The project was or will be physically completed without federal participation in costs due to errors and omissions in the plans and specifications that were foreseeable at the time of project design (49 USC §47110(b)(1) and FAA Order 5100.38d, par. 3-100). Yes No N/A Attach documentation clarifying any above item marked with “No” response. Sponsor’s Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and additional documentation for any item marked “no” is correct and complete. Executed on this  day of December , 2025. Name of Sponsor: County of Harnett Name of Sponsor’s Authorized Official: Bradley Abate Title of Sponsor’s Authorized Official: Airport Director Signature of Sponsor’s Authorized Official: I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. 4th 010526 a Pg. 459 FAA Form 5100-133 U.S. Department of Transportation Federal Aviation Administration FAA FRUP 5100-133, RHDO PURSHUW\AFTXLVLWLRQ – $LUSRUW,PSURYHPHQW3URJUDP6SRQVRU&HUWLILFDWLRQ Paperwork Reduction Act Burden Statement A federal agency may not conduct or sponsor, and a person is not required to respond to, nor shall a person be subject to a penalty for failure to comply with a collection of information subject to the requirements of the Paperwork Reduction Act unless that collection of information displays a currently valid OMB Control Number. The OMB Control Number for this information collection is 2120-0569. Public reporting for this collection of information is estimated to be approximately 8 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, completing and reviewing the collection of information. All responses to this collection of information are required under 49 U.S.C. Section 47105 to retain a benefit and to meet the reporting requirements of 2 CFR 200. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden WR,QIRUPDWLRQ&ROOHFWLRQ &OHDUDQFH2IILFHU)HGHUDO$YLDWLRQ$GPLQLVWUDWLRQ+LOOZRRG3DUNZD\)RUW:RUWK7; . 010526 a Pg. 460 FAA Form 5100-133 () SUPERSEDES PREVIOUS EDITION Page 1 of 3 U.S. Department of Transportation Federal Aviation Administration OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: /3/20 Real Property Acquisition Airport Improvement Program Sponsor Certification Sponsor: Airport: Project Number: Description of Work: Application 49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General requirements on real property acquisition and relocation assistance are in 49 CFR Part 24. The AIP project grant agreement contains specific requirements and assurances on the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (Uniform Act), as amended. Certification Statements Except for certification statements below marked not applicable (N/A), this list includes major requirements of the real property acquisition project. Selecting “Yes” represents sponsor acknowledgement and confirmation of the certification statement. The term “will” means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. 1. The sponsor’s attorney or other official has or will have good and sufficient title as well as title evidence on property in the project. Yes No N/A 2. If defects and/or encumbrances exist in the title that adversely impact the sponsor’s intended use of property in the project, they have been or will be extinguished, modified, or subordinated. Yes No N/A 3. If property for airport development is or will be leased, the following conditions have been met: a. The term is for 20 years or the useful life of the project; b. The lessor is a public agency; and c.The lease contains no provisions that prevent full compliance with the grant agreement. Yes No N/A County of Harnett Harnett Regional Jetport (HRJ) 36237.25.22.1 Construct New Fuel Farm 010526 a Pg. 461 FAA Form 5100-133 () SUPERSEDES PREVIOUS EDITION Page 2 of 3 4. Property in the project is or will be in conformance with the current Exhibit A property map, which is based on deeds, title opinions, land surveys, the approved airport layout plan, and project documentation. Yes No N/A 5. For any acquisition of property interest in noise sensitive approach zones and related areas, property interest was or will be obtained to ensure land is used for purposes compatible with noise levels associated with operation of the airport. Yes No N/A 6. For any acquisition of property interest in runway protection zones and areas related to 14 CFR 77 surfaces or to clear other airport surfaces, property interest was or will be obtained for the following: a. The right of flight; b. The right of ingress and egress to remove obstructions; and c. The right to restrict the establishment of future obstructions. Yes No N/A 7. Appraisals prepared by qualified real estate appraisers hired by the sponsor include or will include the following: a. Valuation data to estimate the current market value for the property interest acquired on each parcel; and b. Verification that an opportunity has been provided to the property owner or representative to accompany appraisers during inspections. Yes No N/A 8. Each appraisal has been or will be reviewed by a qualified review appraiser to recommend an amount for the offer of just compensation, and the written appraisals as well as review appraisal are available to Federal Aviation Administration (FAA) for review. Yes No N/A 9. A written offer to acquire each parcel was or will be presented to the property owner for not less than the approved amount of just compensation. Yes No N/A 10. Effort was or will be made to acquire each property through the following negotiation procedures: a. No coercive action to induce agreement; and b. Supporting documents for settlements included in the project files. Yes No N/A 010526 a Pg. 462 FAA Form 5100-133 () SUPERSEDES PREVIOUS EDITION Page 3 of 3 11. If a negotiated settlement is not reached, the following procedures were or will be used: a. Condemnation initiated and a court deposit not less than the just compensation made prior to possession of the property; and b. Supporting documents for awards included in the project files. Yes No N/A 12. If displacement of persons, businesses, farm operations, or non-profit organizations is involved, a relocation assistance program was or will be established, with displaced parties receiving general information on the program in writing, including relocation eligibility, and a 90-day notice to vacate. Yes No N/A 13. Relocation assistance services, comparable replacement housing, and payment of necessary relocation expenses were or will be provided within a reasonable time period for each displaced occupant in accordance with the Uniform Act. Yes No N/A Attach documentation clarifying any above item marked with “No” response. Sponsor’s Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and additional documentation for any item marked “no” is correct and complete. Executed on this day of , . Name of Sponsor: Name of Sponsor’s Authorized Official: Title of Sponsor’s Authorized Official: Signature of Sponsor’s Designated Official Representative: I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. December 2025 County of Harnett Bradley Abate Airport Director 4th 010526 a Pg. 463 FAA Form 5100-134 U.S. Department of Transportation Federal Aviation Administration FAA Form 5100-134, Selection of Consultants – Airport Improvement Program Sponsor Certification Paperwork Reduction Act Statement A federal agency may not conduct or sponsor, and a person is not required to respond to, nor shall a person be subject to a penalty for failure to comply with a collection of information subject to the requirements of the Paperwork Reduction Act unless that collection of information displays a currently valid OMB Control Number. The OMB Control Number for this information collection is 2120-0569. Public reporting for this collection of information is estimated to be approximately 8 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, completing and reviewing the collection of information. All responses to this collection of information are required under 49 U.S.C. Section 47105 to retain a benefit and to meet the reporting requirements of 2 CFR 200. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden WR,QIRUPDWLRQ&ROOHFWLRQ &OHDUDQFH2IILFHU)HGHUDO$YLDWLRQ$GPLQLVWUDWLRQ+LOOZRRG3DUNZD\)RUW:RUWK7; . 010526 a Pg. 464 FAA Form 5100-134 () SUPERSEDES PREVIOUS EDITION Page 1 of 3 U.S. Department of Transportation Federal Aviation Administration OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: /3/20 Selection of Consultants Airport Improvement Program Sponsor Certification Sponsor: Airport: Project Number: Description of Work: Application 49 USC § 47105(d) authorizes the Secretary to require certification from the sponsor that it will comply with the statutory and administrative requirements in carrying out a project under the Airport Improvement Program (AIP). General requirements for selection of consultant services within federal grant programs are described in 2 CFR §§ 200.317-200.326. Sponsors may use other qualifications-based procedures provided they are equivalent to standards of Title 40 chapter 11 and FAA Advisory Circular 150/5100-14, Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects. Certification Statements Except for certification statements below marked as not applicable (N/A), this list includes major requirements of the construction project. Selecting “Yes” represents sponsor acknowledgement and confirmation of the certification statement. The term “will” means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. This list is not comprehensive and does not relieve the sponsor from fully complying with all applicable statutory and administrative standards. The source of the requirement is referenced within parenthesis. 1. Sponsor acknowledges their responsibility for the settlement of all contractual and administrative issues arising out of their procurement actions (2 CFR § 200.318(k)). Yes No N/A 2. Sponsor procurement actions ensure or will ensure full and open competition that does not unduly limit competition (2 CFR § 200.319). Yes No N/A 3. Sponsor has excluded or will exclude any entity that develops or drafts specifications, requirements, or statements of work associated with the development of a request-for- qualifications (RFQ) from competing for the advertised services (2 CFR § 200.319). Yes No N/A County of Harnett Harnett Regional Jetport (HRJ) 36237.25.22.1 Construct New Fuel Farm 010526 a Pg. 465 FAA Form 5100-134 () SUPERSEDES PREVIOUS EDITION Page 2 of 3 4. The advertisement describes or will describe specific project statements-of-work that provide clear detail of required services without unduly restricting competition (2 CFR § 200.319). Yes No N/A 5. Sponsor has publicized or will publicize a RFQ that: a. Solicits an adequate number of qualified sources (2 CFR § 200.320(d)); and b. Identifies all evaluation criteria and relative importance (2 CFR § 200.320(d)). Yes No N/A 6. Sponsor has based or will base selection on qualifications, experience, and disadvantaged business enterprise participation with price not being a selection factor (2 CFR § 200.320(d)). Yes No N/A 7. Sponsor has verified or will verify that agreements exceeding $25,000 are not awarded to individuals or firms suspended, debarred or otherwise excluded from participating in federally assisted projects (2 CFR §180.300). Yes No N/A 8. A/E services covering multiple projects: Sponsor has agreed to or will agree to: a. Refrain from initiating work covered by this procurement beyond five years from the date of selection (AC 150/5100-14); and b. Retain the right to conduct new procurement actions for projects identified or not identified in the RFQ (AC 150/5100-14). Yes No N/A 9. Sponsor has negotiated or will negotiate a fair and reasonable fee with the firm they select as most qualified for the services identified in the RFQ (2 CFR § 200.323). Yes No N/A 10. The Sponsor’s contract identifies or will identify costs associated with ineligible work separately from costs associated with eligible work (2 CFR § 200.302). Yes No N/A 11. Sponsor has prepared or will prepare a record of negotiations detailing the history of the procurement action, rationale for contract type and basis for contract fees (2 CFR §200.318(i)). Yes No N/A 12. Sponsor has incorporated or will incorporate mandatory contact provisions in the consultant contract for AIP-assisted work (49 U.S.C. Chapter 471 and 2 CFR part 200 Appendix II) Yes No N/A 010526 a Pg. 466 FAA Form 5100-134 () SUPERSEDES PREVIOUS EDITION Page 3 of 3 13. For contracts that apply a time-and-material payment provision (also known as hourly rates, specific rates of compensation, and labor rates), the Sponsor has established or will establish: a. Justification that there is no other suitable contract method for the services (2 CFR §200.318(j)); b. A ceiling price that the consultant exceeds at their risk (2 CFR §200.318(j)); and c. A high degree of oversight that assures consultant is performing work in an efficient manner with effective cost controls in place 2 CFR §200.318(j)). Yes No N/A 14. Sponsor is not using or will not use the prohibited cost-plus-percentage-of-cost (CPPC) contract method. (2 CFR § 200.323(d)). Yes No N/A Attach documentation clarifying any above item marked with “no” response. Sponsor’s Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and additional documentation for any item marked “no” is correct and complete. I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. Executed on this day of ,. Name of Sponsor: Name of Sponsor’s Authorized Official: Title of Sponsor’s Authorized Official: Signature of Sponsor’s Authorized Official: I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. December 2025 County of Harnett Bradley Abate Airport Director 4th 010526 a Pg. 467 FAA Form 5100-135 U.S. Department of Transportation Federal Aviation Administration FAA Form 5100-135, Certification and Disclosure Regarding Potential Conflicts of Interest – Airport Improvement Program Sponsor Certification Paperwork Reduction Act Statement A federal agency may not conduct or sponsor, and a person is not required to respond to, nor shall a person be subject to a penalty for failure to comply with a collection of information subject to the requirements of the Paperwork Reduction Act unless that collection of information displays a currently valid OMB Control Number. The OMB Control Number for this information collection is 2120-0569. Public reporting for this collection of information is estimated to be approximately 8 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, completing and reviewing the collection of information. All responses to this collection of information are required under 49 U.S.C. Section 47105 to retain a benefit and to meet the reporting requirements of 2 CFR 200. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden WR,QIRUPDWLRQ&ROOHFWLRQ &OHDUDQFH2IILFHU)HGHUDO$YLDWLRQ$GPLQLVWUDWLRQ+LOOZRRG3DUNZD\)RUW:RUWK7; . 010526 a Pg. 468 FAA Form 5100-135 () SUPERSEDES PREVIOUS EDITION Page 1of 2 U.S. Department of Transportation Federal Aviation Administration OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: /3/20 Certification and Disclosure Regarding Potential Conflicts of Interest Airport Improvement Program Sponsor Certification Sponsor: Airport: Project Number: Description of Work: Application Title 2 CFR § 200.112 and § 1201.112 address Federal Aviation Administration (FAA) requirements for conflict of interest. As a condition of eligibility under the Airport Improvement Program (AIP), sponsors must comply with FAA policy on conflict of interest. Such a conflict would arise when any of the following have a financial or other interest in the firm selected for award: a) The employee, officer or agent, b) Any member of his immediate family, c)His or her partner, or d) An organization which employs, or is about to employ, any of the above. Selecting “Yes” represents sponsor or sub-recipient acknowledgement and confirmation of the certification statement. Selecting “No” represents sponsor or sub-recipient disclosure that it cannot fully comply with the certification statement. If “No” is selected, provide support information explaining the negative response as an attachment to this form. This includes whether the sponsor has established standards for financial interest that are not substantial or unsolicited gifts are of nominal value (2 CFR § 200.318(c)). The term “will” means Sponsor action taken at appropriate time based on the certification statement focus area, but no later than the end of the project period of performance. Certification Statements 1. The sponsor or sub-recipient maintains a written standards of conduct governing conflict of interest and the performance of their employees engaged in the award and administration of contracts (2 CFR § 200.318(c)). To the extent permitted by state or local law or regulations, such standards of conduct provide for penalties, sanctions, or other disciplinary actions for violations of such standards by the sponsor’s and sub-recipient’s officers, employees, or agents, or by contractors or their agents. Yes No County of Harnett Harnett Regional Jetport (HRJ) 36237.25.22.1 Construct New Fuel Farm 010526 a Pg. 469 FAA Form 5100-135 () SUPERSEDES PREVIOUS EDITION Page 2 of 2 2. The sponsor’s or sub-recipient’s officers, employees or agents have not and will not solicit or accept gratuities, favors or anything of monetary value from contractors, potential contractors, or parties to sub-agreements (2 CFR § 200.318(c)). Yes No 3. The sponsor or sub-recipient certifies that is has disclosed and will disclose to the FAA any known potential conflict of interest (2 CFR § 1200.112). Yes No Attach documentation clarifying any above item marked with “no” response. Sponsor’s Certification I certify, for the project identified herein, responses to the forgoing items are accurate as marked and have the explanation for any item marked “no” is correct and complete. Executed on this day of , . Name of Sponsor: Name of Sponsor’s Authorized Official: Title of Sponsor’s Authorized Official: Signature of Sponsor’s Authorized Official: I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. December 2025 County of Harnett Bradley Abate Airport Director 4th 010526 a Pg. 470 FAA Special Conditions Page 1 of 1 FAA SPECIAL CONDITIONS This is in response to Application #1000027328 dated DECEMBER 4, 2025, for Federal Block Grant Non-Primary Entitlement Project #36237.25.22.1 for HARNETT REGIONAL JETPORT. Added Special Conditions: The Sponsor agrees to adhere to the following BLOCK GRANT 87 (2025 AIG) special conditions that are required by FAA based on the scope of the project. Please complete the highlighted information, if applicable. Block Grant Special Conditions (* indicates additional info is required) FY2025 Fueling System - Use and Operation Requirements. A project funded under this Grant Agreement includes the installation of a new aviation fueling system. All revenue generated by this fueling system must be used for the operation and maintenance of the Airport at which the system is installed in accordance with the Grant Assurances, specifically Grant Assurances 24 and 25, codified at 49 U.S.C. § 47107(a)(13) and §§ 47107(b) and 47133, respectively and FAA’s Policy and Procedures Concerning the Use of Airport Revenue (64 FR 7696, as amended). The fueling system established under this Grant, as operated by the Sponsor, shall not be included in any third-party exclusive use lease and shall not result in the granting of an exclusive right. The Sponsor is further obligated to operate and maintain the fueling system for the 20-year grant expected useful life, including meeting all local, state, and Federal regulations related to the fueling system. FY2025 Usable Unit of Development. The FAA and the State and Sponsor, agree this Grant only funds a portion of the overall project. The FAA makes no commitment of funding beyond what is provided herein. In accepting this award, the airport Sponsor understands and agrees that the work described in this Grant Agreement must be incorporated into a safe, useful, and usable unit of development completed within a reasonable timeframe [49 USC § 47106(a)(4)]. This safe, useful, usable unit of development must be completed regardless of whether the Sponsor receives any additional federal funding. A signed copy PDF should be uploaded to the EBS application for NCDOT-Division of Aviation to proceed. I do hereby certify that HARNETT COUNTY, on behalf of HARNETT REGIONAL JETPORT, received federal block grant funding from NCDOT-Division of Aviation and has complied with the requirement(s) stated above. _________________________________ _______________________ Authorized Signature for Sponsor Date 010526 a Pg. 471 DOA FORM REVISED 11/2023 Page 1 of 12 GRANT AGREEMENT STATE AID TO AIRPORTS BLOCK GRANT AIRPORT: HARNETT REGIONAL JETPORT BETWEEN THE N. C. DEPARTMENT OF TRANSPORTATION, AN AGENCY OF THE STATE OF NORTH CAROLINA UEI: JBDCD9V41BX7 AND PROJECT NO: 36237.25.22.2 HARNETT COUNTY This Agreement is hereby made and entered into by and between the NORTH CAROLINA DEPARTMENT OF TRANSPORTATION (hereinafter referred to as “Department”) and HARNETT COUNTY, the public agency owning the HARNETT COUNTY JETPORT (hereinafter referred to as “Sponsor”). This agreement shall be effective on ______________________ and shall terminate on MAY 1, 2029, with the option to extend, if mutually agreed upon, through a written modification. Pre-award costs included on the Code and Category of Expenditure Section of the project’s Request for Aid (RFA) Application are authorized. W I T N E S S E T H WHEREAS, the Department has received the approval of the Federal Aviation Administration to administer certain Airport Improvement Program Funds in North Carolina under the provisions of the FAA Reauthorization Act of 2024; WHEREAS, the Department has approved a grant award to the Sponsor under the State Block Grant Program for Non-Primary Entitlement funds. WHEREAS, the Sponsor has made a formal application dated DECEMBER 4, 2025, to the Department for Non- Primary Entitlement funds for the HARNETT COUNTY JETPORT; and WHEREAS, a grant in the amount of $142,357 not to exceed 95 percent of the federal share of the final, eligible project costs of $149,850 has been approved subject to the conditions and limitations herein; and WHEREAS, the Non-Primary Entitlement funds will be used for the following approved project: CONSTRUCT NEW FUEL FARM GRANT #2 Item 8Eii 010526 a Pg. 472 DOA FORM REVISED 11/2024 Page 2 of 15 NOW THEREFORE, the Sponsor and the Division of Aviation (“Division”) do mutually hereby agree as follows: 1) Work performed under this Agreement shall conform to the approved project description. Any amendments to or modification of the scope and terms of this Agreement shall be in the form of a modified grant mutually executed by the Sponsor and the Division, except that an extension of time and/or a reallocation of funds within the approved budget may be granted by the Division by written notice to the Sponsor. Any changes to the scope, amount, or fees with this grant agreement without first consulting your Airport Project Manager could be found ineligible. 2) The Sponsor certifies that it has adhered to all applicable laws, regulations, and procedures in the application for and Sponsor's approval of the Agreement. 3) The Sponsor agrees to comply with the "Sponsor's Assurances" contained as a part of this Agreement. The Sponsor shall be liable to the Department for the return of all grant funds received in the event of a material breach of the Sponsor’s Assurances or this Agreement. 4) The Sponsor agrees to adhere to the standards and procedures contained in the North Carolina Airports Program Guidance Handbook, the Federal Assurances and Certifications, and Federal Special Conditions, if applicable. 010526 a Pg. 473 DOA FORM REVISED 11/2024 Page 3 of 15 APPENDIX A6.4.1 TITLE VI LIST OF PERTINENT NONDISCRIMINATION ACTS AND AUTHORITIES During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor") agrees to comply with the following nondiscrimination statutes and authorities; including but not limited to: Pertinent Nondiscrimination Authorities: • Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination in Federally-Assisted programs of the Department of Transportation— Effectuation of Title VI of the Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC § 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); • Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended (prohibits discrimination on the basis of disability); and 49 CFR part 27 (Nondiscrimination on the Basis of Disability in Programs or Activities Receiving Federal Financial Assistance); • The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.) (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982 (49 USC § 47123), as amended (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987 (PL 100-259) (broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act of 1990 (42 USC § 12101, et seq) (prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities) as implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration’s Nondiscrimination statute (49 USC § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low- Income Populations (ensures nondiscrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low- income populations); • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs [70 Fed. Reg. 74087 (2005)]; • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 USC § 1681, et seq). 010526 a Pg. 474 DOA FORM REVISED 11/2024 Page 4 of 15 APPENDIX A6.4.2 TITLE VI CLAUSES FOR COMPLIANCE WITH NONDISCRIMINATION REQUIREMENTS During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the contractor under the contract until the contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the Recipient or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the Recipient to enter into any litigation to protect the interests of the Recipient. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States. 010526 a Pg. 475 DOA FORM REVISED 11/2024 Page 5 of 15 APPENDIX A6.4.3 TITLE VI CLAUSES FOR DEEDS TRANSFERRING UNITED STATES PROPERTY The following clauses will be included in deeds effecting or recording the transfer of real property, structures, or improvements thereon, or granting interest therein from the United States pursuant to the provisions of the Airport Improvement Program grant assurances. NOW, THEREFORE, the Federal Aviation Administration as authorized by law and upon the condition that the North Carolina Department of Transportation (NCDOT) will accept title to the lands and maintain the project constructed thereon in accordance with the North Carolina General Assembly, for the (Airport Improvement Program or other program for which land is transferred), and the policies and procedures prescribed by the Federal Aviation Administration of the U.S. Department of Transportation in accordance and in compliance with all requirements imposed by Title 49, Code of Federal Regulations, U.S. Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the U.S Department of Transportation pertaining to and effectuating the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252; 42 U.S.C. § 2000d to 2000d-4), does hereby remise, release, quitclaim and convey unto the NCDOT all the right, title and interest of the U.S. Department of Transportation/Federal Aviation Administration in and to said lands described in (Exhibit A attached hereto or other exhibit describing the transferred property) and made a part hereof. (HABENDUM CLAUSE) TO HAVE AND TO HOLD said lands and interests therein unto the North Carolina Department of Transportation (NCDOT) and its successors forever, subject, however, to the covenants, conditions, restrictions and reservations herein contained as follows, which will remain in effect for the period during which the real property or structures are used for a purpose for which Federal financial assistance is extended or for another purpose involving the provision of similar services or benefits and will be binding on the NCDOT, its successors and assigns. The NCDOT, in consideration of the conveyance of said lands and interests in lands, does hereby covenant and agree as a covenant running with the land for itself, its successors and assigns, that (1) no person will on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination with regard to any facility located wholly or in part on, over, or under such lands hereby conveyed [,] [and]* (2) that the NCDOT will use the lands and interests in lands and interests in lands so conveyed, in compliance with all requirements imposed by or pursuant to Title 49, Code of Federal Regulations, U.S. Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the U.S. Department of Transportation, Effectuation of Title VI of the Civil Rights Act of 1964, and as said Regulations and Acts may be amended [, and (3) that in the event of breach of any of the above-mentioned nondiscrimination conditions, the Department will have a right to enter or re-enter said lands and facilities on said land, and that above described land and facilities will thereon revert to and vest in and become the absolute property of the U.S. De partment of Transportation and its assigns as such interest existed prior to this instruction].* (*Reverter clause and related language to be used only when it is determined that such a clause is necessary in order to make clear the purpose of Title VI.) 010526 a Pg. 476 DOA FORM REVISED 11/2024 Page 6 of 15 APPENDIX A6.4.4 TITLE VI CLAUSES FOR TRANSFER OF REAL PROPERTY ACQUIRED OR IMPROVED UNDER THE ACTIVITY, FACILITY, OR PROGRAM The following clauses will be included in deeds, licenses, leases, permits, or similar instruments entered into by the North Carolina Department of Transportation (NCDOT) pursuant to the provisions of the Airport Improvement Program grant assurances: A. The (grantee, lessee, permittee, etc. as appropriate) for himself/herself, his/her heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree [in the case of deeds and leases add "as a covenant running with the land"] that: In the event facilities are constructed, maintained, or otherwise operated on the property described in this (deed, license, lease, permit, etc.) for a purpose for which a Federal Aviation Administration activity, facility, or program is extended or for another purpose involving the provision of similar services or benefits, the (grantee, licensee, lessee, permittee, etc.) will maintain and operate such facilities and services in compliance with all requirements imposed by the Nondiscrimination Acts and Regulations listed in the Pertinent List of Nondiscrimination Authorities (as may be amended) such that no person on the grounds of race, color, or national origin, will be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities. B. With respect to licenses, leases, permits, etc., in the event of breach of any of the above Nondiscrimination covenants, the NCDOT will have the right to terminate the (lease, license, permit, etc.) and to enter, re-enter, and repossess said lands and facilities thereon, and hold the same as if the (lease, license, permit, etc.) had never been made or issued.* C. With respect to a deed, in the event of breach of any of the above Nondiscrimination covenants, the NCDOT will have the right to enter or re-enter the lands and facilities thereon, and the above described lands and facilities will there upon revert to and vest in and become the absolute property of the NCDOT and its assigns.* (*Reverter clause and related language to be used only when it is determined that such a clause is necessary to make clear the purpose of Title VI.) 010526 a Pg. 477 DOA FORM REVISED 11/2024 Page 7 of 15 APPENDIX A6.4.5 TITLE VI CLAUSES FOR CONSTRUCTION/USE/ACCESS TO REAL PROPERTY ACQUIRED UNDER THE ACTIVITY, FACILITY OR PROGRAM The following clauses will be included in deeds, licenses, permits, or similar instruments/agreements entered into by the North Carolina Department of Transportation (NCDOT) pursuant to the provisions of the Airport Improvement Program grant assurances. A. The (grantee, licensee, permittee, etc., as appropriate) for himself/herself, his/her heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add, "as a covenant running with the land") that (1) no person on the ground of race, color, or national origin, will be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities, (2) that in the construction of any improvements on, over, or under such land, and the furnishing of services thereon, no person on the ground of race, color, or national origin, will be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the (grantee, licensee, lessee, permittee, etc.) will use the premises in compliance with all other requirements imposed by or pursuant to the List of Discrimination Acts and Authorities. B. With respect to (licenses, leases, permits, etc.), in the event of breach of any of the above nondiscrimination covenants, the NCDOT will have the right to terminate the (license, permit, etc., as appropriate) and to enter or re-enter and repossess said land and the facilities thereon, and hold the same as if said (license, permit, etc., as appropriate) had never been made or issued.* C. With respect to deeds, in the event of breach of any of the above nondiscrimination covenants, the NCDOT will there upon revert to and vest in and become the absolute property of the NCDOT and its assigns. * (*Reverter clause and related language to be used only when it is determined that such a clause is necessary to make clear the purpose of Title VI.) 010526 a Pg. 478 DOA FORM REVISED 11/2024 Page 8 of 15 THE PARTIES BY LEGALLY BINDING SIGNATURE BELOW HEREBY EXECUTE THIS GRANT AGREEMENT THE DAY AND YEAR FIRST WRITTEN BELOW: NORTH CAROLINA DEPARTMENT OF TRANSPORTATION: BY: ____________________________________________________ Deputy Secretary for Multi-Modal Transportation or Designee DATE: _________________________________________________ AUTHORIZED SIGNATURE FOR SPONSOR (Approving Authority Board Member or Local Governing Official): SIGNED: _______________________________________________ TITLE: ________________________________________________ DATE: __________________________________________________ AUTHORIZED SIGNATURE FOR CO-SPONSOR (if required) (Approving Authority Board Member or Local Governing Official): SIGNED: _______________________________________________ TITLE: ________________________________________________ DATE: __________________________________________________ 010526 a Pg. 479 DOA FORM REVISED 11/2024 Page 9 of 15 SECTION A: SPONSOR'S ASSURANCES: GENERAL CONDITIONS A-1. The Sponsor certifies that it holds fee simple title to the property on which this project is to be constructed. In the event any work is proposed on property which has an easement or lease in the Sponsor's name, the Sponsor agrees that it will comply with the Department's conditions and receive written approval from the Department prior to any construction on such lease or easements. This condition does not apply to planning projects. A-2. The Sponsor agrees to operate the Airport for the use and benefit of the general public and shall not deny reasonable access to public facilities by the general public. A-3. The Sponsor agrees to operate, maintain, and control the Airport in a safe and serviceable condition for a minimum of twenty (20) years following the date of this Agreement and shall immediately undertake, or cause to be undertaken, such action to correct safety deficiencies as may be brought to its attention by the Department. A-4. The Sponsor agrees that any land purchased, facilities constructed, or equipment acquired under this Agreement shall not be sold, swapped, leased, or otherwise transferred from the control of the Sponsor without written approval of the Department. A-5. The Sponsor agrees that the state share of any land purchased, facilities constructed, or equipment acquired under this Agreement shall be credited to the Department in a manner acceptable to the Department in the event such land, facilities, or equipment are subsequently disposed of through sale or lease. A-6. Insofar as it is within its power and reasonable, the Sponsor shall, either by the acquisition and retention of property interest, in fee or easement, or by appropriate local zoning action, prevent the construction of any object which may constitute an obstruction to air navigation under the appropriate category of Federal Air Regulation Part 77, 14 CFR 77. A-7. Insofar as it is within its power and reasonable, the Sponsor shall restrict the use of land adjacent to or in the immediate vicinity of the airport to activities and purposes compatible with normal airport operations, including landing and taking off of aircraft, and the noise produced by such operations by adoption of zoning laws, by acquisition and the retention of property interest, in fee or easement. A-8. Terminal building spaces constructed under this Agreement shall be for the use of the general public. The Sponsor agrees that it will not use any space so constructed for private use, or charge fees for the use of such space, without the written approval of the Department. A-9. The Sponsor is responsible for maintaining an active System for Award Management (SAM) Registration and Unique Entity Identifier (UEI) Number and ensuring that all SAM/UEI information is current throughout the lifecycle of this Agreement, in accordance with 2 CFR 25.200(a)(2). If SAM/UEI information becomes inactive, expired, or incorrect, the Sponsor shall not be able to do any grant related business with the FAA, including the obligation and/or payment of Federal grant funds, and FAA may take appropriate action to terminate this Agreement, in accordance with the terms of this Agreement. 010526 a Pg. 480 DOA FORM REVISED 11/2024 Page 10 of 15 A-10. The Sponsor is encouraged to adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies that bar text messaging while driving company-owned or company-rented vehicles, or government owned, leased, or rented vehicles, or privately-owned vehicles when on official government business or when performing any work for or on behalf of the Government. See Executive Order 13513 “Federal Leadership on Reducing Text Messaging While Driving,” October 1, 2009, as implemented by Financial Assistance Policy Letter (No. FAP-2010-01, February 2, 2010). This includes, but is not limited to, the Sponsor: (1) considering new rules and programs or re-evaluating existing programs to prohibit text messaging while driving; (2) conducting education, awareness, and other outreach for employees about the safety risks associated with texting while driving; and (3) encouraging voluntary compliance with the agency’s text messaging policy while off duty. The Sponsor is encouraged to insert the substance of this clause in all contracts. A-11. Trafficking in Persons. a. Posting of contact information. 1. The Sponsor must post the contact information of the national human trafficking hotline (including options to reach out to the hotline such as through phone, text, or TTY) in all public airport restrooms. b. Provision applicable to a recipient other than a private entity. We as the awarding agency may unilaterally terminate this Agreement, without penalty, if a subrecipient that is a private entity – 1. Is determined to have violated an applicable prohibition in paragraph (a) of this assurance; or 2. Has an employee who is determined by the agency official authorized to terminate the Agreement to have violated an applicable prohibition in paragraph (a) of this assurance through conduct that is either – i. Associated with performance under this Agreement; or ii. Imputed to the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR Part 180, “OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement),” as implemented by our agency at 2 CFR Part 1200. c. Provisions applicable to any recipient. 1. You must inform us immediately of any information you receive from any source alleging a violation of a prohibition in paragraph (a) of this assurance. 2. Our right to terminate unilaterally that is described in paragraph (a) or (b) of this assurance: i. Implements section 106(g) of the Trafficking Victims Protection Act of 2000 (TVPA), as amended [22 U.S.C. § 7104(g)], and ii. Is in addition to all other remedies for noncompliance that are available to us under this Agreement. 3. You must include the requirements of paragraph (a) of this assurance in any subgrant you make to a private entity. d. Definitions. For purposes of this assurance: 1. “Employee” means either: i. An individual employed by you or a subrecipient who is engaged in the performance of the project or program under this Agreement; or 010526 a Pg. 481 DOA FORM REVISED 11/2024 Page 11 of 15 ii. Another person engaged in the performance of the project or program under this Agreement and not compensated by you including, but not limited to, a volunteer or individual whose services are contributed by a third party as an in-kind contribution toward cost sharing or matching requirements. 2. “Force labor” means labor obtained by any of the following methods: the recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery. 3. “Private entity”: i. Means any entity other than a State, local government, Indian tribe, or foreign public entity, as those terms are defined in 2 CFR § 175.25. ii. Includes: 1. A nonprofit organization, including any nonprofit institute of higher education, hospital, or tribal organization other than one included in the definition of Indian tribe at 2 CFR § 175.25(b). 2. A for-profit organization. 4. “Severe forms of trafficking in persons,” “commercial sex act,” and “coercion” have the meanings given at section 103 of the TVPA, as amended (22 U.S.C. § 7102). A-12. Employee Protection from Reprisals. a. Prohibition of Reprisals. 1. In accordance with 41 U.S.C. § 4712, an employee of a State, Sponsor, grantee, subgrantee, contractor, or subcontractor may not be discharged, demoted, or otherwise discriminated against as a reprisal for disclosing to a person or body described in sub-paragraph (a)(2), information that the employee reasonably believes is evidence of: i. Gross mismanagement of a Federal grant; ii. Gross waste of Federal funds; iii. An abuse of authority relating to implementation or use of Federal funds; iv. A substantial and specific danger to public health or safety; or v. A violation of law, rule, or regulation related to a Federal grant. 2. Persons and bodies covered. The persons and bodies to which a disclosure by an employee is covered are as follows: i. A member of Congress or a representative of a committee of Congress; ii. An Inspector General; iii. The Government Accountability Office; iv. A Federal employee responsible for contract or grant oversight or management at the relevant agency; v. A court or grand jury; vi. A management official or other employee of the Sponsor, contractor, or subcontractor who has the responsibility to investigate, discover, or address misconduct; or vii. An authorized official of the Department of Justice or other law enforcement agency. b. Investigation of Complaints. 010526 a Pg. 482 DOA FORM REVISED 11/2024 Page 12 of 15 1. Submission of Complaint. A person who believes that they have been subjected to a reprisal prohibited by paragraph (a) of this Condition may submit a complaint regarding the reprisal to the Office of Inspector General (OIG) for the U.S. Department of Transportation. 2. Time Limitation for Submittal of a Complaint. A complaint may not be brought under this subsection more than three years after the date on which the alleged reprisal took place. 3. Required Actions of the Inspector General. Actions, limitations, and exceptions of the Inspector General’s office are established under 41 U.S.C. § 4712(b). c. Remedy and Enforcement Authority. 1. Assumption of Rights to Civil Remedy. Upon receipt of an explanation of a decision not to conduct or continue an investigation by the Office of Inspector General, the person submitting a complaint assumes the right to a civil remedy under 41 U.S.C. § 4712(c)(2). 010526 a Pg. 483 DOA FORM REVISED 11/2024 Page 13 of 15 SECTION B: SPONSOR'S ASSURANCES: PROJECT ADMINISTRATION B-1. The Sponsor shall submit draft plans and specifications, or approved alternate, for the project for review by the Division prior to advertising for bids on the Project. Should bids not be required on the project, the Sponsor shall submit a detailed scope of work and estimated costs prior to requesting “Grant Execution and Notice to Proceed” for undertaking the project. All plans (and alternate) shall be supported by the engineer's report. A list of deliverables from the Sponsor to the Division will be communicated with the Airport Project Manager. B-2. Bids will be taken in accordance with G.S. § 143-129 and all applicable NCDOT policies. The Department will approve or reject the Sponsor’s request to employ a specific contractor. Sponsor will be directly notified of approval. All contractor(s) who bid or submit proposals for contracts in connection with this project must submit a statement of non-collusion to the Sponsor. B-3. Unless otherwise approved by the Division, the Sponsor shall not commence construction or award construction contracts on the project until a “Grant Execution and Notice to Proceed” is provided by the Division. B-4. The Sponsor shall submit to the Division quarterly status reports (AV-502) according to the following schedule for periods ending: March 31, June 30, September 30, and December 31. B-5. The Sponsor shall notify the Division of any significant issues, meetings, audits, or inspections concerning this project involving the Sponsor, contractor(s), consultant(s), and/or any interested parties. B-6. Completing the Project without Delay and in Conformance with Requirements. The Sponsor must assure that projects are carried out and completed without undue delays and in accordance with this grant agreement, 49 U.S.C. Chapters 471 and 475, the regulations, and the Secretary’s policies and procedures. Per 2 CFR § 200.308, the Sponsor agrees to report and request prior approval from the State or FAA any disengagement from funding eligible expenses under the grant that exceed three months or a 25 percent reduction in time devoted to the project. The report must include a reason for the stoppage. The Sponsor agrees to comply with the attached grant assurances, which are part of this Agreement. These assurances, conditions, and any addendums apply to subgrants issued under this Agreement. B-7. United States Not Liable for Damage or Injury. The United States is not responsible or liable for damage to property or injury to persons that may arise from, or be incident to, compliance with this Agreement or subgrants, including, but not limited to, any action taken by a State and Sponsor related to or arising from, directly or indirectly, this Agreement. B-8. Buy American. Unless otherwise approved in advance by the FAA, in accordance with 49 U.S.C. § 50101, the State and Sponsor will not acquire or permit any contractor or subcontractor to acquire any steel or manufactured goods produced outside the United States to be used for any project for which funds are provided under this Agreement. B-9. Suspension and Debarment. Sponsors entering into “covered transactions,” as defined by 2 CFR § 180.200, must: 010526 a Pg. 484 DOA FORM REVISED 11/2024 Page 14 of 15 1. Verify the non-Federal entity is eligible to participate in this Federal program by: i. Checking the excluded parties list system (EPLS) as maintained within the System for Award Management (SAM) to determine if the non-Federal entity is excluded or disqualified; or ii. Collecting a certification statement from the non-Federal entity attesting they are not excluded or disqualified from participating; or iii. Adding a clause or condition to covered transactions attesting the individual or firm are not excluded or disqualified from participating. 2. Require prime contractors to comply with 2 CFR § 180.330 when entering into lower-tier transactions (e.g., subcontracts). 010526 a Pg. 485 DOA FORM REVISED 11/2024 Page 15 of 15 SECTION C: SPONSOR'S ASSURANCES: PROJECT ACCOUNTING AND PAYMENT C-1. The Sponsor shall record all funds received under this Agreement and shall keep the same in an identifiable project account. The Sponsor, and his contractor(s) and/or consultant(s), shall maintain adequate records and documentation to support all project costs incurred under this Agreement. All records and documentation in support of the project costs must be identifiable as relating to the project and must be allowable costs only. Allowable costs are defined as those costs which are allowable under "Federal Acquisition Regulations 1-31.6, 48 CFR, 2 CFR 200.333, and OMB Circular A-87 and also referenced in the North Carolina Airports - Program Guidance Handbook and the Airport Improvement Program Handbook. C-2. In accordance with the Compliance Supplement based on the requirements of the Single Audit Act Amendments of 1996 and 2 CFR Part 200, Subpart F, which provide for the issuance of a compliance supplement to assist auditors in performing the required audits, the Sponsor shall arrange for an independent financial and compliance audit of its fiscal operations. The Sponsor shall furnish the Department with a copy of the independent audit report within thirty (30) days of completion, but not later than nine (9) months after the Sponsor’s fiscal year ends. C-3. Payment of the funds obligated under this Agreement shall be made in accordance with the following schedule, unless otherwise authorized by the Department: A. Payments from the Department to the Sponsor are made on an advance or a reimbursement basis. B. If an advance payment is received, the Sponsor must pay all contractors/vendors prior to or within 3 business days of receipt of the Department’s advance payment and provide proof of payment (payment verification). 010526 a Pg. 486 FAA Form 5100-128 U.S. Department of Transportation Federal Aviation Administration FAA Form 5100-128, Agreement on State Sponsorship and Airport Sponsor Obligations – Airport Improvement Program Paperwork Reduction Act Burden Statement A federal agency may not conduct or sponsor, and a person is not required to respond to, nor shall a person be subject to a penalty for failure to comply with a collection of information subject to the requirements of the Paperwork Reduction Act unless that collection of information displays a currently valid OMB Control Number. The OMB Control Number for this information collection is 2120-0569. Public reporting for this collection of information is estimated to be approximately 8 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, completing and reviewing the collection of information. All responses to this collection of information are required under 49 U.S.C. Section 47105 to retain a benefit and to meet the reporting requirements of 2 CFR 200. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden to: Information Collection Clearance Officer, Federal Aviation Administration, 10101 Hillwood Parkway, Fort Worth, TX 76177-1524. 010526 a Pg. 487 FAA Form 5100-128 (2/24) SUPERSEDES PREVIOUS EDITION DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 12/31/2026 Agreement on State Sponsorship and Airport Sponsor Obligations Airport Improvement Program Sponsor’s Certification I assure and certify, for the project identified herein, the Airport Sponsor will comply with terms, conditions, and assurances contained in the Project Application submitted to the Federal Aviation Administration by the state and to Grant Agreement Conditions required by the Federal Aviation Administration. A copy of the Project Application Assurances and Grant Agreement Conditions is attached and made part of this Agreement on State Sponsorship and Airport Sponsor Obligations. Executed on this day of , Name of Sponsor: Name of Sponsor’s Authorized Official: Title of Sponsor’s Authorized Official: Signature of Sponsor’s Authorized Official: I declare under penalty of perjury that the foregoing is true and correct. I understand that knowingly and willfully providing false information to the federal government is a violation of 18 USC § 1001 (False Statements) and could subject me to fines, imprisonment, or both. Airport: Sponsor: hereinafter called the “Airport Sponsor” Associated City: hereinafter called the “Associated City” Project Description: hereinafter called the “Project” State: hereinafter called the “State” In accordance with 49 USC § 47105 the Airport Sponsor hereby consents to the Project sponsorship by the State for the Project at the above airport and associated city. 010526 a Pg. 488 FAA Special Conditions Page 1 of 2 FAA SPECIAL CONDITIONS This is in response to Application #1000027753 dated DECEMBER 4, 2025, for Federal Block Grant Non-Primary Entitlement Project #36237.25.22.2 for HARNETT REGIONAL JETPORT. Added Special Conditions: The Sponsor agrees to adhere to the following BLOCK GRANT 89 (2025 NPE) special conditions that are required by FAA based on the scope of the project. Please complete the highlighted information, if applicable. Block Grant Special Conditions (* indicates additional info is required) FY2025 Fueling System - Use and Operation Requirements. A project funded under this Grant Agreement includes the installation of a new aviation fueling system. All revenue generated by this fueling system must be used for the operation and maintenance of the Airport at which the system is installed in accordance with the Grant Assurances, specifically Grant Assurances 24 and 25, codified at 49 U.S.C. § 47107(a)(13) and §§ 47107(b) and 47133, respectively and FAA’s Policy and Procedures Concerning the Use of Airport Revenue (64 FR 7696, as amended). The fueling system established under this Grant, as operated by the Sponsor, shall not be included in any third-party exclusive use lease and shall not result in the granting of an exclusive right. The Sponsor is further obligated to operate and maintain the fueling system for the 20-year grant expected useful life, including meeting all local, state, and Federal regulations related to the fueling system. FY2025 Revenue Producing Project. The State and Sponsor agree and understand that the State or Sponsor has certified to the FAA that it has made adequate provisions for financing its airside needs. Further, the State and Sponsor agree not to seek AIP discretionary grant funds for the airside needs of the Airport for the two fiscal years following the fiscal year in which this Grant is issued. All revenue generated by a project funded under this Grant Agreement must be used for the operation and maintenance of the Airport in accordance with the Airport Sponsors Grant Assurances, 49 U.S.C. § 47133, and FAA’s Policy and Procedures Concerning the Use of Airport Revenue (64 FR 7696, as amended). FY2025 Usable Unit of Development. The FAA and the State and Sponsor, agree this Grant only funds a portion of the overall project. The FAA makes no commitment of funding beyond what is provided herein. In accepting this award, the airport Sponsor understands and agrees that the work described in this Grant Agreement must be incorporated into a safe, useful, and usable unit of development completed within a reasonable timeframe [49 USC § 47106(a)(4)]. This safe, useful, usable unit of development must be completed regardless of whether the Sponsor receives any additional federal funding. 010526 a Pg. 489 FAA Special Conditions Page 2 of 2 A signed copy PDF should be uploaded to the EBS application for NCDOT-Division of Aviation to proceed. I do hereby certify that HARNETT COUNTY, on behalf of HARNETT REGIONAL JETPORT, received federal block grant funding from NCDOT-Division of Aviation and has complied with the requirement(s) stated above. _________________________________ _______________________ Authorized Signature for Sponsor Date 010526 a Pg. 490