HomeMy WebLinkAboutMarch 9, 2026 Work Session Meeting AGENDA
Lillington Board of Commissioners
Work Session Meeting
Lillington Town Hall 102 E. Front Street Lillington, North Carolina 27546
March 9, 2026 8:30am
CALL TO ORDER MAYOR GLENN MCFADDEN
NEW BUSINESS Item #1 Consideration and Approval of Construction contract between the Town of Lillington
and FSC II, LLC dba Fred Smith Company for 13th Street Strom Drainage
Improvements & Notice of Award Alicia Adams, Assistant Town Manager
Item #2 Administrative Reports A. Presentation of the Monthly Financial Report
Lisa Young, Deputy Town Manager
B. Capital Projects Update
Alicia Adams, Assistant Town Manager
C. Town Managers Report
Joseph Jeffries, Town Manager
Item #3 Discussion of Regular Meeting Agenda for March 10, 2026
Joseph Jeffries, Town Manager
Item #4 Closed Session to Meet per §143-318.11(a)(4)(5)
Joseph Jeffries, Town Manager
ADJOURNMENT
AGENDA ITEM SUMMARY
Date of Meeting: March 9. 2026
Staff Work By: Alicia L. Adams, Assistant Town Manager
Shane Cummings, Assistant Town Manager
AGENDA ITEM
Consideration and Approval of Construction contract between the Town of Lillington and FSC
II, LLC dba Fred Smith Company for 13th Street Strom Drainage Improvements & Notice of
Award
ITEM SUMMARY
Attached for your consideration is a Construction contract between the Town of Lillington and
FSC II, LLC dba Fred Smith Company for 13th Street Strom Drainage Improvements & Notice
of Award
Attachements
• Sealed Bid Tab Summary
• Bid REcommendation
• Notice of Award
• Construction Contract between the Town of Lillington and FSC II, LLC dba Fred
Smtih Compnay
RECOMMENDED ACTION
Approve the Construction contract between the Town of Lillington and FSC II, LLC dba Fred
Smith Company for 13th Street Strom Drainage Improvements & Notice of Award
AGENDA ITEM #1
Project Name
McAdams Project #
Owner Name
Bid Opening Date
Time of Bid Opening
Bidder License No.Proposal Signed Addenda Acknowledged Bid Bond MWBE Base Bid, Submitted Base Bid, Corrected
Narron Contracting, Inc.62426 Yes Yes Yes Yes 2,275,717.50$ 2,275,717.50$
FSC II, LLC dba Fred Smith Company 43848 Yes Yes Yes Yes 1,131,775.00$ 1,136,475.00$
Jymco Construction Company, Inc.76371 Yes Yes Yes Yes 1,592,299.00$ 1,596,529.00$
Moffat Pipe, Inc.54906 Yes Yes Yes Yes 1,425,755.90$ 1,428,105.90$
BIDS OPENED BY McAdams BIDS RECORDED BY Cameron James
To the best of my knowledge, I certify that the above is a true and accurate tabulation of the bids opened on February 26, 2026 at 11:00am. Based on my review of the bid documents submitted and the
requirements of the Project Manual and Addenda, the bids listed above are determined to be responsive. No responsibility determination is made herein. See bid tablulation for calculation and explanation
of corrected bid values.
11:00AM
13th Street Storm Drainage Improvements
LIL22002_01
Town of Lillington
2/26/2026
LIL24001
February 27, 2026
Ms. Alicia Adams
Town of Lillington
102 E. Front St
Lillington, North Carolina 27546
RE: Town of Lillington – 13th Street Storm Drainage Improvements
Dear Ms. Adams,
We have evaluated the bids received on February 26, 2026, for the 13th Street Storm Drainage Improvements Project, which
consists of replacement of stormwater infrastructure, curb and gutter, and asphalt paving on 13th Street, located in Lillington,
North Carolina. Four (4) bids were received as shown below.
BIDDER LICENSE # CORRECTED BASE BID
Narron Contracting, Inc. 62426 $2,275,717.50
FSC II, LLC dba Fred Smith Company 43848 $1,136,475.00
Jymco Construction Company, Inc. 76371 $1,596,529.00
Moffat Pipe, Inc. 54906 $1,428,105.90
The low bid was submitted by FSC II, LLC dba Fred Smith Company in the amount of $1,136,475.00. Our evaluation of the
experience, reputation, and financial condition of FSC II, LLC dba Fred Smith Company indicates that they are capable of
completing the work required. Therefore, we recommend the award of a contract for construction of 13th Street Storm
Drainage Improvements Project to FSC II, LLC dba Fred Smith Company in the amount of $1,136,475.00.
Attached to this recommendation letter is a bid tabulation sheet that provides the breakdown for each of the four bids
received.
If you should have any further questions, please do not hesitate to reach out.
Sincerely,
McAdams
Cameron James, PE, CFM | Project Manager, Water Resources
james@mcadamsco.com | 919. 361. 5000
Cameron James, PE
2/27/2026
13TH STREET STORM DRAINAGE IMPROVEMENTS
TOWN OF LILLINGTON, NC
BID OPENING DATE: FEBRUARY 26, 2026
BID TABULATION
Item No.Item Description Unit Quantity Unit Price Extended Amount Unit Price Extended Amount Unit Price Extended Amount Unit Price Extended Amount
$ 108,367.50 $ 65,000.00 $ 65,000.00 $ 56,000.00
A-01 Mobilization (Max 5% Base Bid)LS 1 108,367.50$ 108,367.50$ 65,000.00$ 65,000.00$ 65,000.00$ 65,000.00$ 56,000.00$ 56,000.00$
$ 284,050.00 $ 56,329.00 $ 75,025.00 $ 71,275.00 A-02 Clearing and Grubbing (includes allowance for select tree removal)LS 1 250,000.00$ 250,000.00$ 15,000.00$ 15,000.00$ 40,000.00$ 40,000.00$ 50,000.00$ 50,000.00$ A-03 Remove & Dispose Existing 60" CMP LF 55 200.00$ 11,000.00$ 300.00$ 16,500.00$ 130.00$ 7,150.00$ 110.00$ 6,050.00$
A-04 Existing Asphalt Pavement + Base Course Removal SY 180 55.00$ 9,900.00$ 65.00$ 11,700.00$ 40.00$ 7,200.00$ 40.00$ 7,200.00$
A-05 Remove & Dispose Existing Guardrail LF 205 30.00$ 6,150.00$ 30.00$ 6,150.00$ 65.00$ 13,325.00$ 5.00$ 1,025.00$ A-06 Milling Asphalt Pavement, 1.5" Depth SY 70 100.00$ 7,000.00$ 99.70$ 6,979.00$ 105.00$ 7,350.00$ 100.00$ 7,000.00$
$ 525,500.00 $ 492,180.00 $ 443,625.00 $ 374,125.00 A-07 Select Fill Material (Class I)CY 800 80.00$ 64,000.00$ 50.00$ 40,000.00$ 96.00$ 76,800.00$ 40.00$ 32,000.00$ A-08 Unclassified Excavation CY 2,000 80.00$ 160,000.00$ 25.00$ 50,000.00$ 41.00$ 82,000.00$ 4.00$ 8,000.00$
A-09 Undercut Excavation (Cost Covers Geotextile & 57 Stone Backfill Material)CY 500 200.00$ 100,000.00$ 47.00$ 23,500.00$ 130.00$ 65,000.00$ 25.00$ 12,500.00$
A-10 Fine Grading LS 1 30,000.00$ 30,000.00$ 225,000.00$ 225,000.00$ 8,450.00$ 8,450.00$ 198,000.00$ 198,000.00$ A-11 Rip Rap (Class B, I, and II)TN 525 100.00$ 52,500.00$ 90.00$ 47,250.00$ 145.00$ 76,125.00$ 85.00$ 44,625.00$
A-12 Filter Fabric (NCDOT, Type 2)SY 470 -$ -$ 9.00$ 4,230.00$ 5.00$ 2,350.00$ 10.00$ 4,700.00$
A-13 Silt Fence LF 400 20.00$ 8,000.00$ 8.00$ 3,200.00$ 3.00$ 1,200.00$ 10.00$ 4,000.00$
A-14 Tree Protection Fence LF 200 10.00$ 2,000.00$ 5.00$ 1,000.00$ 4.00$ 800.00$ 2.50$ 500.00$
A-15 Orange Construction Safety Fence LF 400 10.00$ 4,000.00$ 5.00$ 2,000.00$ 4.00$ 1,600.00$ 2.50$ 1,000.00$
A-16 Surface Water Diversion & Pump Around LS 1 90,000.00$ 90,000.00$ 80,000.00$ 80,000.00$ 119,800.00$ 119,800.00$ 65,000.00$ 65,000.00$
A-17 Seeding and Mulching LS 1 15,000.00$ 15,000.00$ 16,000.00$ 16,000.00$ 9,500.00$ 9,500.00$ 3,800.00$ 3,800.00$
$ 839,500.00 $ 569,875.00 $ 600,390.90 $ 370,550.00
A-18 16'W x 6'H Precast Reinforced Concrete Box Culvert (Material + Installation)LF 50 4,800.00$ 240,000.00$ 6,000.00$ 300,000.00$ 8,400.00$ 420,000.00$ 3,500.00$ 175,000.00$
A-19 Rebar - Cast in Place Reinforced Endwalls LB 14,000 6.00$ 84,000.00$ 4.00$ 56,000.00$ 0.01$ 140.00$ 2.00$ 28,000.00$
A-20 Concrete - Class A (Cast in place endwalls, culvert baffles, flumes)CY 90 4,000.00$ 360,000.00$ 1,210.00$ 108,900.00$ 0.01$ 0.90$ 1,300.00$ 117,000.00$
A-21 Precast Concrete Endwall (60") per NCDOT 838.80 EA 2 18,000.00$ 36,000.00$ 12,500.00$ 25,000.00$ 57,000.00$ 114,000.00$ 9,500.00$ 19,000.00$
A-22 Miscellaneous No. 57 Washed Stone TN 150 130.00$ 19,500.00$ 66.50$ 9,975.00$ 75.00$ 11,250.00$ 55.00$ 8,250.00$
A-23 Log Grade Control Structure EA 1 30,000.00$ 30,000.00$ 4,500.00$ 4,500.00$ 13,500.00$ 13,500.00$ 1,300.00$ 1,300.00$
A-24 Rock Boulder Toe (Material + Installation)LS 1 30,000.00$ 30,000.00$ 48,500.00$ 48,500.00$ 30,500.00$ 30,500.00$ 18,000.00$ 18,000.00$
A-25 Support + Protect Existing Utilities LS 1 40,000.00$ 40,000.00$ 17,000.00$ 17,000.00$ 11,000.00$ 11,000.00$ 4,000.00$ 4,000.00$
$ 81,500.00 $ 59,475.00 $ 54,550.00 $ 30,150.00
A-26 Asphalt Concrete Surface Course, Type S 9.5 B TN 50 450.00$ 22,500.00$ 375.00$ 18,750.00$ 360.00$ 18,000.00$ 155.00$ 7,750.00$
A-27 Asphalt Concrete Intermediate Course, Type I 19.0 C TN 50 450.00$ 22,500.00$ 375.00$ 18,750.00$ 260.00$ 13,000.00$ 140.00$ 7,000.00$ A-28 Aggregate Base Course TN 150 150.00$ 22,500.00$ 59.50$ 8,925.00$ 63.00$ 9,450.00$ 65.00$ 9,750.00$
A-29 Asphalt Binder for Plant Mix (e38a)TN 10 700.00$ 7,000.00$ 850.00$ 8,500.00$ 780.00$ 7,800.00$ 250.00$ 2,500.00$
A-30 Thermoplastic Pavement Marking Lines (4", 90 Mils)LF 350 20.00$ 7,000.00$ 13.00$ 4,550.00$ 18.00$ 6,300.00$ 9.00$ 3,150.00$
$ 56,800.00 $ 16,995.00 $ 29,765.00 $ 18,000.00
A-31 Remove & Dispose 2" Galvanized Waterline LF 105 80.00$ 8,400.00$ 12.00$ 1,260.00$ 53.00$ 5,565.00$ 25.00$ 2,625.00$
A-32 Proposed 2" CTS Poly Tubing, 200 PSI Rating LF 105 80.00$ 8,400.00$ 47.00$ 4,935.00$ 120.00$ 12,600.00$ 95.00$ 9,975.00$ A-33 Linestop Valve EA 2 20,000.00$ 40,000.00$ 5,400.00$ 10,800.00$ 5,800.00$ 11,600.00$ 2,700.00$ 5,400.00$
$ 380,000.00 $ 336,675.00 $ 159,750.00 $ 216,375.00
A-34 Construction Surveying and As-Built Surveying LS 1 30,000.00$ 30,000.00$ 17,000.00$ 17,000.00$ 15,800.00$ 15,800.00$ 24,500.00$ 24,500.00$ A-35 Private Utility Relocation and Coordination Allowance LS 1 80,000.00$ 80,000.00$ 18,000.00$ 18,000.00$ 13,000.00$ 13,000.00$ 2,500.00$ 2,500.00$
A-36 Traffic Control + Detours LS 1 45,000.00$ 45,000.00$ 90,000.00$ 90,000.00$ 14,500.00$ 14,500.00$ 50,000.00$ 50,000.00$
A-37 Black Metal Fence (Material + Installation)LF 90 300.00$ 27,000.00$ 105.00$ 9,450.00$ 65.00$ 5,850.00$ 140.00$ 12,600.00$ A-38 Testing + Inspections LS 1 75,000.00$ 75,000.00$ 12,000.00$ 12,000.00$ 13,100.00$ 13,100.00$ 25,000.00$ 25,000.00$ A-39 Guardrail Replacement (Material + Installation)LF 350 100.00$ 35,000.00$ 143.50$ 50,225.00$ 260.00$ 91,000.00$ 76.50$ 26,775.00$ A-40 PE Approved Excavation Shoring Plan LS 1 88,000.00$ 88,000.00$ 140,000.00$ 140,000.00$ 6,500.00$ 6,500.00$ 75,000.00$ 75,000.00$
2,275,717.50$ 1,596,529.00$ 1,428,105.90$ 1,136,475.00$
BID CERTIFICATION
ENGINEER McAdamsPRINTED NAME Cameron James, PE, CFM
TITLE Project Manager
DATE 2/27/2026
Pay Item A‑12 (Filter Fabric) was shown with an estimated quantity of 0 SY on the bid form included with Addendum No. 1. The intended estimated quantity for this item was 470 SY. Bids were adjusted, as noted by values in red, using the unit prices submitted for
Item A‑12. Payment will be based on actual quantities installed at the bid unit price in accordance with the Contract Documents.
UTILITIES
MISCELLANEOUS ITEMS
Total Base Bid Items Amount (Sum of Extended Amounts for each Base Bid Line Item) in Figures:
Items in Base Bid GENERAL REQUIREMENTS
DEMOLITION
EROSION CONTROL + EARTHWORK
STORM DRAINAGE
PAVING
Bidder 1 Bidder 2 Bidder 3 Bidder 4
Narron Contracting, Inc JYMCO Construction Company Moffset Pipe, Inc. Fred Smith Company
Bid Form Comparison
Town of Lillington - 13th St Stormwater Drainage Improvements
AGENDA ITEM SUMMARY
Date of Meeting: March 9, 2026
Staff Work By: Joseph Jeffries, Town Manager
Lisa Young, Deputy Town Manager
Alicia L. Adams, Assistant Town Manager
Ashley Wimberly, Public Works Director
Frank Powers, Police Chief
Andrew Milton, Fire Chief
William Baker, Parks & Recreation Director
Brandon Harris, Assistant Parks & Recreation Director
Josh Perry, Planning & Inspections
Christy Norris, Youth Programs
AGENDA ITEM
Administrative Reports.
ITEM SUMMARY
Monthly reports covering administrative and department activities, financial summaries and
public utility usage information
RECOMMENDED ACTION
Receive information and direct staff, if applicable.
AGENDA ITEM #2
CAPITAL PROJECTS UPDATE
SCIF Grants
Downtown Facilities
Stewart, Inc. is continuing to work on the construction drawings for Downtown. The Town has
entered into a contract with Duke Energy including a non-refundable deposit of $90K. Duke has
submitted their final design for
underground utilities. A new easement for
the underground utilities will have to be
acquired to move forward with
construction. There are approximately
thirty different property owners. Staff is
still waiting for a list of required
easements to begin the process of
acquisition. Duke is required to go further
through the design process before they
have the ability to provide the list of
easement list. Staff are continuing to work
closely with Duke Energy and Pike. Staff
has met with Duke Energy once regarding
easement acquisition with another meeting
planned for this week. As stated
previously the easement acquisition
process is complex and staff is working
with Duke Energy to cost save as much as
possible.
Staff submitted review comments to
Stewart and all comments have been
addressed. 100% construction drawings
have been submitted. Staff are working
with Stewart and McAdams to finalize a
bid package for 8th Street improvements.
Stormwater infrastructure has been
designed by McAdams and hardscape designed by Stewart. They are coordinating this effort
currently to get this project moving forward.
Pike Engineering submitted the pedestrian, roadway lighting and parking lot lighting and it’s
been reviewed by staff. Pike Engineering is doing both the roadway lighting and the parking lot
lighting as a subconsultant for Duke Energy.
Stormwater Resiliency Funds
Staff were notified that the State allocated $3.5 million for Stormwater infrastructure
improvements and stream restoration, to provide more efficient stormwater management and
flood resiliency. Project components will include stormwater management, replacing undersized
culverts, and stabilizing streambanks to improve flood resiliency.
Projects:
1. Downtown Stormwater Improvements
• Final construction design is pending site negotiations.
• Staff received the final wetland delineation, and it will be incorporated in the
survey map
2. 13th Street Reservoir
• The bids were opened during a public bid opening February 26 at 11am
• The lowest responsible responsive bidder was FSC II, LLC dba Fred Smith
Company with a Base Bid of $1,136,475
• Following their submission of required documents staff will issue a Notice to
Proceed along with a start date
Golden Leaf Application Stormwater Harnett Street
Project Description: The proposed storm drainage improvements would include removal and
replacement of existing storm drainage pipe, ranging from 15” RCP to 30” RCP, and removal
and replacement of storm drainage structures, including catch basins, drop-inlets, storm drainage
manholes, and storm drainage headwalls. The proposed storm drainage infrastructure will
effectively capture storm runoff,
convey stormwater efficiently
inside public right-of-way, and
increase the level of service of the
storm drainage system. In
addition, private storm drainage
infrastructure would be relocated
to the Town Right-of-Way to
allow for easier access for future
maintenance and inspections. The
probable cost of this project is
$1.3 million, the Town has agreed
to contribute $250,000 to the
project.
The Golden Leaf Grant Agreement was approved in June 2024. A project ordinance confirming the Town’s financial
contribution was approved at the August 2024 Regular Meeting. Staff are working with Stewart
and McAdams to finalize a bid
package for 8th Street
improvements. Stormwater
infrastructure has been designed
by McAdams and hardscape
designed by Stewart. They are
coordinating this effort currently
to get this project moving
forward.
Next steps are obtaining an erosion control permit, encroachment agreement with NCDOT, and
continued utility coordination efforts.
Staff requested a twelve-month extension to complete final construction and all appliable grant requirements, it was approved for a revised end date of December 31, 2026. There was significant time spent coordinating with Duke Energy, Piedmont Natural Gas, fiber companies, and North Carolina Department of Transportation. The project location has many
conflicts with other entities, and it has taken a great deal of effort to coordinate relocations and utility conflicts to minimize construction conflicts. The project is scheduled to be bid out by the end of March with award of the contract taking place late May-early June. Fire Station #3
Construction has begun on Fire Station #3 located on Hwy 210. The contractor is continuing to work on sitework. Interior of the station is progressing in the living areas with tile, plumbing fixtures, and paint. The apparatus bay is moving along with paint, electrical piping, Overhead Door motors, and repouring the mezzanine steps. Next week work will begin on HVAC controls, continuing electrical and working towards conditional power. Site work schedule for
next week is the generator pad, curb, and parking lot stone. The schedule is currently moving along with no major changes.
ARPA S.L. 2022-74 Appropriated Projects
All documentation was submitted to the State to fund the Hwy 210 sewer line expansion and
Southern Regional Sanitary Sewer/Poorhouse Creek installation of new sanitary sewer interceptor and regional pump station. The total allocation was $9,250,000. Staff has received the offer and acceptance letter from the Department of Water Infrastructure.
a. South Regional/Poorhouse Creek
All line work is completed and tested. The first section of the wet well walls has been installed and passed leakage testing. The contractor is currently dewatering the site and will be applying exterior coating to the wet well. Pump Station projected startup date is June 2026.
LASII Grant
Staff submitted the LASII grant application October 2, 2023 requesting $500,000 to develop and implement a new stormwater utility to provide a predictable, equitable and ongoing funding source for its stormwater program.
The activities that the Town seeks to accomplish with the funding that the utility will provide
include:
• Increasing the flood resiliency of the transportation system in and through the Town;
• Funding stormwater Capital Improvement Projects (CIPs) to address stormwater quantity and quality issues;
• Handling critical maintenance needs and operations; and
• Meeting planning and implementation needs.
The scoping document was approved by DWI, the grant agreement and the acceptance of funding resolution was approved at the August meeting. The McAdams engineering services contract was approved at the August meeting. The project schedule is two years, with a completion date of August 2026.
Staff are continuing to have monthly progress meetings with McAdams. Assets have been mapped and inventoried. Once the H & H study is completed, we can begin the Capital Improvement Plan that will be instrumental in the creation of the stormwater utility fee.
Staff met with the Stormwater Advisory committee twice and they have a rate to recommend to the Town Board. Staff will brief the Board on the recommended rate at the March Planning Retreat. McAdams presented to the Board of Commissioners the proposed Stormwater Utility at the
March Board Retreat, with some feedback and direction for staff and the consultant. A minimum of two public information sessions will be held during the month of March and April.
Plans are to incorporate the proposed Stormwater Fee in the upcoming budget.
S.L. 2023 Appropriated Funds
The Town was appropriated $11,062,500 through Session Law in 2023. Administrative cost for
the funds is $331,875.00. Available funds remaining are $10,730,625.
Additional Proposed projects with remaining funds:
1. Water Tank $4.5 million
• Weston & Sampson is the selected firm and we are working to locate and acquire a site
• The land is currently under the acquisition process, and a check has been
deposited at the Harnett County Clerk’s Office
• The consultant provided DWI with revised milestone dates with construction beginning February 2027
• The tank is currently under design.
• The County did consent to allowing the Town to connect to their transmission line to supply the new tank 2. WWTP project $3.1 million
• Request for funding have been approved by DWI
• Project Ordinance has been approved
• Staff is currently working with HRW to complete disbursement request for the
project.
North Harnett WWTP Capacity Upgrade
Harnett County has begun the process of submitting reimbursement requests to the Town for the
Town’s portion of the WWTP. Substantial completion October 2027.
Pedestrian Safety Call for Projects/TAP Funding
Staff submitted three projects to NCDOT for available funding for Pedestrian Projects. Two out
of the three projects are advancing to the next stage of the process to begin preliminary
engineering and design. The notification is not a project commitment, and the project statue may
change as engineering and design develops. We have spoken with NCDOT and they are hopeful
that these projects will come to fruition.
• Project one: US 401 S/S Main Street from E Killiegrey Street to James Street at the
signalized intersection.
Description - US 401 S/S Main Street from E Killiegrey Street to James Street at the
signalized intersection. The request is to replace the sidewalk and reduce the width to
improve both pedestrian and vehicle movement. The on-street parking doesn’t allow for
safe exiting from the vehicles. Reducing the width of the sidewalk allows for more space
to safety exit from vehicles and improving the current sidewalk. Along with these
improvements adding a signalized pedestrian movement at the intersection of E
Killiegrey Street and US 401 S/S Main Street. There was a fatality at the intersection this
year. There are currently sidewalks that have been improved at this intersection, but no
pedestrian signals or pedestrian crosswalk markings for safer movement across Main
Street. In addition, adding traffic signals such a flashing beacons and signage to reduce
speed and pedestrian crossing ahead.
• Project two: S 13th Street to 711 W Front Street, along US 421 N
Description - Currently there are sidewalks on both sides of the intersection of 13th Street
and US 421 N/W Front Street. This is a signalized intersection that does not
accommodate pedestrian movement across US 421 N/W Front Street. Star Academy is
located on the south side of US 421 N/W Front Street and the Lillington Community
Center is on North side. When traffic is approaching the Town of Lillington flashing
beacons and signage need to be placed along US 421 N to reduce speed. Traffic must be
slowed down before approaching this signalized intersection. Currently, there is no
pedestrian movement to get from one side of the street to the other. The sidewalk also
ends at 13th Street, preventing safe pedestrian movement to the grocery store located a
short distance down US 421 N. There is a need for additional sidewalks and a crosswalk
at this intersection.
Budget Expended Available
48-00-410-1000 $625,000.00 $333,063.09 $291,936.91
48-00-410-0500 $2,875,000.00 $466,267.82 $2,408,732.18
$3,500,000.00 $799,330.91 $2,700,669.09
Remaining Complete
77%23%
Budget Expended Available
75-00-400-2000 $750,000.00 $517,512.31 $232,487.69
75-00-400-2001 $4,750,000.00 $4,059,332.25 $690,667.75
$5,500,000.00 $4,576,844.56 $923,155.44
Remaining Complete
17%83%
Budget Expended Available
75-00-400-3000 $375,000.00 $229,464.61 $145,535.39
75-00-400-3001 $2,166,564.66 $2,166,564.66 $0.00
75-00-400-3002 $1,185,543.01 $1,185,543.01 $0.00
$3,727,107.67 $3,581,572.28 $145,535.39
Remaining Complete
4%96%
Budget Expended Available
49-00-410-1000 $200,000.00 $63,600.00 $136,400.00
49-00-410-0500 $1,100,000.00 $0.00 $1,100,000.00
$1,300,000.00 $63,600.00 $1,236,400.00
Remaining Complete
95%5%
Construction
Flood Resiliency Projects 2022-2023
PreCon/Engineering
Construction
SRSS - Poorhouse Creek SRP-W-ARP-0326
PreCon/Engineering
Capital Projects
Construction
North Harnett WWTP Capacity Upgrade
Hwy 210 Line & Pump Station SRP-W-ARP-0326
PreCon/Engineering
Pump Station
Line Construction
Golden Leaf Harnett Street Storm Drainage
PreCon/Engineering
Budget Expended Available
75-00-400-4000 $3,150,000.00 $2,919,841.38 $230,158.62
$3,150,000.00 $2,919,841.38 $230,158.62
Remaining Complete
7%93%
Budget Expended Available
50-00-410-0500 $500,000.00 $333,167.17 $166,832.83
$500,000.00 $333,167.17 $166,832.83
Remaining Complete
33%67%
Budget Expended Available
41-00-530-1000 $4,832,165.00 $3,639,313.94 $1,192,851.06
$4,832,165.00 $3,639,313.94 $1,192,851.06
Remaining Complete
25%75%
Budget Expended Available
51-00-400-1000 $3,037,556.00 $0.00 $3,037,556.00
51-00-400-2000 $900,000.00 $35,900.00 $864,100.00
51-00-400-2050 $3,600,000.00 $0.00 $3,600,000.00
51-00-400-3000 $3,059,006.50 $0.00 $3,059,006.50
$10,596,562.50 $35,900.00 $10,560,662.50
Remaining Complete
100%0%
Budget Expended Available
76-00-400-0500 $235,000.00 $231,223.36 $3,776.64
76-00-400-1000 $40,000.00 $0.00 $40,000.00
$275,000.00 $231,223.36 $43,776.64
Remaining Complete
Fire Station #3
Planning and Design
SL 2023-134 Appropriations Act Directed Projects
WWTP - Const/Eng
PreCon/Engineering
Stormwater AIA & Utility Study
Professional Services
SRSS Con
Water Tank Pre Con/Eng
SCIF Downtown
Engineering
Construction
Water Tank - Con
16%84%
AGENDA ITEM SUMMARY
Date of Meeting: March 9, 2026
Staff Work By: Joseph Jeffries, Town Manager
Lisa Young, Deputy Town Manager
Lindsey B. Lucas, Town Clerk
AGENDA ITEM
Discussion of Regular Meeting Agenda
ITEM SUMMARY
The purpose of this agenda item is to allow the Town Board an opportunity to ask questions
regarding the Regular Meeting agenda for March 10, 2026.
RECOMMENDED ACTION
No Action Required.
AGENDA ITEM #3
AGENDA ITEM SUMMARY
Date of Meeting: March 9, 2026
Staff Work By: Joseph Jeffries, Town Manager
AGENDA ITEM
CLOSED SESSION
ITEM SUMMARY
The purpose of the closed session per NCGS §143-318.11(a)(4)(5)
§ 143-318.11. Closed sessions.
(a)Permitted Purposes. - It is the policy of this State that closed sessions shall be held onlywhen required to permit a public body to act in the public interest as permitted in this
section. A public body may hold a closed session and exclude the public only when aclosed session is required:
(4)To discuss matters relating to the location or expansion of industries or other
businesses in the area served by the public body, including agreement on a tentative
list of economic development incentives that may be offered by the public body in
negotiations, or to discuss matters relating to military installation closure or
realignment. Any action approving the signing of an economic development contract
or commitment, or the action authorizing the payment of economic development
expenditures, shall be taken in an open session.
(5)To establish, or to instruct the public body's staff or negotiating agents
concerning the position to be taken by or on behalf of the public body in negotiating
(i) the price and other material terms of a contract or proposed contract for the
acquisition of real property by purchase, option, exchange, or lease; or (ii) the
amount of compensation and other material terms of an employment contract or
proposed employment contract.
RECOMMENDED ACTION
Approve motion to move into closed session discussion.
AGENDA ITEM #4