Loading...
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